Loading...
HomeMy WebLinkAboutContract 38039...... ,.,. .. --. EX ECUTED : ~ .. ·.. CO:~Y, SPECIFICATIONS CIT Y ·SECRE TAR Y .. t .. lit!i'.i, c•, ,./ AND ORMS OF CONTRACT AND BONDS FOR CIT Y SECRETAR CO NTRAC T O . ~ .......... WI Repainting of Interior and Exterior of North Beach 5.0 Million Gallon Ground Storage Facility Project No. P P265-485108-601159990100 July 2008 Prepared for CITY OF FORT WORTH, TEXAS Project Number: P 265-485108-601159990100 l - - fORTWORTH Prepared by DELTATEK ENGINEERING 14114 DALLAS PARKWAY, SUITE 480 DALLAS , TEXAS 75254 469-37 4-9800 www.deltatekeng.com OF CIAL REC RD CITY SECRETARY FT. WORTH , [)ORIGINAL -· Page 1 of 2 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 12/2/2008 -Ord. No. 18388-12-2008 DATE: Tuesday, December 02, 2008 LOG NAME: 60N BEACH 5MG REFERENCE NO.: C-23216 SUBJECT: Authorize Contract with Blastco Texas, Inc., in the Amount of $967 ,130.00 for Structural Improvements and Repainting of the Interior and Exterior of North Beach 5.0 MG Ground Storage Facility Located at 4809 Ray White Road and Adopt Appropriation Ordinance RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of $1 ,044,449.00 from the Water and Sewer Operating Fund to the Water Capital Projects Fund ; 2. Adopt the attached appropriation ordinance increasing receipts and appropriations in the Water Capital Projects Fund in the amount of $1,044,449 .00; and 3. Authorize the City Manager to execute a contract with Blastco Texas , Inc., in the amount of $967,130.00 for structural improvements and repainting of the interior and exterior of the North Beach 5.0 MG Ground Storage Facility located at 4809 Ray White Road. DISCUSSION: On July 8, 2007, (M&C C-22914) the City Council authorized the City Manager to execute an Engineering Agreement with Deltatek Engineering for design and preparation of the contract documents for the repainting of the interior and exterior of the North Beach 5.0 MG Ground Storage Facility. The plant staff recently inspected the North Beach ground storage tank and found the coating system had reached the end of its serv iceable lifetime and the start of structural damage due to corrosion , requiring repairs and repainting to extend the tank service life. This construction project consists of structural repair, safety modifications and repainting of the interior and exterior of this tank . This project was advertised on July 17 , 2008 , and July 24 , 2008 , in the Fort Worth Star-Telegram. On August 21 , 2008 , the following bids were received: Bidder Blastco Texas, Inc. NG Painting Tank Pro , Inc. Sand L Painting , Inc. Classic Productive Coating , Inc. Utility Service Company, Inc. TMI Coating Amount of Bidder Contract $967,130.00 120 Calendar days $995 ,500.00 $1 ,094 ,000.00 $1,013 ,500.00 $1 ,170 ,885.00 $1 ,190 ,250 .00 $1 ,230 ,700.00 In addition to the contract amount, $48,356.00 is required for project management by Water Department staff and $29 ,013.00 is required for project contingencies. http://app s.cfwnet.org/ council _packet/Reports/me _print. asp 12 /9/2 008 .. Page 2 of2 Blastco Texas, Inc., is in compliance with the City's M/WBE ordinance by committing to 26 percent M/WBE participation . The City 's goal on this project is 24 percent. This project is in COUNCIL DISTRICT 4. FISCAL INFORMATION/CERTIFICATION: The Financial Management SeNices Director certifies that upon approval and completion of the above recommendations and the adoption of the attached appropriation ordinance, funds will be available in the current cap ital budget, as appropriated, of the Water Department Capital Projects Fund. TO Fund/Account/Centers 1&2) P253 427045 6041801088ZZ 21 P253 541200 604180108880 21 P253 511010 604180108880 $1 ,044,499.00 $996.143.00 $48,356.00 Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: FROM Fund/Account/Centers 1) PE45 538070 0609040 $1,044,499.00 J} P253 541200 604180108880 $967 •13 0.00 Fernando Costa (6122) S. Frank Crumb (8207) Seiavash Mir (8404) http://apps.cfwnet.org/ council _packet/Reports/me _print. asp 12/9/2008 1 Addendum No. 1 Repainting oflnterior and Exterior of North Beach 5.0 Million Gallon Ground Storage Faci lity Project Number P265-485108-60 1159990100 City of Fort Worth, Texas Addendum Date: August 18 , 2008 To all plan holders vi a email CORRECTION: Plan Sheet 4 of 7: Detail No. 2 on Sheet 4 should read 1 Yi'' Schedule 40 Steel Pipe . REPLACE: Page G-1 Contract: Delete Page G-1 in its entirety and replace with the page G-1 attached to this addendum . End of Addendum No. 1 DELTATEK ENG INEE Bahram Niknam , P .E. Attachmen t 1. Page G-1 14114 Dallas Parkway, Su ite 480 Da ll as, Texas 75254 469-374-9800 Fax 469-374-980 1 Emai l: bn@deltatekeng.com ,,,,,,,, .. -.'E.OF r ,, .. h..~ •••••••• /:1, '• • -<_r .·· '•,1 . _:e;,/ * ··1,s,•, ~·...-..... ,, ,.... . .. , , ............................ ~ ~ BAHRAM NIKNA M ~ ~-·:······················:··~ ,,1{.1> 53254 ~ :$~ ,o ·-~ ~.·~-t ~-.. Gi s r E.~ .. ··~~: •, ~s;· ....... ·e.~C>-,,, ONAL ,.. .... ,,,,,~ Addend um No. I Page 1 o f l SPECIFICATIONS AND FORMS OF CONTRACT AND BONDS FOR Repainting of Interior and Exterior of North Beach 5.0 Million Gallon Ground Storage Facility Project No. P265-485108-601159990100 July 2008 Prepared for CITY OF FORT WORTH, TEXAS Project Number: P 265-485108-601159990100 FORT WORTH Prepared by DEL TATEK ENGINEERING 14114 DALLAS PARKWAY, SUITE 480 DALLAS , TEXAS 75254 469-37 4-9800 www.deltatekeng.com Repainting of Interior and Exterior of North Beach 5 .0 Million Gallon Ground Storage Facility _________________ ...::T..:..AB=L=E=--O=F=-=C=O=NT..:..=E""N..,_T~S Notice to Bidders Special Instructions to Bidders Proposal Conflict of Interest Questionnaire Minority and Women Business Enterprises Specifications General Conditions Supplementary Conditions Special Conditions TECHNICAL SPECIFICATIONS DIVISION 1 -GENERAL REQUIREMENTS A A B COi B C cs D E 01010 Summary ofWork ............................................................................................................................. 01010 - 1 -2 01011 PrevailingWageRate ........................................................................................................................ 01011-1-1 01070 Abbreviations .................................................................................................................................... 01070 - 1 -5 01150 Measurement and Payment ............................................................................................................... 01150 - 1 - 1 01300 Submittals ......................................................................................................................................... 01300 - 1 -6 Sample ........................................................................................................................................ Sample -1 - 1 01310 Construction Schedule ...................................................................................................................... 01310 - 1 -1 01360 Quality Assurance ............................................................................................................................. 01360 - 1 -2 01370 Schedule ofValues ............................................................................................................................ 01370 - 1 -2 . Sample ........................................................................................................................................ Sample - 1 -2 01420 Inspection Services ........................................................................................................................... 01420 - 1 -1 01700 Contract Close-Out ........................................................................................................................... 01700 -1 -2 01710 Cleaning and Adjusting ..................................................................................................................... 01710 -1 -2 DIVISION 2 -SITE WORK 02100 Site Preparation & Cleaning .............................................................................................................. 02100 - 1 -2 DIVISION 3 -CONCRETE ................................................................................................................................. Not Used DIVISION 4 -MASONRY ................................................................................................................................... Not U sed DIVISION 5-METALS ...................................................................................................................................... Not Used 05500 Metal Fabrications ............................................................................................................................ 05500 -1 - 3 05515 Ladders .............................................................................................................................................. 05515 -1 - 3 05520 Handrails & Railings ......................................................................................................................... 05520 - 1 - 2 DIVISION 6-WOOD AND PLASTICS ............................................................................................................. Not Used DIVISION 7 -THERMAL AND MOISTURE PROTECTION ....................................................................... Not Used DIVISION 8 -DOORS AND WINDOWS ........................................................................................................... Not Used Repainting of Interior and Exterior of North Beach 5 .0 Million Gallon Ground Storage Facility City of Fort Worth, Texas TOC-1 Project P265-485108-601159990100 July 2008 Repainting of Interior and Exterior of North Beach 5.0 Million Gallon Ground Storage Facility __________________ T=AB~=L=E~O~F~C~O-=-N""'T""'E=N""'T::.=S DIVISION 9 -FINISHES 09900 Painting ........................................................................................................................................... 09900 - 1 -12 DIVISION 10 -SPECIALTIES ............................................................................................................................ Not Used DIVISION 11 -EQUIPMENT 11550 Fall Prevention System ..................................................................................................................... 11550 - 1 -3 DIVISION 12 -FURNISHINGS ................................................ , ......................................................................... Not Used DIVISION 13 -SPECIAL CONSTRUCTION ................................................................................................... Not Used DIVISION 14 -CONVEYING SYSTEMS .......................................................................................................... Not Used DIVISION 15 -MECHANICAL 15041 Disinfection ...................................................................................................................................... 15041 -1 - 2 15210 Gate Valve ........................................................................................................................................ 15110 -1 - 5 DIVISION 16 -ELECTRICAL ........................................................................................................................... Not Used PLAN SHEETS ..................................................................................................................................................... Cover -7 Performance Bond ................................................................................................................................................................ F Payment Bond ...................................................................................................................................................................... F Maintenance Bond ............................................................................................................................................................... F Certificate of Insurance ........................................................................................................................................................ F Contractor Compliance With Worker's Compensation Law ................................................................................................ F Part G -Contract ................................................................................................................................................................. G Appendix Project Sign Armstrong Forensic Laboratory, Inc. Laboratory Report: Nos. A8 l H 1610-1 IDS Inspection Report END OF CONTENTS Repainting of Interior and Exterior of North Beach 5 .0 Million Gallon Ground Storage Facility City of Fort Worth, Texas TOC-2 Project P265-485l08-601159990100 July 2008 NOTICE TO BIDDERS Sealed proposals for the Repainting of Interior and Exterior of North Beach 5.0 Million Gallon Ground Storage Facility, will be received at the office of the Purchasing Manager until 1 :30 P .M., Thursday, August 21, 2008 and then publicly opened and read aloud at 2:00 P.M. Plans, Specifications and Contract Documents for this project may be obtained at the Water Department, Municipal Building, 1000 Throckmorton Street, Fort Worth, Texas 76102. Plans and specifications may be obtained at the office of Deltatek Engineering, 14114 Dallas Parkway, Suite 480, Dallas, Texas, 75254, phone 469-374-9800, for a non- refundable fee of $95.00 per set. General Contract Documents and General Specifications for Water Department projects, dated January 1, 1978, with the latest revisions, also compromise a part of the Contract Documents for this project and may be obtained by paying a non-refundable fee of $50.00 for each set, at the office of Water Department, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. All bidders submitting bids are required to be pre-qualified in accordance with the requirements of the special instructions to bidders. A pre-bid conference will be held at 10:00 AM on Thursday, July 24, 2008 at Eagle Mountain Water Treatment Plant Conference Room, 6801 Bowman Roberts Road, Fort Worth Texas 76179. The Engineer will transmit to all prospective bidders ofrecord such Addenda as he considers necessary in response to questions arising at the pre-bid conference. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. Information regarding the status of addenda may be obtained by contacting the Deltatek Engineering at 469-374-9800 or the Water Department at 817- 999-6344. The City reserves the right to reject any and/or all bids and waive any and/or all formalities. No bid may be withdrawn until the expiration of ninety (90) days from the date the bids are received. For additional information regarding the project, contact Mr. John Fields, Deltatek Engineering, 469-374-9800. Advertising Dates: July 17, 2008 July 24, 2008 SPECIAL INSTRUCTIONS TO BIDDERS 1. SPECIAL PREOUALIFICA TION REQUIREMENTS. All contractors, submitting bids are required to meet the Fort Worth Water Department special pre-qualification requirements for this project prior to submitting bids. Previous pregualification by the Forth Worth Water Department will not be considered as meeting this requirement. This one-time special project-specific process will pre-qualify potential bidders whose bids will be considered for award based upon technical evaluation, historical schedule compliance evaluation, evaluation of proposed manager and project superintendent. It is the bidder's responsibility to submit documentation for those items listed below, to the Director of the Water Department or his designated representative, at least fourteen (14) calendar days prior to the date of bid opening. The bidder is not required to submit additional "Experience Record", "Equipment Schedule", and "Financial Statement" on Owner furnished forms one week prior to the bid opening as described in the first paragraph of C2-2. l of the General Conditions. The Water Department may request any other documents it may deem necessary. Any additional documents so requested shall be submitted to the Director of the Water Department or his designated representative at least seven (7) calendar days prior to the date of the opening bids. a) b) c) d) e) COVER LETTER. The cover letter provided by the prospective bidder with the pre- qualification information must include name of a contact individual that the City may contact for additional information. FINANCIAL STATEMENT. The financial statement required shall have been prepared by an independent certified public accountant or independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status of the submitting company. This statement must be current and not more than one (I) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. EXPERIENCE RECORD. For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in the work of both the same nature and technical level as that of the project for which bids are to be received. Experience must be on projects that were completed no more than 5 years prior to the date on which bids will be received. A minimum of three references must be included. References must include a contact person name, telephone number, project name and total cost, and type of work done. EQUIPMENT SCHEDULE. The prospective bidder shall list the equipment that the Contractor has available for the project and list the equipment that Contractor will rent as may be required to complete the project on which the Contractor submits a bid. PERSONNEL AND SCHEDULE COMPLIANCE RECORD. The prospective bidder shall submit the names and resumes for the proposed project manager and project superintendent. This information shall include a list of all projects that the proposed project manager and project superintendent completed within the last five (5) years to demonstrate ability to coordinate complex plant rehabilitation work and to perform work while maintaining critical shutdown schedules, regardless of by whom they were employed. Provide list of contact persons for all projects (preferably field inspectors or resident engineers) with names and phone numbers for the last five years' project. A-1 In the event the Bidder on this contract is a Joint Venture , financial statements from each joint venturer shall be submitted for prequalification, as well as the experience record and list of equipment of each joint venturer. The financial statements required shall have been prepared by an independent certified public accountant or independent public accountant holding a valid license issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status of each joint venturer. The statements must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. It is not required that each joint venturer shall have the necessary experience and equipment, rather than combined, the joint venture has the required experience and equipment. Upon request, the joint venture agreement shall be submitted for review. The Water Department will review each pre-qualification submittal. The following conditions will apply: a) The Director of the Water Department shall be the sole judge as to the acceptability for financial , experience, and other qualifications to bid on any Fort Worth Water Department project. b) The City, in its sole discretion, may reject a bid for failure to demonstrate experience and/or expertise . c) Any proposals submitted by a non pre-qualified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. d) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a wavier of any necessary pre-qualification. For additional information contact Chris Harder, Fort Worth Water Department at (817) 392-8293 (FAX 817-392-8410). Pre-qualification submittal should be sent to : Mr. Chris Harder Fort Worth Water Department 1000 Throckmorton Fort Worth, TX 76102-6212 2 . EXAMINATION OF CONTRACT DOCUMENTS AND SITE: 2.1 Before submitting his Bid, each Bidder must (a) examine the Contract Documents thoroughly, (b) visit the site to familiarize himself with local conditions that may in any manner affect performance of the work, (c) familiarize himself with federal , state and local laws , ordinances, rules and regulations affecting performance of the work, and ( d) carefully correlate his observations with the requirements of the Contract Documents . 2 .2 Reference is made to the Supplementary Conditions for the identification of those surveys and investigation reports of subsurface or latent physical conditions at the site or otherwise affection performance of the work which have been relied upon by Engineer In preparing the Drawings and Specifications. The data is furnished for information only and neither the Owner nor Engineer guarantees the accuracy of the data . Before submitting his Bid, each Bidder will , at his own expense, make such additional surveys and investigations as he may deem necessary to determine his bid price for performance of the work within the terms of the Contract Documents . A-2 PART B-PROPOSAL This propo sa l must not be removed from this book of Contrac t Documents. TO: Dale Fisseler , P .E. City Manager Fo1i Worth , Texas PROPOSAL FOR: The furnishing of all equipment, materials , and la bor and al l incidental work required to respond as requested by the Fort Worth Water Department for wate r and wastewater emergencies . PROJECT NAME City of Fort Worth Water Department Repainting oflnterior and Exterior of North Beach 5.0 Million Gallon Ground Storage Facility Project Number P265-485108-601159990100 Pursuant to the foregoing 'Notice to Bidders', the undersigned Bidder, having thoroughly examined the Contract Documents , including plan s, s pecial contract documents , and the General Contract Document s and General Specifications for Water Department Projects, the site of the project and understanding the amount of work to be done , and the prevailing conditions , hereby proposes to do all the work , furnish all labor, equipment and materi al except as specified to be furnished by the C ity , which is neces sa ry to fully complete the work as provided in the Plans a nd Special Contract Documents and subject to the inspection and approval of the Directo r of the Water Department of the City of Fort Wo1ih , Te xas; and binds himself upon acceptance of this Prop osal to execu te a contract and furnish an a ppro ve d Perform anc e Bond , Payment Bond , Maintenance Bond , an d such other bonds , if any , as may be required by the Contract Documents for the performing and completing of the sa id work. Contract o r propose s to do the work within the time stated a nd for the following sums: B-1 REPAINTI NG OF INTERIOR AND EXTE RIOR OF NORTH BE AC H 5.0 MILLION GALLON GROUND STORAGE FACILITY BID SCHEDULE PAY APPROX . DESCRIPTION OF IT EMS WITH UNIT TOTAL IT EM QUANT. BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID (Furnish an d install , in clud in g a ll appu 11enant wo rk, comp lete in place , the fo ll owing it ems): 1 1 LS Bonds & In s uran ce. Tw ent y eight thou s and Dollars & No Cent s $ 28,000.00 $ 28,000.00 2 1 LS Mobilization. Forty s even thou s and fi ve hundred Dollars & No Cents $ 47,500.00 $ 4 7,500.00 3 J LS i nterior s urfa ce preparation . Two hundred eleven thousand jive D ollars & hun dr ed sixty No Cents $ 21 1,560.00 $ 211 ,560.00 4 l LS Pa int all interior s urfa ces. On e hundred twent y three tho usand jive Dollars & hundred No Cents $ 123 ,500.00 $ 123 ,500.00 5 I LS Provide d ehumidification for int erior s urfac e preparatio n and pai111in g. Thirty fiv e thous and Dollars & No Cent s $ 35 ,000.00 $ 35 ,000.00 6 J LS Ex terio r s urfa ce p reparation by mechanical methods to capture sp ent bla s t m edia. On e hundred thirt een thou s and ll vo D ollars & hundred No Cents $ I 13 ,200.00 $ 113 ,200.00 7 I LS Paint all ex terio r s u,faces. Sixt y four thou s and on e hundred Do lla rs & No Cent s $ 64 ,100.00 $ 64 ,100.00 B-2 PAY APPROX. DESCRJPTION OF ITEMS WITH UNIT TOTAL ITEM QUANT. BID PRJCES WRJTTEN IN WORDS PRJCE AMOUNT BID (Furnish a nd in sta ll , including all appu 11enant work , comp lete in pl ace , the following items): 8 1 LS Disco nn ection and remo val of the ex isting cathodic protection system. Includes electrical di sconn ect , removal of controller, conduits , and wiring. Four thou s and fiv e hundred thirt y Dollars & No Cents $ 4,530.00 $ 4,530.00 9 1 LS Furni sh & install cath odic porthole rep la cem ent co ve rs. includes seal weldin g on exterior & s eam sealing interior. Six thousand fiv e hundred Dollars & N o Cents $ 6,500.00 $ 6,500.00 JO 2EA Furnis h & in stall 30 " X 30 " alum inum hatch es .. Eigh t thou sand Dollars & No Cen ts $ 4,000.00 $ 8,000.00 JJ 1 LS Furnish & install 16 " stainles s ste el ladder in wet area. In cludes an tifall de vic e. Eight thou s and fi ve hundred Dollars & No Cents $ 8,500.00 $ 8,500.00 12 2 EA Furnish & in stall 42 " handrail modification as sho wn on plan s heel. Fiv e thou sand four hundred Dollars & No Cent s $ 2,700.00 $ 5,400.00 13 2 EA Furnish & in stall 36 " acces s manway s. Thirt ee n thousand Dollars & No Cent s $ 6,500.00 $ 13,000.00 14 1 LS Furnish & install new 36 " vandal res is tant vent w/ 16 g au ge s tainles s s tee l m es h in sect scree n. Five thousand three hundred Dollars & N o Cents $ 5,300.00 $ 5,300.00 15 1 LS R emove & repla ce th e ex isting o ve,jlow pipe. Rein stall exis tin g we ir at sam e elevation. Sixt een thou sand four hundred Dollars & No Cents $ 16,400.00 $ 16,400.00 B -3 PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM QUANT. BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID (Furnish and install, includin g all appu11enant work , complete in place , the following item s): 16 l LS Furnish & in stall labor & materials to /'llodifo. cent er colul'lln rafter support as shown on drawings. Ten thousand one hundred forty Dollars & No Cents $ 10,140.00 $ 10,140.00 17 l LS Furnish & install tempora,y roof support during center column modification . One thousand Dollars & No Cents $ 1,000.00 $ 1,000.00 18 20EA Replace roof rafters and b eams as directed by engineer. Tw en1 y (our thousand Dollars & No Cents $ 1,200.00 $ 24,000.00 19 50 EA Floor, wall, and roof underside pit r epairs and direct ed by engin ee r. Two thousand five hundred Dollars & No Cents $ 50.00 $ 2,500.00 20 l LS Clean & gro ut ex terior floor plate to ringi vall connection joint. Three Thousand five hundred Dollars & No Cents $ 3,500.00 $ 3,500.00 21 l LS Seam sea l roof plate overlap co nn ections. Five thou s and Dollars & No Cents $ 5,000.00 $ 5,000.00 22 I LS Jacking and wedging the roof plate at th e rafters. Two thousand five hundred Dollars & No Cents $ 2,500.00 $ 2,500.00 23 l LS R emo val & proper disposal of blast m edia. Thirt y t,vo thou sand (our hundred Dollars & No Cents $ 32 ,400.00 $ 32 ,400.00 8-4 PAY APPROX . DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM QUANT. BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID (Furnish a nd install , includin g a ll appurtenant work, co mpl ete in place , the follow in g items): 24 l LS Furnis h & in sta ll new 36 '" gale rnlve. Ninety_ seven thousand six hundred Dollars & No Cents $ 97,600.00 $ 97,600.00 25 l LS Allowance for having s1ruct 11ral dra w in gs sealed and s igned by a R egislered Professional Engineer. Five lhousand five hu ndred Dollars & No Cents $ 5,500.00 $ 5,500.00 26 JOEA Floor, roof or wall repa irs requiring plating of areas larger than 30 " s quare of material. item sha ll only be used with th e advance approval of the Engin eer. Four thou sand fiv e hundred Dollars & No Cents $ 450.00 $ 4,500.00 27 l LS Site clean-up & demobilization. Ten thousand Dollars & No Cents $ 10,000.00 10,000.00 28 l LS Block sod all disturbed areas. Nine thousand five hundred Dolla rs & No Cents $ 9,500.00 9,500.00 29 l EA Disinfect ion of tank per A WWA standards . Three thousand Dollars & No Cents $ 3,000.00 3,000.00 30 I EA R emo ve a working door sheet & replace upon completion of interior work. Ha ve welds radiograph tested. Eleven thou sand Dollars & No Cents $ 11 ,000.00 $ ll ,000.00 31 l LS Paint Citv of Fort Worth Logo Four thousand fil'e hundred Dollars & No Cents $ 4,500.00 $ 4,500.00 B-5 PAY ITEM APPROX. QUANT. DESCRJPTION OF ITEMS WITH BID PRICES WRJTTEN IN WORDS UNIT PRICE (Furnish and install, including all appurtenant work , complete in place , the following items): 32 1 LS Cons/ruc tion contingency allowance to be used 011/v if need ed and with written direction fi'om th e Owner. Fiftr_ thousand Dollars & No Cents $ 50,000.00 T OT AL BID AM O UNT Doll ars & N ine hundred sixty seven thou sa nd one hundr ed thirty No Cents $ 967,130.00 $ $ TOTAL AMOUNT BID 50,000.00 967,130.00 (Unit prices are to be shown in both words and figures. I n case ofa discrepancy, the unit price in words will prevail. Prices listed above are the on ly compensation to be made . All items of work required to comp lete the work as shown in the plans and as s pecified which are not listed as a pay item in this proposa l are considered subsidiary to the items li sted and th e cost of the subsidiary work shou ld be included therein.) TOT AL AMOUNT BID Within ten (10) days after acceptance of thi s Prop osa l, th e undersigned will execute the formal contract and will del iver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid sec urity in the amount of 5% of the Total Amount Bid is to become the prop e11y of the C ity of Fo11 Wo11h , Texas , in the eve nt th e contract and bond or bonds are not executed and delivered within the time above set fo 11h , as liquid ated damages fo r the delay and additional work caused thereby. The undersigned bidder ce 11ified that he has been furnished at least one set of the General Contract Documents a nd General Specifications for Water Dep a rtm ent Projects dated January 1, 1978 , and that he has read and thoroughly understands all the requirements and conditions of th ose General Documents and the specific Contract Documents and appurtenant plans. The undersigned assures that its employees and app li ca nt s for employment and those of any labor orga ni zation , subcon tract ors , or emp loyment agency in either furnishi ng or referring employee app li cants to the undersigned are not discriminated against as prohibited by the terms of City Ord in ance No. 7278 as amended by City Ordinance No. 7400. (Complete A or B be low , as app licable) A. The principal place of business of our company is in the State of ___ _ Nonresident bidders in the State of , our principal place of business, are required to be __ percent lower than resident bidders by state law. A copy of the statute is attached. Non resident bidders in the State of , our principal place of business , are not required to underbid resident bidders. __ B. Th e principal place of business of o ur company or o ur parent company or majority owner is in th e State of Texas. The Bidder agrees to begin construction wi th in IO calendar days after issue of the work order , and to substantiall y complete the contract within 120 calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. I (we) acknowledge receipt of the following addenda to the plan s and specifications , all of the provision s and requirements of which have been taken into consideration on pr e paration of the for egoing bid: B-6 Addendum No . I (Initials) __ _ Addendum No. 2 (Initial s) __ _ Seal If Bidder is Corporation Date : I ·2 -4--oce=, Addendum No. 3 (Initials) ___ _ Addendum No. 4 (Initial s) ___ _ B-7 President Title or P osition ~ LI-cs -rz. o TT:::r P-<:,S , rv c__ • Contractor .:;<;. l 4-~~ f""\-P -rt)~ T.) ·r:2.. . Street \_-+v_'J_s_-ro __ f'.....) _ _L.__T)(______,__ __ --,__:__-,_:_ 't.) ~ 5 City, State Zip Telephone Number CONFLICT OF INTEREST QUESTIONNAIRE ~ For vendor or other person doing business with local governmental entity This questionnaire is being filed in accordance with chapter 176 of the Local ..,. Government Code by a person doing business with the governmental entity. By law this questionnaire must be filed with the records administrator of the local • government not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. J J A person commits an offense if the person violates Section 176 .006, Local Government Code. An offense under this section is a Class C misdemeanor. 1 Name of person doing business with local governmental entity. 2 D Check this box if you are filing an update to a previously filed questionnaire. FORM CIQ OFFICE USE ONLY Date Received (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than September 1 of the year for which an activity described in Section 176.006(a), Local Government Code , is pending and not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate .) 1 J 3 Describe each affiliation or business relationship with an employee or contractor of the local governmental entity who mak recommendations to a local government officer of the local governmental entity with respect to expenditure of money. J J J None 4 Describe each affiliation or business relationship with a person who is a local government officer and who appoints or employs a local government officer of the local governmental entity that is the subject of this questionnaire. None COi - 1 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ Page 2 For vendor or other person doing business with local governmental entity 5 Name of local government officer with whom filer has affiliation or business relationship. (Complete this section only if the answer to A, B, or C is YES . This section , item 5 including subparts A , B, C & D, must be completed for each officer with whom the filer has affiliation or business relationship. Attach additional pages to this Form CIQ as necessary . A . Is the local government officer named in the section receiving or li kely to rec ei ve taxable income from the filer of the questionnaire? Oves B . Is the filer or the questionnaire receiving or likely to receive taxable income from or at the direction of the local government officer named in this section AND the taxable income is not from the local governmental entity? Oves C . Is the filer of this questionnaire affiliated with a corporation or other business entity that the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? Oves D. Describe each affil iation or business relationship. 6 Describe any other affiliation or business relationship that might cause a conflict or interest. 7 Signature of person doing business wi th governmental entity Date THIS FORM MUST BE RETURNED WITH YOUR BID Amended 01/13/2006 COI-2 - - - - - - - - - - FORT WORTH "'-, • W • ---City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable. If the total dollar value of the contract is less than $25 ,000 , the M/WBE oal is not applicable . POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equ itable participation by Minority and Women Bus iness Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis . All requirements and regu lations stated in the City's current Minority and Women Business Ente rprise Ordinance apply to this bid. M/WBE PROJECT GOALS The City's M/WBE goal on this project is 24% of the total bid (Base bid applies to Parks and Community Services). COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25 ,000 or more , bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following : 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation , or; 4 . Joint Venture . SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department , within the following times allocated , in order for the entire bid to be considered respons ive to the specifications . he Offeror shall deliver the MWBE documentatio n person to the appropnate employee of the managing department and obtain a date/time receipt. Such recei t shal e evidence that the Ci received the documentation m the time allocated. A faxed co will not b ace 1. Subcontractor Utilization Form , if goal is received by 5:00 p.m., five (5) City business days afte r the bid met or exceeded: opening date , exclusive of the bid opening date . 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form , if participation is less than opening date , exclusive of the bid opening date . stated goal : 3. Good Faith Effort and Subcontractor received by 5:00 p.m ., five (5) City business days after the bid Utilization Form, if no M/WBE participation : opening date , exclusive of the bid opening date. 4. Prime Contractor Waiver Form , if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work: opening date , exclusive of the bid opening date . 5. Joint Venture Form , if utilize a joint venture received by 5:00 p.m., five (5) City bus iness days after the bid to met or exceed goal. opening date , excl usive of the bid opening date . FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at (817) 392-6104. Rev. 11 /1/05 - fORTWORTH -----....------ PRIME COMPANY NAME: PROJECT NAME : City's M/WBE Project Goal: % City of Fort Worth Subcontractors/Suppliers Utilization Form Prime's M/WBE Project Utilization: O/o Identify all subcontractors/suppliers you will use on this project Check applicable block to describe prime I M/W/DBE I I NON -M/W/DBE BID DATE PROJECT NUMBER Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date , will result in the bid being considered non- responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, • Denton, Ellis, Kaufman and Rockwall counties . - liil - Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e ., a direct payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered 2°d tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AW ARD . Certification means those firms , located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner- operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. FORT WORTH ~ Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs. Please list M/WBE firms first , use additional sheets if necessary. Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER ... n Detail & N T Detail Company Name i Supplies C X M Subcontracting Work Dollar Amount Address e M w Purchased Telephone/Fax B B T D w r R 0 E E B C T E A - foRTWORTH ~ -Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e ., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER 1 n Company Name i N 1 Detail Detail C }I M Subcontracting Work Supplies Purchased Address e M w T I] w Telephone/Fax r B B R C B E E C 1 E Dollar Amount - A - - - - - - - - FORT WORTH ~ Total Dollar Amount ofM/WBE Subcontractors/Suppliers $ Total Dollar Amount ofNon-M/WBE Subcontractors/Suppliers $ TOT AL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition . Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance . The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements subm itted with the bid. The Offeror also agrees to allow an audit and/or examination of any books , records and files held by their company . The bidder agrees to allow the transm1ss10n of interviews with owners, principals , officers , employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal , State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature Title Contact Name/Title (if different) Company Name Telephone and/or Fax Address E-mail Address City/State/Zip Date - - - - - FORT°WORTH "-a w PRIME COMPANY NAME: PROJECT NAME: City's M/WBE Project Goal: % City of Fort Worth Prime Contractor Waiver Form PROJECT NUMBER ATIACHMENT 18 Page 1 of 1 Check applicable block to describe prime I M/W/DBE I I NON-M/W/DBE BID DATE If both answers to this form are YES, do not complete ATTACHMENT IC (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable . If the answer to either question is NO, then you must complete ATTACHMENT IC . This form is only applicable if.b.oth answers are yes . Failure to complete this form in its entirety and be received by the Managing Department on or before 5:00 p.m .• five (5) City business days after bid opening, exclusive of the bid opening date, will result in the bid being considered non- responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is NO your normal business practice and provide an operational profile of your business . Will you perform this entire contract without suppliers?. YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/WBE(s) on this contract, the payment therefore and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements . Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature Title Contact Name (if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev. 5/30/03 - - - - - .... FORT WORTH ,_ w· __. CITY OF FORT WORTH Joint Venture Eligibility Form All questions must be a ns wered; us e "NA" if applica ble. Joint Vent ure Page 1 of 3 Name of City project:----------------------------------- Ajoint venture form must b e completed on each project RFP /B id/Purchasing Numb er : --------------- 1. Joint venture information : Joint V enture N ame: Jo int Venture A ddress: (If app licable) Telephone: Facsimi le: E-mail address: Cellular: Identify the firm s that comprise the j oint venture: Please attach extra sheets if additional space is required to pro vide d etailed explanations of work to be performed by each firm comnrisinJ! the joint venture M/WBEfirm I Non-M/WBE I name : firm name: Business Address: Business Address : City, State, Zip : City, State, Zip : Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status : E-mai l address Name of Certifying Agency: .-·· l 2 S . f k rf cope o wor pe orme db th J' Vt ,y e omt en ure : Describe the scope of work of the M/WBE : Describe the scope of work of the non-M/WBE : Rev. 5/30/03 - Joint Venture Page 2 of 3 3. What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward meeting the project goal? ---------- 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do not complete if this information is described in joint ve nture ag reement) Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests: 6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating ----------------------------------------------b . Marketing and Sales C. Hiring and Firing of management personnel ----------------------------------------------d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the M/WBE percentage applied toward the goal for the project listed on this form . NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information , then the participants must inform the City 's M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City 's M/WBE Ordinance. Rev. 5/30/03 - Joint Venture P 3 f3 aae 0 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture . Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. Name ofM/WBE firm Name of non-M/WBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of County of ------------------------------------ On this day of 20 __ , before me appeared ----------------------~ _____________________ and ____________________ _ to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public _______________________ _ Print Name Notary Public------------------------ Signature Commission Expires ______________________ _ (seal) Rev . 5/30/03 Cl-1 Cl-1.1 Cl-1.2 Cl-1.3 Cl-1.4 Cl-1.5 Cl-1.6 Cl-1.7 Cl-1.8 Cl-1.9 Cl-1.10 Cl-1.11 Cl-1.12 Cl-1.13 Cl-1.14 Cl-1.15 Cl-1.16 Cl-1.17 Cl-1.18 Cl-1.19 Cl-1.20 Cl-1.21 Cl-1.22 Cl-1.23 Cl-1.24 Cl-1.25 Cl-1.26 Cl-1.27 Cl-1.28 Cl-1.29 Cl-1.30 Cl-1.31 Cl-1.32 C2-2 C2-2.l C2-2.2 C2-2.3 C2-2.4 C2-2.5 PART C -GENERAL CONDITIONS TABLE OF CONTENTS TABLE OF CONTENTS DEFINITIONS Cl-1 (1) Definition of Terms Cl-1 (1) Contract Documents Cl-1 (2) Notice to Bidders Cl-1 (2) Proposal Cl-1 (2) Bidder Cl-1 (2) General Conditions Cl-1 (2) Special Conditions Cl-1 (2) Specifications Cl-1 (2) Bonds Cl-1 (2) Contract Cl-1 (3) Plans Cl-1 (3) City Cl-1 (3) City Council Cl-1 (3) Mayor Cl-1 (3) City Manager Cl-1 (3) City Attorney Cl-1 (3) Director of Public Works Cl-1 (3) Director, City Water Department Cl-I (3) Engineer Cl-I (3) Contractor Cl-I (3) Sureties Cl-I (4) The Work or Project Cl-I (4) Working Day Cl-I (4) Calendar Days Cl-I (4) Legal Holidays Cl-I (4) Abbreviations Cl-I (4) Change Order Cl-I (5) Paved Streets and Alleys Cl-1 (5) Unpaved Streets or Alleys Cl-I (6) City Street Cl-1 (6) Roadway Cl-1 (6) Gravel Street Cl-1 (6) INTERPRETATION AND PREPARATION OF PROPOSAL Proposal Form C2-2 (1) Interpretation of Quantities C2-2 (1) Examination of Contract Documents and Site of Project C2-2 (2) Submitting of Proposal C2-2 (2) Rejection of Proposals C2-2 (3) (1) C2-2.6 C2-2.7 C2-2.8 C2-2.9 C2-2.10 C2-2.l 1 C2-2.12 C3-3 C3-3.l C3-3.2 C3-3.3 C3-3.4 C3-3.5 C3-3.6 C3-3 .7 C3-3.8 C3-3.9 C-3-3.10 C3-3.l l C3-3.12 C3-3.13 C3-3.14 C3-3.l 5 C4-4 C4-4.l C4-4.2 C4-4.3 C4-4.4 C4-4.5 C4-4.6 C4-4.7 C5-5 C5-5.l C5-5.2 C5-5.3 C5-5.4 C5-5.5 C5-5.6 C5-5.7 C5-5.8 Bid Security Delivery of Proposal Withdrawing Proposals Telegraphic Modifications of Proposals Public Opening of Proposal Irregular Proposals Disqualification of Bidders AW ARD AND EXECUTION OF DOCUMENTS: Consideration of Proposals Minority Business Enterprise/Women Business Enterprise Compliance Equal Employment Provisions Withdrawal of Proposals Award of Contract Return of Proposal Securities Bonds Execution of Contract Failure to Execute Contract Beginning Work Insurance Contractor's Obligations Weekly Payrolls Contractor's Contract Administration Venue SCOPE OF WORK Intent of Contract Documents Special Provisions Increased or Decreased Quantities Alteration of Contract Documents Extra Work Schedule of Operation Progress Schedules for Water and Sewer Plant Facilities CONTROL OF WORK AND MATERIALS Authority of Engineer Conformity with Plans Coordination of Contract Documents Cooperation of Contractor Emergency and/or Rectification Work Field Office Construction Stakes Authority and Duties of City Inspector (2) C2-2 (3) c2~2 (3) C2-2 (3) C2-2 (3) C2-2 (4) C2-2 (4) C2-2 (4) C3-3 (1) C3-3 (1) C3-3 (1) C3-3 (1) C3-3 (2) C3-3 (2) C3-3 (2) C3-3 (3) C3-3 (3) C3-3 (4) C3-3 (4) C3-3 (6) C3-3 (6) C3-3 (6) C3-3 (7) C4-4 (1) C4-4 (1) C4-4 (1) C4-4 (2) C4-4 (2) C4-4 (3) C4-4 (4) C5-5 (1) C5-5 (1) C5-5 (1) C5-5 (2) C5-5 (2) C5-5 (3) C5-5 (3) C5-5 (3) C5-5.9 C5-5 .10 C5-5.l l C5-5.12 C5-5 .13 C5-5.14 C5-5.15 C5-5.16 C5-5.l 7 C5-5.l 8 C6-6 C6-6.l C6-6.2 C6-6.3 C6-6.4 C6-6.5 C6-6.6 C6-6.7 C6-6.8 C6-6.9 C6-6.10 C6.6.l l C6-6.12 C6-6.13 C6-6.14 C6-6.15 C6-6.16 C6-6.l 7 C6-6.18 C6-6.19 C6-6.20 C6-6.21 C7-7 C7-7.l C7-7.2 C7-7.3 C7-7.4 C7-7.5 C7-7.6 C7-7.7 C7-7.8 C7-7.9 Inspection Removal of Defective and Unauthorized Work Substitute Materials or Equipment Samples and Tests of Materials Storage of Materials Existing Structures and Utilities Interruption of Service Mutual Responsibility of Contractors Clean-Up Final Inspection LEGAL RELATIONS AND PUBLIC RESPONSIBILITY Laws to be Observed Permits and Licenses Patented Devices, Materials, and Processes Sanitary Provisions Public Safety and Convenience Privileges f Contractor in Streets, Alleys , and Right-of-Way C5-5 (4) C5-5 (4) C5-5 (4) C5-5 (5) C5-5 (5) C5-5 (5) C5-5 (6) C5-5 (7) C5-5 (7) C5-5 (8) C6 -6 (1) C6-6 (1) C6-6 (1) C6-6 (1) C6-6 (2) C6-6 (3) Railway Crossings C6-6 (3) Barricades, Warnings and Flagmen C6-6 (3) Use of Explosives , Drop Weight, Etc. C6-6 (4) Work Within Easements C6-6 (5) Independent Contractor C6-6 ( 6) Contractor's Responsibility for Damage Claims C6-6 (6) Contractor's Claim for Damages C6-6 (8) Adjustment or Relocation of Public Utilities , Etc. C6-6 (8) Temporary Sewer and Drain Connections C6-6 (8) Arrangement and Charges for Water Furnished by the City C6-6 (9) Use of a Section or Portion of the Work C6-6 (9) Contractor's Responsibility for the Work C6-6 (9) No Waiver of Legal Rights C6-6 (9) Personal Liability of Public Officials C6-6 (10) State Sales Tax C6-6 (10) PROSECUTION AND PROGRESS Subletting Assignment of Contract Prosecution of The Work Limitation of Operations Character of Workmen and Equipment Work Schedule Time of Commencement and Completion Extension of Time Completion Delays (3) C7-7 (1) C7-7(1) C7-7 (1) C7-7 (2) C7-7 (2) C7-7 (3) C7-7 (3) C7-7 (3) C7-7 (4) C7-7.10 C7-7.l 1 C7-7.12 C7-7.13 C7-7.14 C7-7.15 C7-7.16 C7-7.l 7 Time of Completion Suspension by Court Order Temporary Suspension Termination of Contract due to National Emergency Suspension or Abandonment of the Work and Annulment of the Contract: Fulfillment of Contract Termination for Convenience of the Owner Safety Methods and Practices C8-8 MEASUREMENT AND PAYMENT C8-8.l C8-8 .2 C8-8 .3 C8-8.4 C8-8.5 C8-8 .6 C8-8.7 C8-8 .8 C8-8.9 C8-8.10 C8-8.l 1 C8-8.12 C8-8.13 Measurement of Quantities Unit Prices Lump Sum Scope of Payment Partial Estimates and Retainage Withholding Payment Final Acceptance Final Payment Adequacy of Design General Guaranty Subsidiary Work Miscellaneous Placement of Material Record Documents (4) C7-7 (4) C7-7 (5) C7-7 (5) C7-7 (6) C7-7 (6) C7-7 (8) C7-7 (8) C7-7 (11) C8-8 (1) C8-8 (1) C8-8 (1) C8-8 (1) C8-8 (2) C8-8 (3) C8-8 (3) C8-8 (3) C8-8 (4) C8-8 (4) C8-8 (4) C8-8 (4) C8-8 (4) PART C -GENERAL CONDITIONS Cl-1 DEFINITIONS SECTION Cl-1 DEFINITIONS Cl-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the following terms or pronouns in place of them are used, the intent and meaning shall be understood and interpreted as follows: Cl-1.2 CONTRACT DOCUMENTS: The Contract Documents are in all of the written and drawn documents, such as specifications, bonds, addenda, plans, etc ., which govern the terms and performance of the contract. These are contained on the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS : The General Contract Documents govern all Water Department Projects and Include the following Items PART A -NOTICE TO BIDDERS PART B -PROPOSAL PART C-GENERAL CONDITIONS PART D-SPECIAL CONDITIONS PART E-SPECIFICATIONS PERMITS /EASEMENTS PART F -BONDS PART G -CONTRACT (Sample) (Sample) (CITY) (Developer) White White Canary Yellow Brown Green El-White E2-Golden Rod E2A-White Blue (Sample) White (Sample) White b. SPECIAL CONTRACT DOCUMENTS : The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A -NOTICE TO BIDDERS (Advertisement) same as above PART B -PROPOSAL (Bid) PART C -GENERAL CONDITIONS PART D -SPECIAL CONDITIONS PART E-SPECIFICATIONS PERMITS /EASEMENTS PART F -BONDS PART G -CONTRACT PART H -PLANS (Usually bound separately) Cl-1 (1) Cl-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders. C 1-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done, together with the bid security, constitutes the Proposal , which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the Owner. Cl-1.5 BIDDER : Any person, persons, firm , partnership, company, association , corporation, acting directly or through a duly authorized representative , submitting a proposal for performing the work contemplated under the Contract Documents, constitutes a bidder. Cl-1.6 GENERAL CONDITIONS: The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be carried on in accordance with the customary procedure, the local statutes, and requirements of the City of Fort Worth 's charter and promulgated ordinances . Whenever there may be a conflict between the General Conditions and the Special Conditions, the latter shall take precedence .. Cl-1.7 SPECIAL CONDITIONS: Special conditions are the specific requirements which are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions. When considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. Cl-1.8 SPECIFICATIONS: The Specifications is that section or part of the Contract Documents which set forth in detail the requirements which must be met by all materials , construction, workmanship, equipment and services in order to render a completed an useful project. Whenever reference is made to standard specifications, regulations, requirements, statutes , etc., such referred to documents shall become a part of the Contract Documents just as though they were embodied therein . Cl-1.9 BONDS: The bond or bonds are the written guarantee or security furnished by the Contractor for prompt and faithful performance of the contract and include the following: a. Performance Bond (see paragraph C3-3 .7) b . Payment Bond (see paragraph C3-3.7) c. Maintenance Bond (see paragraph C3-3.7) d. Proposal or Bid Security (see Special Instructions to Bidders, Part A and C2-2.6) Cl-1 (2) C 1-1.10 CONTRACT: The Contract is a formal signed agreement between the owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents. Cl-1.11 PLANS: The plans are the drawings or reproductions therefrom made by the Owner's representative showing in detail the location, dimension and position of the various elements of the project, including such profiles , typical cross-sections, layout diagrams , working drawings , preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner. The plans are usually bound separately from the other parts of the Contract Documents , but they are part of the Contract Documents just as though they were bound therein. Cl-1.12 CITY: The City of Fort Worth,·Texas , a municipal corporation , authorized and chartered under the Texas State Statutes, acting by and through its governing body or its City Manager, each of which is required by charter to perform specific duties. Responsibility for final enforcement of the Contracts involving the City of Fort Worth is by Charter vested in the City Manager. The terms City and Owner are synonymous . C 1-1 .13 CITY COUNCIL: The duly elected and qualified governing body of the City of Fort Worth, Texas. Cl-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro Tern of the City of Fort Worth, Texas. C 1-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas , or his duly authorized representative. Cl-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth , Texas, or his duly authorized representative. Cl-1.17 DIRECTOR OF PUBLIC WORKS: The officially appointed official of the City of Fort Worth , Texas , referred to in the charter as the City Engineer, or his duly authorized representative. Cl-1.18 DIRECTOR, CITY WATER DEPARTMENT: The officially appointed Director of the City Water Department of the City of Fort Worth , Texas , or his duly authorized representative, assistant, or agents . Cl-1.19 ENGINEER: The Director of Public Works , the Director of the Fort Worth City Water Department, or their duly authorized assistants , agents , engineers , inspectors, or superintendents, acting within the scope of the particular duties entrusted to them. Cl-I (3) Cl-1.20 CONTRACTOR: The person, person's, partnership, company, firm , association, or corporation, entering into a contract with the Owner for the execution of work, acting directly or through a duly authorized representative. A sub-contractor is a person, firm, corporation, supplying labor and materials or only labor, for the work at the site of the project. Cl-1.21 SURETIES: The Corporate bodies which are bound by such bonds as are required with and for the Contractor. The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein. Cl-1.22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents, including but not limited to the furnishing of all labor, materials , tools , equipment, and incidentals necessary to produce a completed and serviceable project. Cl-1.23 WORKING DAY: A working day is defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m., with exceptions as permitted in paragraph C7-7.6 Cl-1.24 CALENDAR DAYS: A calendar day is any day of the week or month, no days being excepted. Cl-1.25: LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City employees as follows: 1. 2. 3. 4. 5. 6. 7. 8. 9. New Year's day M.L. King, Jr. Birthday Memorial Day Independence Day Labor Day Thanksgiving Day Thanksgiving Friday Christmas Day Such other days in lieu of holidays as the City Council may determine January 1 Third Monday in January Last Monday in May July4 First Monday in September Fourth Thursday in November Forth Friday in November December25 When one of the above named holidays or a special holiday is declared by the City Council, falls on a Saturday, the holiday shall be observed on the preceding Friday, or if it falls on Sunday, it shall be observed on the following Monday, by those employees working on working day operations. Employees working calendar day operations will consider the calendar as the holiday. Cl-I (4) Cl-1.26 ABBREVIATIONS: Whenever the abbreviations defined herein appear in the Contract Documents, the intent and meaning shall be as follows: AASHTO - ASCE JAW ASTM AWWA ASA HI Asph. Ave. Blvd. CI CL GI Lin. lb. MH Max. American Association of State Highway Transportation Officials American Society of Civil Engineers In Accordance With American Society of Testing Materials American Water Works Association American Standards Association Hydraulic Institute Asphalt Avenue Boulevard Cast Iron Center Line Galv anized Iron Linear or Lineal Pound Manhole Maximum MGD CFS Min. Mono. % R I.D. O.D. Elev. F C In. Ft. St. CY Yd. SY L.F . D.I. Million Gallons per Day Cubic Foot per Second Minimum Monolithic Percentum Radius Inside Diameter Outside Diameter Elevation Fahrenheit Centigrade Inch Foot Street Cubic Yard Yard Square yard Linear Foot Ductile Iron Cl-1.27 CHANGE ORDER: A "Change Order" is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 25% of the amount of the particular item or items in the original proposal. All "Change Orders" shall be prepared by the City from information as necessary furnished by the Contractor. Cl-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as a street or alley having one of the following types of wearing surfaces applied over the natural unimproved surface: 1. Any type of asphaltic concrete with or without separate base material. 2. Any type of asphalt surface treatment, not including an oiled surface, with or without separate base material. 3. Brick, with or without separate base material. 4. Concrete, with or without separate base material. Cl-1 (5) 5. Any combination of the above. C 1-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or , other surface is any area except those defined for "Paved Streets and Alleys." Cl-1.30 CITY STREET: A city street is defined as that area between the right-of-way lines as the street is dedicated. C 1-1.31 ROADWAY: The roadway is defined as the area between parallel lines two (2') back of the curb lines or four ('4) feet back of the average edge of pavement where no curb exists. Cl-1.32 GRAVEL STREET: A gravel street is an unimproved street to which has been added one or more applications of gravel or similar material other than the natural material found on the street surface before any improvement was made. Cl-1 (6) SECTION C -GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2. l PROPOSAL FORM : The Owner will furnish bidders with Proposal form , which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder 's general understanding of the project to be completed , provide a space for furnishing the amount of bid security, and state the basis for entering into a formal contract. The Owner will furnish forms for the Bidder's "Experience Record," "Equipment Schedule," and "Financial Statement," all of which must be properly executed and filed with the Director of the City Water Department one week prior to the hour for opening of bids. The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status. This statement must be current and no more than one (1) year old. In the case that bidding date falls within the time a new statement is being prepared , the previous statement shall be updated by proper verification. Liquid assets in the amount of ten (10) percent of the estimated project cost will be required. For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project for which bids are to be received , and such experience must have been completed not more than five (5) years prior to the date on which Bids are to be recei ved. The Director of the Water Department shall be sole judge as to the acceptability of experience for qualification to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid. C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans . The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents . C2-2 (1) C2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract Documents on file with the Owner shall constitute all of the information which the Owner will furnish . All additional information and data which the Owner will supply after promulgation of the formal contract documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. Bidders are required , prior to filing of proposal, to read and become familiar with the Contract Documents , to visit the site of the project and examine carefully all local conditions, to inform themselves by their own independent research and investigations , tests, boring, and by such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during construction of the project. They must judge for themselves the difficulties of the work and all attending circumstances affecting the cost of doing the work or the time required for its completion, and obtain all information required to make an intelligent proposal. No information given by the Owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto , shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their own estimates , investigation , research , tests , explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is mutually agreed that the submission of a proposal is prima-facie evidence that the bidder has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. The logs of Soil Borings, if any, on the plans are for general information only and may not be correct. Neither the Owner nor the Engineer guarantee that the data shown is representative of conditions which actually exist. C2-2.4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form shall be correctly filled in and the Bidder shall state the prices , written in ink in both words and numerals , for which he proposes to do work contemplated or furnish the materials required. All such prices shall be written legibly. In case of discrepancy between price written in words and the price written in numerals, the price most advantageous to the City shall govern . If a proposal is submitted by an individual , his or her name must be signed by him (her) or his (her) duly authorized agent. If a proposal is submitted by a firm , association, or partnership, the name and address of each member of the firm , association, or partnership , or by person duly authorized. If a proposal is submitted by a company or corporation, the company or corporation name and business address must be given , and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power of Attorney authorizing agents or others to sign proposal must be properly certified and must be in writing and submitted with the proposal. C2-2 (2) C2-2.5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any alteration of words or figures , additions not called for , conditional or uncalled for alternate bids , erasures , or irregularities of any kind , or contain unbalanced value of any items. Proposal tendered or deli vered after the official time designated for receipt of proposal shall be returned to the Bidder unopened . C2-2.6 BID SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security'' of the character and the amount indicated in the "Notice to Bidders " and the "Proposal." The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and furnish the required performance and other bonds . The bid security of the three lowest bidders will be retained until the contract is awarded or other disposition is made thereof. The bid security of all other bidders may be returned promptly after the canvass of bids. C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the City Manager or his representative in the official place of business as set forth in the ''Notice to Bidders ." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidder must have the proposal actually delivered . Each proposal shall be in a sealed envelope plainly marker with the word "PROPOSAL," and the name or description of the project as designated in the ''Notice to Bidders ." The envelope shall be addressed to the City Manager, City Hall , Fort Worth , Texas . C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening proposals . A request for non-consideration must be made in writing, addressed to the City Manager, and filed with him prior to the time set for opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud , the proposals for which non- consideration requests have been properly filed may, at the option of the Owner, be returned unopened . C2-2.9 TELEGRAHIC MODIFICATIONS OF PROPOSALS: Any Bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals , provided such telegraphic communication is received by the City Manager prior to the said proposal opening time, and provided further , that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight ( 48) hours after the proposal opening time, no further consideration will be given to the proposal. C2-2 (3) C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly filed and for which no "Non-consideration Request" has been received will be publicly opened and read aloud by the City Manager or his authorized representative at the time and place indicated in the ''Notice to Bidders." All proposals which hav e been opened and read will remain on file with the Owner until the contract has been awarded. Bidders or their authorized representatives are invited to be present for the opening of bids. C2-2 .11 IRREGULAR PROPOSALS: Proposals shall be considered as "Irregular" if they show any omissions , alterations of form , additions , or conditions not called for , unauthorized alternate bids , or irregularities of any kind. However, the Owner reserves the right to waive any all irregularities and to make the award of the contract to the best interest of the City. Tendering a proposal after the closing hour is an irregularity which can not be waived. C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their proposals not considered for any of, but not limited to , the following reasons: a) Reasons for believing that collusion exists among bidders. b) Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated. c) The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. d) The bidder being in arrears on any existing contract or having defaulted on a previous contract. e) The bidder having performed a prior contract in an unsatisfactory manner. f) Lack of competency as revealed by financial statement , experience statement , equipment schedule, and such inquiries as the Owner may see fit to make. g) Uncompleted work which, in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. h) The bidder not filing with the Owner, one week in advance of the hour of the opening of proposals the following: 1. Financial Statement showing the financial condition of the bidder as specified in Part "A" -Special Instructions 2. A current experience record showing especially the projects of a nature similar to the one under consideration , which have been successfully completed by the Bidder. 3. An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of the bidder, who , in the judgment of the Engineer, is disqualified under the requirements stated herein, shall be set aside and not opened. C2-2 (4) PART C -GENERAL CONDITIONS C3-3 AW ARD AND EXECUTION OF DOCUMENTS SECTION C3-3 AW ARD AND EXECUTION OF DOCUMENTS : C3-3.l CONSIDERATION OF PROPOSALS: After proposals have been opened and read aloud , the proposals will be tabulated on the basis of the quoted prices , the quantities shown in the proposal , and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of the unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the ward of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities , to re-advertise for new proposals , or to proceed with the work in any manner as may be considered for the best interest of the Owner. C3-3 .2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE : Contractor agrees to provide to Owner, upon request, complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman-owned Business Enterprise (WBE) on the contract and the payment therefor. Contractor further agrees , upon request by the Owner, to allow and audit and/or an examination of any books , records , or files in the possession of the Contractor that will substantiate the actual work performed by an MWE or WBE. Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal , state or local laws and ordinances relating to false statements ; further, any such misrepresentation may be grounds for disqualification of Contractor at Owner's discretion for bidding on future Contracts with the Owner for a period of time of not less than six (6) months. C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with Current City Ordinances prohibiting discrimination in employment practices. The Contractor shall post the required notice to that effect on the project site, and . at his request, will be provided assistance by the City of Fort Worth's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3.4 WITHDRAWAL OF PROPOSALS: After a proposal has been read by the Owner, it cannot be withdrawn by the Bidder within forty-five (45) days after the date on which the proposals were opened. C3-3 (1) C 3-3.5 AW ARD OF CONTRACT: The Owner reserves the right to withhold final action on the proposals for a reasonable time, not to exceed forty-fi v e (45) days after the date of opening proposals, and in no event will an award be made until after investigations have been made as to the responsibility of the proposed awardee. The award of the contract, if award is made, will be to the lowest and best responsive bidder. The award of the contract shall not become effective until the Owner has notified the Contractor in writing of such award. C3-3 .6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals have been determ ined for comparison of bids, the Owner may, at its discretion, return the proposal security which accompanied the proposals which, in its judgment, would not be considered for the award. All other proposal securities, usually those of the three lowest bidders, will be retained by the Owner until the required contract has been executed and bond furnished or the Owner has otherwise disposed of the bids, after which they will be returned by the City Secretary. C3-3.7 BONDS: With the execution and delivery of the Contract Documents, the Contractor shall furnish to , and file with the owner in the amounts herein required , the following bonds: a. b. C. PERFORMANCE BOND: A good and sufficient performance bond in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the full and faithful execution of the work and performance of the contract, and for the protection of the Owner and all other persons against damage by reason of negligence of the Contractor, or improper execution of the work or use of inferior materials. This performance bond shall guarantee the payment for all labor, materials, equipment, supplies , and services used in the construction of the work , and shall remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by the City. MAINTENANCE BOND: A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful performance of the general guaranty which is set forth in paragraph CS-8.10. PAYMENT BOND: A good and sufficient payment bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful payment of all claimants as defined in Article 5160, Revised Civil C3-3 (2) d. Statutes of Texas, 1925 , as amended by House Bill 344 , Acts 56th Legislature, Regular Session, 1959 , effective April 27 , 1959 , and /or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being constructed under these specifications. Payment Bond shall remain in force until all payments as abo ve stipulated are made. OTHER BONDS : Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the Owner. All bonds shall be made on the forms furnished by the Owner and shall be executed by an approved surety company doing business in the City of Fort Worth , Texas , and which is acceptable to the Owner. In order to be acceptable , the name of the surety shall be included on the current U.S. Treasury list of acceptable sureties , and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. Each bond shall be properly executed by both the Contractor and Surety Company. Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties , as required, have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the Owner. C3-3.8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has appropriate resolution , or otherwise , awarded the contract , the Contractor shall execute and file with the Owner, the Contract and such bonds as may be required in the Contract Documents. No Contract shall be binding upon the Owner until it has been attested by the City Secretary, approved as to form and legality by the City Attorney, and executed for the Owner by either the Mayor or City Manager. C3-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to execute the required bond or bonds or to sign the required contract within ten (10) days after the contract is awarded shall be considered by the owner as an abandonment of his proposal, and the owner may annul the A ward. By reason of the uncertainty of the market prices of material and labor, and it being impracticable and difficult to accurately determine the amount of damages occurring to the owner by reason of said awardee 's failure to execute said bonds and contract within ten (10) days, the proposal security accompanying the proposal shall be the agreed amount of damages which the Owner will C3-3 (3) suffer by reason of such failure on the part of the Awardee and shall thereupon immediately be forfeited to the Owner. The filing of a proposal will be considered as acceptance of this provision by the Bidder. C-3-3.10 BEGINNING WORK: The Contractor shall not commence work until authorized in writing to do so by the Owner. Should the Contractor fail to commence work at the site of the project within the time stipulated in the written authorization usually termed "Work Order" or "Proceed Order", it is agreed that the Surety Company will, within ten (10) days after the commencement date set forth in such written authorization, commence the physical execution of the contract. C3-3.l 1 INSURANCE: The Contractor shall not commence work under this contract until he has obtained all insurance required under the Contract Documents, and such insurance has been approved by the Owner. The prime Contractor shall be responsible for delivering to the Owner the sub-contractor's certificate of insurance for approval. The prime Contractor shall indicate on the certificate of insurance included in the documents for execution whether or not his insurance covers sub-contractors. It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all sub-contractors. a. COMPENSATION INSURANCE: The Contractor shall maintain, during the life of this contract, Worker's Compensation Insurance on all of his employees to be engaged in work on the project under this contract, and for all sub-contractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Worker's Compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of his employees not so protected. b. C. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor Shall procure and shall maintain during the life of this contract, Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in the amount not less than $500,000 covering each occurrence on account of bodily injury, including death, and in an amount not less than $500,000 covering each occurrence on account of property damage with $2,000,000 umbrella policy coverage. ADDITIONAL LIABILITY: The Contractor shall furnish insurance as a separate policies or by additional endorsement to one of the above-mentioned policies, and in the amount as set forth for public liability and property damage, the following insurance: 1. Contingent Liability (covers General Contractor's Liability for acts of sub-contractors). C3-3 (4) 2. Blasting, prior to any blasting being done . 3. Collapse of buildings or structures adjacent to excavation .(if excavation are performed adjacent to same). 4. Damage to underground utilities for $500,000. 5. Builder's risk (where above-ground structures are involved). 6. Contractual Liability ( covers all indemnification requirements of Contract). d. AUTOMOBILE INSURANCE -BODILY INJURY AND PROPERTY DAMAGE : The Contractor shall procure and maintain during the life of this Contract, Comprehensive Automobile Liability Insurance in an amount not less than $250 ,000 for injuries including accidental death to any one person and subject to the same limit for each person an amount not less than $500 ,000 on account of one accident, and automobile property damage insurance in an amount not less than $100 ,000. e. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance required under the above paragraphs shall provide adequate protection for the Contractor and his sub-contractors , respectively, against damage claims which may arise from operations under this contract , whether such operations be by the insured or by anyone directly or indirectly employed by him , and also against any of the following special hazards which may be encountered in the performance of the Contract. f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the owner with satisfactory proof of coverage by insurance required in these Contract Documents in the amounts and by carriers satisfactory to the Owner. (Sample attached.) All insurance requirements made upon the Contractor shall apply to the sub-contractors , should the Prime Contractor's insurance not cover the sub-contractor's work operations. C3-3 (5) g. LOCAL AGENT FOR INSURANCE AND BONDING: The insurance and bonding companies with whom the Contractor's insurance and performance, payment, maintenance and all such other bonds are written, shall be represented by an agent or agents having an office located within the city limits of the City of Fort Worth. Tarrant County, Texas. Each such agent shall be a duly qualified, one upon whom authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort Worth, or any other claimant, and claims that the City of Fort Worth or other claimant or any property owner who has been damaged, may have against the Contractor, insurance, and/or bonding company. If the local insurance representative is not so empowered by the insurance or bonding companies, then such authority must be vested in a local agent or claims officer residing in the Metroplex, the Fort Worth- Dallas area. The name of the agent, or agents shall be set forth on all such bonds and certificates of insurance. C3-3.12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor shall pay for all materials , labor and services when due. C3-3.13 WEEKLY PAYROLLS: A certified copy of each payroll covering payment of wages to all persons engaged in work on the project at the site of the project shall be furnished to the Owner's representative within seven (7) days after the close of each payroll period. A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous place at the site of the project at all times during the course of the Contract. Copies of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of the wage rates shall be the responsibility of the Contractor. C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a person, persons, partnership, company, firm , association, corporation or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities , will have or shall establish a fully operational business office within the Fort Worth-Dallas metropolitan area. The Contractor shall charge, delegate, or assign this office ( or he may delegate his Project Superintendent) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or other wise and as such shall be empowered, thus delegated and directed, to settle all material, labor or other expenditure, all claims against work or any other mater associated such as maintaining adequate and appropriate insurance or security coverage for the project. Such local authority for the administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. C3-3 (6) Should the Contractor's principal base of operations be other than in the Fort Worth- Dallas metropolitan area, notification of the Contractor's assignment of local authority shall be made in writing to the Engineer in advance of any work on the project, all appropriately signed and sealed , as applicable , by the Contractor 's responsible offices with the understanding that this written assignment of authority to the local representative shall become part of the project Contract as though bound directly into the project documents. The intent of these requirements is that all matters associated with the Contractor's administration, whether it be oriented in furthering the work , or other, be governed direct by local authority. This same requirement is imposed on insurance and surety coverage. Should the Contractor's local representative fail to perform to the satisfaction of the Engineer, the Engineer, at his sole discretion, may demand that such local representative be replaced and the Engineer may, at his sole discretion, stop all work until a new local authority satisfactory to the Engineer is assigned. No credit of working time will be allowed for periods in which work stoppages are in effect for this reason. C3-3.15 VENUE: Venue of any action hereinunder shall be exclusively in Tarrant County, Texas. C3-3 (7) SECTION C4-4 SCOPE OF WORK PART C -GENERAL CONDITIONS C4-4 SCOPE OF WORK C4-4.1 INTENT OF CONTRACT DOC UMENTS: It is the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish , all in full compliance with the requirements and intent of the Contract Documents . It is definitely understood that the Contractor shall do all work as provided for in the Contract Documents , shall do all extra or special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall , unless otherwise specifically stated in these Contract Documents , furnish all labor, tools , materials , machinery, equipment, special services, and incidentals necessary to the prosecution and completion of the project. C4-4.2 SPECIAL PROVISIONS: Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documents be anticipated , or should there be any additional proposed work which is not covered by these Contract Documents , the "Special Provisions" covering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for any such work and furnished to the Bidder in the form of Addenda. All such "Special Provisions " shall be considered to be part of the Contract Documents just as though they were originally written therein. C4-4.3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered , increased or decreased at the unit prices. Such increased or decreased quantity shall not be more than twenty-fi ve (25) percent of the contemplated quantity of such item or items . When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more , then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work abo ve or below the 25 percent of the original quantity stated in the proposal ; such revised consideration to be determined by special agreement or as hereinafter provided for "Extra Work." No allowance will be made for any changes in anticipated profits not shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories, shall be interpreted herein as applying to overall quantities of sanitary sewer pipe in each pipe size, but not to the various depth categories. C4-4 (1) C4-4.4 ALTERATION OF CONTRACT DOCUMENTS : By Change order, the owner reserves the right to make such changes in the Contract Documents and in the character or quantities of the work as may be necessary or desirable to insure completion in the most satisfactory manner, provided such changes do not materially alter the original Contract Documents or change the general nature of the project as a whole. Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents. C4-4.5 EXTRA WORK: Additional work made necessary by changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents, shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or appro v ed additions thereto; provided however, that before any extra work is begun a "Change order" shall be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one or more combination of the following methods: a. Unit bid price previously approved. b. An agreed lump sum. c. The actual reasonable cost of (1) labor, (2) rental of equipment used on the extra work for the time so used at Associated General Contractors of America current equipment rental rates, (3) materials entering permanently into the project, and ( 4) actual cost of insurance, bonds, and social security as determined by the Owner, plus a fixed fee to be agreed upon but not to exceed 10 percent of the actual cost of such extra work. The fixed fee is not to include any additional profit to the Contractor for rental of equipment owner by him and used for extra work. The fee shall be full and complete compensation to cover the cost of superintendence, overhead, other profit, general and all other expense not included in (1 ), (2), (3), and (4) above. The Contractor shall keep accurate cost records on the form and in the method suggested by the Owner and shall give the Owner access to all accounts, bills, vouchers, and records relating to the Extra Work. No "Change Order'' shall become effective until it has been approved and signed by each of the Contracting Parties. No claim for Extra Work of any kind will be allowed unless ordered in writing by the Owner. In case any orders or instructions, either oral or written, appear to the Contractor to involve Extra Work for which he should receive compensation, he shall make written request to the Engineer for written orders authorizing such Extra Work, prior to beginning such work. C4-4 (2) Should a difference arise as to what does or dose not constitute Extra Work , or as to the payment thereof, and the Engineer insists upon its performance , the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof as provided under method (Item C). Claims for extra work will not be paid unless the Contractor shall file his claim with the Owner within five (5) days before the time for making the first estimate after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon said Extra Work . The Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation. The compensation agreed upon for "Extra Work" whether or not initiated by a "Change Order'' shall be a full , complete and final payment for all costs Contractor incurs as a result or relating to the change or extra work, whether said costs are known , unknown , foreseen or unforeseen at that time , including without limitation , any costs for delay, extended overhead , ripple or impact cost , or any other effect on changed or unchanged work as a result of the change or extra work. C4-4.6 SCHEDULE OF OPERATION: Before commencing any work under this contract, the Contractor shall submit to the Owner and receive the Owner 's approval thereof, a "Schedule of Operations ," showing by a straight line method the date of commencing and finishing each of the major elements of the Contract. There shall be also shown the estimated monthly cost of work for which estimates are to be expected. There shall be presented also a composite graph showing the anticipated progress of construction with the time being plotted horizontally and percentage of completion plotted vertically. The progress charts shall be prepared on 8-1/2" x 11" sheets and at least five black or blue line prints shall be furnished to the Owner. C4-4.7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITIES: Within ten (10) days prior to submission of the first monthly progress payment, the Contractor shall prepare and submit to the owner for approval six copies of the schedule in which the Contractor proposes to carry on activities (including procurement of materials , plans , and equipment) and the contemplated dates for completing the same. The schedule shall be in the form of a time schedule Critical Path Method (CPM) network diagram. As the work progresses, the Contractor shall enter on the diagram the actual progress at the end of each partial payment period or at such intervals as directed by the Engineer. The Contractor shall also revise the schedule to reflect any adjustments in contract time approved by the Engineer. Three copies of the updated schedule shall be delivered at such intervals as directed by the Engineer. As a minimum , the construction schedule shall incorporate all work elements and activities indicated in the proposal and in the technical specifications. C4-4 (3) Prior to the final drafting of the detailed construction schedule, the Contractor shall review the draft schedule with the Engineer to ensure the Contractor's understanding of the contract requirements. The following guidelines shall be adhered to in preparing the construction schedule: a. Milestone dates and final project completion dates shall be developed to conform to the time constraints, sequencing requirements and completion time. b. The construction progress shall be divided into activities with time durations of approximately fourteen days (14) days and construction values not to exceed $50,000. Fabrication, delivery and submittal activities are exceptions to this guideline. c. Durations shall be in calendar days and normal holidays and weather conditions over the duration of the contract shall be accounted for within the duration of each activity. d. One critical path shall be shown on the construction schedule. e. Float time is defined as the amount of time between the earliest start date and the latest start date of a chain of activities of the CPM construction schedule. Float time is not for the exclusive use or benefit of either the Contractor or the Owner. f. Thirty days shall be used for submittal review unless otherwise specified. The construction schedule shall as a minimum, be divided into general categories as indicated in the Proposal and Technical Specifications and each general category shall be broken down into activities in enough detail to achieve activities of approximately fourteen (14) days duration. For each general category, the construction schedule shall identify all trades or subcontracts whose work is represented by activities that follow the guidelines of this Section. For each of the trades or subcontracts, the construction schedule shall indicate the following procurements, construction and preacceptance activities and events in their logical sequence for equipment and materials. 1. Preparation and transmittal of submittals 2. Submittal review periods. C4-4 (4) 3. Shop fabrication and delivery. 4. Erection or installation. 5. Transmittal of manufacturer's operation and maintenance instructions. 6. Installed equipment and materials testing. 7. Owner's operator instruction (if applicable). 8. Final inspection. 9. Operational testing. If, in the opinion of the Owner, work accomplished falls behind that scheduled, the Contractor shall take such action as necessary to improve his progress. In addition, the Owner may require the Contractor to submit a revised schedule demonstrating his program and proposed plan to make up lag in scheduled progress and to insure completion of the work within the contract time. If the owner finds the proposed plan not acceptable, he may require the Contractor to increase the work force, the construction plant and equipment, the number of work shifts or overtime operations without additional cost to the Owner. Failure of the Contractor to comply with these requirements shall be considered grounds for determination by the Owner that the Contractor is failing to prosecute the work with diligence as will insure its completion within the time specified. C4-4 (5) PART C -GENERAL CONDITIONS C5-5 CONTROL OF WORK AND MATERIALS SECTION C5-5 CONTROL OF WORK AND MATERIALS C5-5. l AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents. The Engineer shall decide all questions which arise as to the quality and acceptability of the materials furnished, work performed, rate of progress of the work , overall sequence of the construction, interpretation of the Contract Documents, acceptable fulfillment of the Contract, compensation, mutual rights between Contractor and Owner under these Contract Documents, supervision of the work, resumption of operations , and all other questions or disputes which may arise. Engineer will not be responsible for Contractor's means , methods , techniques , sequence or procedures of construction, or the safety precaution and programs incident thereto , and he will not be responsible for Contractor's failure to perform the work in accordance with the contract documents. The Engineer shall determine the amount and quality of the work completed and materials furnished, and his decisions and estimates shall be final. His estimates in such event shall be a condition to the right of the Contractor to receive money due him under the Contract. The Owner shall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor fails to carry out promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters , the Engineer must, within a reasonable time, upon written request of the Contractor, render and deliver to both the owner and Contractor, a written decision on the matter in controversy. C5-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall conform with lines, grades , cross-sections, finish , and dimensions shown on the plans or any other requirements other wise described in the Contract Documents. Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the Owner by Change Order. C5-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract Documents are made up of several sections, which, taken together, are intended to describe and provide for a complete and useful project, and any requirements appearing in one of the sections is as binding as though it occurred in all sections. In case of discrepancies , figured dimension shall govern over scaled dimensions , plans shall govern over specifications, special conditions shall govern over general conditions and standard specification, and quantities shown on the plans shall govern over those shown in the proposal. The Contractor shall not take advantage of any apparent error or omission in the C5-5 (1) Contract Documents, and the owner shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. In the event the Contractor discovers an apparent error or discrepancy, he shall immediately call this condition to the attention of the Engineer. In the event of a conflict in drawings, specifications, or other portions of the Contract Documents which were not reported prior to the award of Contract, the Contractor shall be deemed to have quoted the most expensive resolution of the conflict. C5-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished with three sets of Contract Documents and shall have available on the site of the project at all times , one set of such Contract Documents. The Contractor shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer, his inspector, and other Contractors in every possible way. The Contractor shall at all times have competent personnel available to the project site for proper performance of the work. The Contractor shall provide and maintain at all times at the site of the project a competent, English-speaking superintendent and an assistant who are fully authorized to act as the Contractor's agent on the work. Such superintendent and his assistant shall be capable of reading and understanding the Contract Documents and shall receive and fulfill instructions from the Owner, the Engineer, or his authorized representatives. Pursuant to this responsibility of the Contractor, the Contractor shall designate in writing to the project superintendent, to act as the Contractor's agent on the work. Such assistant project superintendent shall be a resident of Tarrant County, Texas, and shall be subject to call, as is the project superintendent, at any time of the day or night on any day of the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contractor to adequately provide for the safety or convenience of the traveling public or the owners of property across which the project extends or the safety of the property contiguous to the project routing. The Contractor shall provide all facilities to enable the Engineer and his inspector to examine and inspect the workmanship and materials entering into the work. C5-5.5 EMERGENCY AND /OR RECTIFICATION WORK: When , in the opinion of the Owner or Engineer, a condition of emergency exists related to any part of the work, the Contractor, or the Contractor through his designated representative, shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition. Such a response shall occur day or night, whether the project is scheduled on a calendar-day or a working-day basis. Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies, omissions , or correction necessary to conform with the requirements of the project specifications or plans , the Engineer shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the C5-5 (2) discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not shoe just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due the Contractor on the project. C5-5.6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an adequate field office for use of the Engineer, if specifically called for. The field office shall be not less than 10 x 14 feet in floor area, substantially constructed, well heated, air conditioned, lighted , and weather proof, so that documents will not be damaged by the elements. C5-5.7 CONTRUCTION STAKES: The City, through its Engineer, will furnish the Contractor with all lines, grades, and measurements necessary to the proper prosecution and control of the work contracted under these Contract Documents, and lines, grades and measurements will be established by means of stakes or other customary method of marking as may be found consistent with good practice. These stakes or markings shall be set sufficiently in advance of construction operations to avoid delay. Such stakes or markings as may be established for Contractor's use or guidance shall be preserved by the Contractor until he is authorized by the Engineer to remove them. Whenever, in the opinion of the Engineer, any stakes or markings have been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost of replacing such stakes or marks plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. C5-5.8 AUTHORITY AND DUTIES OF CITY INSPECTOR: City Inspectors will be authorized to inspect all work done and to be done and all materials furnished. Such inspection may extend to all or any part of the work, and the preparation or manufacturing of the materials to be used or equipment to be installed. A City Inspector may be stationed on the work to report to the Engineer as to the progress of the work and the manner in which it is being performed, to report any evidence that the materials being furnished or the work being performed by the Contractor fails to fulfill the requirements of the Contract Documents, and to call the attention of the Contractor to any such failure or other infringements. Such inspection or lack of inspection will not relieve the Contractor from any obligation to perform the work in accordance with the requirements of the Contract Documents. In case of any dispute arising between the Contractor and the City Inspector as to the materials or equipment furnished or the manner of performing the work, the City Inspector will have the authority to reject materials or equipment, and/or to suspend work until the question at issue can be referred to and decided by the Engineer. The City Inspector will not, however, be authorized to revoke, alter, enlarge, or release any requirement of these Contract Documents, nor to approve or accept any portion or section of the work, nor to issue any instructions contrary tot he requirement s of the C5-5 (3) Contract Documents. The City Inspector will in no case act as superintendent or foreman or perform any other duties for the Contractor, or interfere with the management or operation of the work. He will not accept from the Contractor any compensation in any form for performing any duties. The Contractor shall regard and obey the directions and instructions of the City Inspector or Engineer when the same are consistent with the obligations of the Contract Documents of the Contract Documents , provided, however, should the Contractor object to any orders or instructions or the City Inspector, the Contractor may within six days make written appeal to the Engineer for his decision on the matter in Controversy. CS-5.9 INSPECTION: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work as performed is in accordance with the requirements of the Contract Documents. If the Engineer so requests , the Contractor shall , at any time before acceptance of the work, remove or uncover such portion of the finished work as may be directed . After examination , the Contractor shall restore said portions of the work to the standard required by the Contract Documents. Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the covering or making good of the parts removed shall be paid for as extra work, but should Work so exposed or examined prove to be unacceptable , the uncovering or removing and replacing of all adjacent defective or damaged parts shall be at the Contractor's expense. No work shall be done or materials used without suitable supervision or inspection. CS-5.10 REMOVAL OF EDEFCTIVE AND UNAUTHORIZED WORK:All work , materials , or equipment which has been rejected shall be remedied or removed and replaced in an acceptable manner by the Contractor at his expense. Work done beyond the lines and grades given or as shown on the plans , except as herein specially provided , or any Extra Work done without written authority, will be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the Owner. Work so done may be ordered removed at the Contractor 's expense. Upon the failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this paragraph, the Engineer will have the authority to cause defecti ve work to be remedied or removed and replaced and unauthorized work to be removed , and the cost thereof may be deducted from any money due or to become due tot he Contractor. Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such work. CS-5.11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications, law , ordinance , codes or regulations permit Contractor to furnish or use a substitute that is equal to any material or equipment specified , and if Contractor wishes to furnish or use a proposed substitute , he shall , prior to the preconstruction conference, make written application to ENGINEER for approval of such substitute certifying in writing that the proposed substitute will perform adequately the function called for by the general design , be similar and of equal substance to that specified and be suited to the same use and CS-5 (4) capable of performing the same function as that specified ; and identifying all variations of the proposed substitute from that specified and indicating available maintenance service. No substitute shall be ordered or installed without written approval of Engineer who will be the judge of the equality and may require Contractor to furnish such other data about the proposed substitute as he considers pertinent. No substitute shall be ordered or installed without such performance guarantee and bonds as Owner may require which shall be furnished at Contractor 's expense. Contractor shall indemnify and hold harmless Owner and Engineer and anyone directly or indirectly employees by either of them from and again;t the claims , damages , losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. C5-5.12 SAMPLES AND TESTS OF MATERIALS: Where, in the opinion of the Engineer, or as called for in the Contract Documents, tests of materials or equipment are necessary, such tests will be made at the expense of and paid for direct to the testing agency by the Owner unless other wise specifically pro vided. The failure of the Owner to make any tests of materials shall in no way relieve the contractor of his responsibility of furnishing materials and equipment fully conforming to the requirements of the Contract Documents. Tests and sampling of materials , unless otherwise specified , will be made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of the Owner. The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not, without specific written permission of the Engineer, use materials represented by the samples until tests have been made and the materials approved for use. The Contractor will furnish adequate samples without charge to the Owner. In case of concrete, the aggregates , design minimum, and the mixing and ~ansporting equipment shall be approved by the Engineer before any concrete is placed , and the Contractor shall be responsible for replacing · any concrete which does not meet the requirements of the Contract Documents. Tests shall be made at least 9 days prior to the placing of concrete, using samples from the same aggregate , cement, and mortar which are to be used later in the concrete. Should the source of supply change, new tests shall be made prior to the use of new materials. C5-5.13 STORAGE OF MATERIALS: All materials which are to be used in the construction contract shall be stored so as to insure the preservation of quality and fitness of the work. When directed by the Engineer, they shall be placed on wooden platforms or other hard , clean durable surfaces and not on the ground , and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection. C5-5.14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions shown on the plans relative to the existing utilities are based on the best information available. Omission from, the inclusion of utility locations on the Plans is not to be considered as nonexistence of, or a definite location of, existing underground utilities. The location of many gas mains , water mains, conduits, sewer lines and service lines for C5-5 (5) all utilities , etc., is unknown to the Owner, and the Owner assumes no responsibility for failure to show any or all such structures and utilities on the plans or to show them in their exact location. It is mutually agreed that such failure will not be considered sufficient basis for claims for additional compensation for Extra Work or for increasing the pay quantities in any manner whatsoever, unless an obstruction encountered is such as to necessitate changes in the lines and grades of considerable magnitude or requires the building of special works , provision of which is not made in these Contract Documents , in which case the provision in these Contract Documents for Extra Work shall apply. It shall be the Contractor's responsibility to verify locations of the adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the construction process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all existing utilities , structures , and service lines. Verification of existing utilities , structures , and service lines shall include notification of all utility companies at least forty-eight ( 48) hours in advance of construction including exploratory excavation if necessary. All verification of utilities and their adjustment shall be considered subsidiary work. CS-5.15 INTERRUPTION OF SERVICE: a. Normal Prosecution: In the normal prosecution of work where the interruption of service is necessary, the Contractor, at least 24 hours in advance, shall be required to : 1. Notify the Water Department's Distribution Division as to location , time, and schedule of service interruption. 2. Notify each customer personally through responsible personnel as to the time and schedule of the interruption of their service, or 3. In the event that personal notification of a customer cannot be made, a prepared tag form shall be attached to the customer's door knob. The tag shall be durable in composition , and in large bold letters shall say: C5-5 (6) ''NOTICE" Due to Utility Improvement in your neighborhood, your (water) (sewer) service will be interrupted on ____ _ between the hours of and ---- This inconvenience will be as short as possible. Thank You, Contractor Address Phone b. Emergency: In the event that an unforeseen service interruption occurs , notice shall be as above, but immediate. C5-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through act or neglect on the part of the Contractor, or any other Contractor or any sub-contractor shall suffer loss or damage of the work, the Contractor agrees to settle with such other Contractor or sub-contractor by agreement or arbitration. If such other Contractor or sub- contractor shall assert any claim against the owner on account of damage alleged to have been sustained, the owner will notify the Contractor, who shall indemnify and save harmless the owner against any such claim. C5-5.17 CLEAN-UP: Clean-up of surplus and/or waste materials accumulated on the job site during the prosecution of the work under these Contract Documents shall be accomplished in keeping with a daily routine established to the satisfaction of the Engineer. Twenty-four (24) hours after written notice is given the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice, and the costs of such direct action, plus 25 % of such costs , shall be deducted from the monies due or to become due to the Contractor. Upon the completion of the project as a whole as covered by these Contract Documents, and before final acceptance and final payment will be made, the Contractor shall clean and remove from the site of the project all surplus and discarded materials , temporary structures , and debris of every kind. He shall leave the site of all work in a neat and orderly condition equal to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean , polished and new appearing condition. No extra compensation will be made to the Contractor for any clean-up required on the project. C5-5 (7) C5-5. l 8 FINAL INSPECTION: Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final clean-up performed, the Engineer will notify the proper officials of the Owner and request that a Final Inspection be made. Such inspection will be made within 10 days after such notification. After _such final inspection, if the work and materials and equipment are found satisfactory,· the Contractor will be notified in writing of the acceptance of the same after the proper resolution has been passed by the City Council. No time charge will be made against the Contractor between said date of notification of the Engineer and the date of final inspection of the work. C5-5 (8) PART C -GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 LAWS TO BE OBSERVED:The Contractor shall at all times observ e and comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations, and shall observe and comply with all orders , laws , ordinances and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such enactment. No plea or misunderstanding or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify and save harmless the City and all of its officers, agents , and employees against any and all claims or liability arising from or based on the violation of any such law , ordinance, regulation , or order, whether it be by himself or his employees . C6-6.2 PERMITS AND LICENSES : The Contractor shall procure all permits and licenses , pay all charges , costs and fees , and give all notices necessary and incident to the due and lawful prosecution of the work. C6-6.3 PATENTED DEVICES, MATERIALS, AND PROCESSES: If the Contractor is required or desires to use any design, device, material , or process covered by letter, patent, or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and understood that without exception the contract price shall include all royalties or cost arising from patents, trademarks , and copyrights in any way involved in the work . The Contractor and his sureties shall indemnify and save harmless the Owner from any and all claims for infringement by reason of the use of any such trade-mark or copyright in connection with the work agreed to be performed under these Contract Documents, and shall indemnify the Owner for any cost, expense, or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work, provided, however, that the Owner will assume the responsibility to defend any and all suits brought for the infringement of any patent claimed to be infringed upon the design, type of construction or material or equipment specified in the Contract Documents furnished the Contractor by the Owner, and to hold the Contractor harmless on account of such suits. C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce among his employees such regulations in regard to cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious diseases and to effectively prevent the creation of a nuisance about the work on any property either public or private, and such regulations as are required by Law shall be put into immediate force and effect by the Contractor. The necessary sanitary conveniences for use of laborers on the work , properly secluded from public observation, shall be constructed and maintained by the Contractor and their use shall be strictly enforced by C6-6(1) the Contractor. All such facilities shall be kept in a clean and sanitary condition, free from objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the State of Texas and the City shall be strictly complied with. C6-6.5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment stored about the work shall be placed and used, and the work shall at all times be so conducted , as to cause no greater obstruction or inconvenience to the public than is considered to be absolutely necessary by the Engineer. The Contractor is required to maintain at all times all phases of his work in such a manner as not to impair the safety or convenience of the pub lic , including, but not limited to, safe and convenient ingress and egress to the property contiguous tot he work area. The Contractor shall make adequate provisions to render reasonable ingress and egress for normal vehicular traffic, except during actual trenching or pipe installation operations, at all driveway crossings. Such provisions may include bridging, placement or crushed stone or gravel or such other means of providing proper ingress and egress for the property served by the driveway as the Engineer may appro ve as appropriate. Such other means may include the diversion of driveway traffic , with specific approval by the Engineer, If diversion of traffic is approved by the Engineer at any location , the Contractor may make arrangements satisfactory to the Engineer for the diversion of traffic, and shall, at his expense, provide all materials and perform all work necessary for the construction and maintenance of roadways and bridges for such diversion of traffic . Sidewalks must not be obstructed except by special permission of the Engineer. The materials excavated and the construction materials such as pipe used in construction of the work shall be placed so as not to endanger the work or prevent free access to all fire hydrants, fire alarm boxes, police call boxes , water valves , gas valves, or manholes in the vicinity. The Owner reserves the right to remedy any neglect on the part of the Contractor as regards to public convenience and safety which may come to its attention , after twenty-four hours notice in writing to the Contractor, save in cases of emergency when it shall have the right to remedy any neglect without notice, and in either case, the cost of such work or materials furnished by the Owner or by the City shall be deducted from the monies due or to become due to the Contractor. The Contractor, after approval of the Engineer, shall notify the Fire Department Headquarters , Traffic Engineer, and Police Department, when any street or alley is requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and when so directed by the Engineer, shall keep any street, streets, or highways in condition for unobstructed use by fire apparatus. The Contractor shall promptly notify the Fire Department Headquarters when all such obstructed streets, alleys , or hydrants are placed back in service. Where the Contractor is required to construct temporary bridges or make other arrangements for crossing over ditches or streams , his responsibility for accidents in connection with such crossings shall include the roadway approaches as well as the structures of such crossings . C6-6(2) The Contractor shall at all times conduct his operation and use of construction machinery so as not to damage or destroy trees and scrubs located in close proximity to or on the site of the work. Wherever any such damage may be done, the Contractor shall immediately satisfy all claims of property owners , and no payment will be made by the Owner in settlement of such claims. The Contractor shall file with the Engineer a written statement showing all such claims adjusted. C6-6.6 PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS, AND RIGHT-OF-WAY : For the performance of the contract, the Contractor will be permitted to use and occupy such portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the Engineer. A reasonable amount of tools , materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. Excavated and waste materials shall be piled or staked in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. If the street is occupied by railroad tracks , the work shall be carried on in such manner as not to interfere with the operation of trains , loading or unloading of cars , etc. Other contractors of the Owner may, for all purposes required by the contract, enter upon the work and premises used by the Contractor and shall be provided all reasonable facilities and assistance for the completion of adjoining work. Any additional grounds desired by the Contractor for his use shall be provided by him at his own cost and expense. C6-6.7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way of any railroad, the City will secure the necessary easement for the work. Where the railroad tracks are to be crossed , the Contractor shall observe all the regulations and instructions of the railroad company as to the methods of performing the work and take all precautions for the safety of property and the public. Negotiations with the railway companies for the permits shall be done by and through the City. The Contractor shall give the City Notice not less than five days prior to the time of his intentions to begin work on that portion of the project which is related to the railway properties. The Contractor will not be given extra compensation for such railway crossings unless specifically set forth in the Contract Documents . C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: Where the work is carried on in or adjacent to any street, alley, or public place, the Contractor shall at his own expense furnish , erect, and maintain such barricades , fences, lights, and danger signals, shall provide such watchman, and shall take all such other precautionary measures for the protection of persons or property and of the work as are necessary. Barricades and fences shall be painted in a color that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain at least one easily visible burning light at each barricade. A sufficient number of barricades shall be erected and maintained to keep pedestrians away from , and vehicles from being driven on or into , any work under C6-6(3) construction or being maintained. The Contractor shall furnish watchmen and keep them at their respective assignments in sufficient numbers to protect the work and prevent accident or damage. All installations and procedures shall be consistent with provisions set forth in the "1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways ", codified as Article 6701d Veron's Civil Statues, pertinent section being Section Nos. 27, 29 , 30 and 31. The Contractor will not remove any regulatory sign , instructional sign, street name sign, or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division (phone number (817) 871- 8075), to remove the sign. In case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referred manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be re-installed, the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is completed . The Contractor will be held responsible foe all damage to the work or the public due to failure of barricades, signs, fences, lights, or watchmen to protect them. Whenever evidence is found of such damage to the work the Engineer may order the damaged portion immediately removed and replaced by the Contractor at the Contractor's own expense. The Contractor's responsibility for the maintenance of barricades , signs, fences and lights, and for providing watchmen shall not cease until the project shall have been completed and accepted by the Owner. No compensation, except as specifically provided in these Contract Documents, will be paid to the Contractor for the Work and materials involved in the constructing, providing, and maintaining of barricades, signs, fences, and lights or salaries of watchmen, for the subsequent removal and disposal of such barricades, signs, or for any other incidentals necessary for the proper protection, safety, and convenience of the public during the contract period, as this work is considered to be subsidiary to the several items for which unit or lump sum prices are requested in the Proposal. C6-6.9 USE OF EXPLOSIVES, DROP WEIGHT, ETC.: Should the Contractor elect to use explosives, drop weight, etc., in the prosecution of the work, the utmost care shall be exercised at all times so as not to endanger life or property. The Contractor shall notify the proper representative of any public service corporation, any company, individual, or utility, and the Owner, not less than twenty-four hours in advance of the use of any C6-6(4) activity which might damage or endanger their or his property along or adjacent to the work. Where the use of explosives is to be permitted on the project , as specified in the Special Conditions Documents, or the use of explosives is requested , the Contractor shall submit notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish evidence that he has insurance coverage to protect against any damages and/or injuries arising out of such use of explosives. C6-6.10 WORK WITHIN EASEMENTS: Where the work passes over, through, or into priv ate property, the Owner will provide such right-of-way or easement privileges , as the City may deem necessary for the prosecution of the work. Any additional rights-of-way or work area considered necessary by the Contractor shall be provided by him at his expense. Such additional rights-of-way or work area shall be acquired for the benefit of the City. The City shall be notified in writing as to the rights so acquired before work begins in the affected area. The Contractor shall not enter upon private property for any purpose without having previously obtained permission from the owner of such property. The Contractor will not be allowed to store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the Engineer. Unless specifically provided otherwise, the Contractor shall clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the work as a part of the project construction operations . The Contractor shall be responsible for the preservation of and shall use every precaution to prevent damage to , all tress , shrubbery, plants, lawns, fences, culverts , curbing, and all other types of structures or improvements, to all water, sewer, and gas lines , to all conduits , overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the work. The Contractor shall notify the proper representati ves of the owners or occupants of the public or private lands of interest in lands which might be affected by the work. Such notice shall be made at least 48 hours in advance of the beginning of the work. Notices shall be applicable to both public and private utility companies or any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the work. The Contractor shall be responsible for all damage or injury to property of any character resulting from any act , omission, neglect, or misconduct in the manner or method or execution of the work, or at any time due to defective work , material, or equipment. When and where any direct or indirect or injury is done to public or private property on account of any act , omission, neglect, or misconduct in the execution of the work , or in consequence of non-execution thereof on the part of the Contractor, he shall restore or have restored as his cost and expense such property to a condition at least equal to that existing before such damage or injury was done, by repairing, rebuilding, or otherwise C6-6(5) replacing and restoring as may be directed by the Owner, or he shall make good such damages or injury in a manner acceptable to the owner of the property and the Engineer. All fences encountered and removed during construction of this project shall be restored to the original or a better than original condition upon completion of this project. When wire fencing , either wire mesh or barbed wire is to be crossed , the Contractor shall set cross brace posts on either side of the permanent easement before the fence is cut. Should additional fence cuts be necessary, the Contractor shall provide cross-braced posts at the point of the proposed cut in addition to the cross braced posts provided at the permanent easements limits, before the fence is cut. Temporary fencing shall be erected in place of the fencing removed whenever the work is not in progress and when the site is vacated overnight, and/or at all times to prevent livestock from entering the construction area. The cost for fence removal , temporary closures and replacement shall be subsidiary to the various items bid in the project proposal. Therefore , no separate payment shall be allowed for any service associated with this work. In case of failure on the part of the Contractor to restore such property or to make good such damage or injury, the Owner may, upon 48 hour written notice under ordinary circumstances , and without notice when a nuisance or hazardous condition results , proceed to repair, rebuild , or otherwise restore such property as may be determined by the Owner to be necessary, and the cost thereby will be deducted from any monies due to or to become due to the Contractor under this contract. C6 .6.l 1 INDEPENDENT CONTRACTOR: It is understood and agreed by the parties hereto that the Contractor shall perform all work and services hereunder as an independent contractor, and not as an officer, agent , servant, or employee of the Owner. Contractor shall have exclusive control of and exclusive right to control the details of all work and services performed hereunder, and all persons performing the same, and shall be solely responsible for the acts and omissions of its officers, agents, servants , employees, contractor, subcontractors , licensees and invitees. The doctrine of respondeat superior shall not apply as between Owner and Contractor, its officers , agents , employees , contractors and subcontractors , and nothing herein shall be construed as creating a partnership or joint enterprise between Owner and Contractor. C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to , and does hereby indemnify, hold harmless and defend Owner, its officers, agents, servants , and employees from and against any and all claims or suits for property damage or loss and/or personal injury, including death , to any and all persons , of whatsoever kind or character, whether real or asserted, arising out of or in connection with , directly or indirectly, the work and services to be performed hereunder by the Contractor, its officers, agents , employees, contractors , subcontractors , licensees or invitees, whether or not caused, in whole or in apart, by alleged negligence on the part of officers, agents , employees, contractors , subcontractors , licensees or invitees of the C6-6(6) Owner; and said Contractor does hereby cov enant and agree to assume all liability and responsibility of Owner, its officers, agents , servants , and employees for property damage or loss, and/or personal injuries, including death, to any and all person of whatsoev er kind or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by the Contractor, its officers, agents , employees , contractors, subcontractors, licensees or invitees, whether or not caused, in whole or in apart, by alleged negligence of officers, agents , employees, contractors, subcontractors, licensees or invitees of the Owner. Contractor likewise covenants and agrees to , and does hereby, indemnify and hold harmless Owner from and against any and all injuries, loss or damages to property of the Owner during the performance of any of the terms and conditions of this Contract, whether arising out of or in connection with or resulting from, in whole or in apart, any and all alleged acts of omission of officers , agents , employees, contractors, subcontractors, licensees, or invitees of the Owner. In the event a written claim for damages against the contractor or its subcontractors remains unsettled at the time all work on the project has been completed to the satisfaction of the Director of the Water Department, as evidenced by a final inspection, final payment to the Contractor shall not be recommended to the Director of the Water Department for a period of 30 days after the date of such final inspection, unless the Contractor shall submit written evidence satisfactory to the Director that the claim has been settled and a release has been obtained from the claimant involved. If the claims concerned remains unsettled as of the expiration of the above 30-day period, the Contractor may be deemed to be entitled to a semi-final payment for work completed, such semi-final payment to be in the amount equal to the total dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of performance of such work , and such semi-final payment may then be recommended by the Director. The Director shall not recommend final payment to a Contractor against whom such a claim for damages is outstanding for a period of six months following the date of the acceptance of the work performed unless the Contractor submits evidence in writing satisfactory tot he Director that: 1. The claim has been settled and a release has been obtained from the claimant involved, or 2. Good faith efforts have been made to settle such outstanding claims, and such good faith efforts have failed. If condition (1) above is met at any time within the six month period, the Director shall recommend that the final payment to the Contractor be made. If condition (2) above is met at any time within the six month period, the Director may recommend that final payment to the Contractor be made. At the expiration of the six month period, the C6-6(7) Director may recommend that final payment be made if all other work has been performed and all other obligations of the Contractor have been met to the satisfaction of the Director. The Director may, if he deems it appropriate , refuse to accept bids on other Water Department Contract work from a Contractor against whom a claim for damages 1s outstanding as a result of work performed under a City Contract. C6-6 .13 CONTRACTOR'S CLAIM FOR DAMAGES : Should the Contractor claim compensation foe any alleged damage by reason of the acts or omissions of the Owner, he shall within three days after the actual sustaining of such alleged damage , make a written statement to the Engineer, setting out in detail the nature of the alleged damage, and on or before the 25th day of the month succeeding that in which ant such damage is claimed to have been sustained , the Contractor shall file with the Engineer an itemized statement of the details and the amount of such alleged damage and , upon request , shall give the Engineer access to all books of account, receipts , vouchers , bills of lading, and other books or papers containing any evidence as to the amount of such alleged damage. Unless such statements shall be filed as hereinabove required , the Contractor's claim for compensation shall be waived , and he shall not be entitled to payment on account of such damages. C6-6.14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC.: In case it is necessary to change, move, or alter in any manner the property of a public utility or others, the said property shall not be moved or interfered with until orders thereupon have been issued by the Engineer. The right is reserved to the owners of public utilities to enter the geographical limits of the Contract for the purpose of making such changes or repairs to the property that may be necessary by the performance of this Contract. C6-6.15 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing sewer lines have to be taken up or removed , the Contractor shall, at his own expense and cost, provide and maintain temporary outlets and connections for all private or public drains and sewers. The Contractor shall also take care of all sewage and drainage which will be received from these drains and sewers, and for this purpose he shall provide and maintain, at his own cost and expense, adequate pumping facilities and temporary outlets or divisions. The Contractor, at his own cost and expense, shall construct such troughs , pipes, or other structures necessary, and be prepared at all times to dispose of drainage and sewage received from these temporary connections until such times as the permanent connections are built and are in service. The existing sewers and connections shall be kept in service and maintained under the Contract, except when specified or ordered to be abandoned by the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will be adequately protected. C6-6(8) C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY: When the Contractor desires to use City water in connection with any construction work , he shall make complete and satisfactory arrangements with the Fort Worth City Water Department for so doing. City water furnished to the Contractor shall be delivered to the Contractor from a connection on an existing City main. All piping required beyond the point of delivery shall be installed by the Contractor at his own expense. The Contractor 's responsibility in the use of all existing fire hydrant and/or valves is detailed in Section E2-l .2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents. When meters are used to measure the water, the charges, if any, for water will be made at the regular established rates . When meters are not used , the charges , if any, will be as prescribed by the City ordinance, or where no ordinances applies , payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department. C 6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, in the opinion of the Engineer, any section or portion of the work or any structure is in suitable condition, it may be put into use upon the written notice of the Engineer, and such usage shall not be held to be in any way an acceptance of said work or structure or any part thereof or as a waiver of any of the provisions of these Contract Documents. All necessary repairs and removals of any section of the work so put into use , due to defective materials or workmanship, equipment, or deficient operations on the part of the Contractor, shall be performed by the Contractor at his expense. C6-6.18 CONTRACTOR 'S RESPONSIBILITY FOR THE WORK: Until written acceptance by the Owner as provided for in these Contract Documents , the work shall be under the charge and care of the Contractor, and he shall take every necessary precaution to prevent injury or damage to the work or any part thereof by action of the elements or from any cause whatsoever, whether arising from the execution or nonexecution of the work. The Contractor shall rebuild , repair, restore, and make goo d at his own expense all injuries or damage to any portion of the work occasioned by any of the hereinabove causes . C6-6.l 9 NO WAIVER OF LEGAL RIGHTS: Inspection by the Engineer or any order by the Owner by payment of money or any payment for or acceptance of any work , or any extension of time, or any possession taken by the City shall not operate as a waiver of any provision of the Contract Documents. Any waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent breach. The Owner reserves the right to correct any error that may be discovered in any estimate that may have been paid and to adjust the same to meet the requirements of the Contract Documents. C6-6(9) C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS : In carrying out the provisions of these Contract Documents or in exercising any power of authority granted thereunder, there shall be no liability upon the authorized representative of the Owner, either personally or other wise as they are agents and representatives of the City. C6-6.2I STATE SALES TAX: On a contract awarded by the City of Fort Worth , and organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales , Excise, and Use Tax Act , the Contractor may purchase, rent or lease all materials , supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax , said exemption certificate to comply with State Comptroller 's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011 , and any other applicable State Comptroller's rulings pertaining to the Texas Limited Sales , Excise , and Use Tax Act. On a contract awarded by a developer for the construction of a publicly-owner improvement in a street right-of-way or other easement which has been dedicated to the public and the City of Fort Worth, an organization which qualifies for exemption pursuant the provisions of Article 20 .04 (H) of the Texas Limited Sales , Excise, and Use Tax Act , the Contractor can probably be exempted in the same manner stated above. Texas Limited Sales , Excise , and Use Tax Act permits and information can be obtained from: Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX C6-6(10) PART C -GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS: C7-7.l SUBLETTING : The Contractor shall perform with his own organization , and with the assistance of workmen under his immediate superintendence, work of a value of not less than fifty (50%) percent of the value embraced on the contract. If the Contractor sublets any part of the work to be done under these Contract Documents, he will not under any circumstances be relieved of the responsibility and obligation assumed under these Contract Documents. All transactions of the Engineer will be with the Contractor. Subcontractors will be considered only in the capacity of employees or workmen of the Contractor and shall be subject tot he same requirements as to character and competency. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times , when the work is in operation, be represented either in person or by a superintendent or other designated representatives . C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign , transfer, sublet, or otherwise dispose of the contract or his rights , title , or interest in or to the same or any part thereof without the previous consent of the Owner expressed by resolution of the City Council and concurred in by the Sureties . If the Contractor does, without such previous consent, assign, transfer, sublet , convey, or otherwise dispose of the contract or his right, title, or interest therein or any part thereof, to apy person or persons, partnership, company, firm , or corporation, or does by bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any states, attempt to dispose of the contract may, at the option of the Owner be revoked and annulled , unless the Sureties shall successfully complete said contract, and in the event of any such revocation or annulment, any monies due or to become due under or by virtue of said contract shall be retained by the Owner as liquidated damages for the reason that it would be impracticable and extremely difficult to fix the actual damages . C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction operations , the Contractor shall submit to the Engineer in five or more copies , if requested by the Engineer, a progress schedule preferably in chart or diagram form , or a brief outlining in detail and step by step the manner of prosecuting the work and ordering materials and equipment which he expects to follow in order to complete the project in the scheduled time. There shall be submitted a table of estimated amounts to be earned by the Contractor during each monthly estimate period. The Contractor shall commence the work to be performed under this contract within the time limit stated in these Contract Documents and shall conduct the work in a continuous manner and with sufficient equipment, materials , and labor as is necessary to insure its completion within the time limit. C7-7(1) The sequence requested of all construction operations shall be at all times as specified in the Special Contract Documents. Any Deviation from such sequencing shall be submitted to the Engineer for his approval. Contractor shall not proceed with any deviation until he has received written approval from the Engineer. Such specification or approval by the Engineer shall not relieve the Contractor from full responsibility of the complete performance of the Contract. The contract time may be changed only as set forth in Section C7-7 .8 EXTENSION OF TIME OF COMPLETION of this Agreement, and a progress schedule shall not constitute a change in the contract time. C7-7.4 LIMITATION OF OPERATIONS: The working operations shall at all times be conducted by the Contractor so as to create a minimum amount of inconvenience to the public. At any time when, in the judgment of the Engineer, the Contractor has obstructed or closed or is carrying on operations in a portion of a street or public way greater than is necessary for proper execution of the work, the Engineer may require the Contractor to finish the section on which operations are in progress before the work is commenced on any additional section or street. C7-7.5 CHARACTER OF WORKMEN AND EQUIPMENT : Local labor shall be used by the Contractor when it is available. The Contractor may bring from outside the City of Fort Worth his key men and his superintendent. All other workmen, including equipment operators, may be imported only after the local supply is exhausted. The Contractor shall employ only such superintendents, foremen, and workmen who are careful, competent, and fully qualified to perform the duties and tasks assigned to them, and the Engineer may demand and secure the summary dismissal of any person or persons employed by the Contractor in or about or on the work who, in the opinion of the Owner, shall misconduct himself or to be found to be incompetent , disrespectful, intemperate, dishonest, or otherwise objectionable or neglectful in the proper performance of his . or their duties, or who neglect or refuses to comply with or carry out the direction of the owner, and such person or persons shall not be employed again thereon without written consent of the Engineer. All workmen shall have sufficient skill , ability, and experience to properly perform the work assigned to them and operate any equipment necessary to properly carry out the performance of the assigned duties. The Contractor shall furnish and maintain on the work all such equipment as is considered to be necessary for the prosecution of the work in an acceptable manner and at a satisfactory rate of progress. All equipment, tools, and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer and shall be maintained in a satisfactory, safe and efficient working condition. Equipment on any portion of the work shall be such that no injury to the work. Workmen or adjacent property will result from its use. C7-7(2) C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of the work completed as defined in Cl-1.23 "WORKING DAYS " or the date stipulated in the "WORK ORDER" for beginning work, whichever comes first. Nothing in these Contract Documents shall be construed as prohibiting the Contractor from working on Saturday, Sunday or Legal Holidays , providing that the following requirements are met: a. A request to work on a specific Saturday, Sunday or Legal Holiday must be made to the Engineer no later that the preceding Thursday. b. Any work to be done on the project on such a specific Saturday, Sunday or Legal Holiday must be, in the opinion of the Engineer, essential to the timely completion of the project. The Engineer 's decision shall be final in response to such a request for approval to work on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be allowed to the Contractor for any work performed on such a specific Saturday, Sunday or Legal Holiday. Calendar Days shall be defined in C 1-1.24 and the Contractor may work as he so desires. C7-7 .7 TIME OF COMMENCEMENT AND COMPLETION: The Contractor shall commence the working operations within the time specified in the Contract Documents and set forth in the Work Order. Failure to do so shall be considered by the owner as abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit. The Contractor shall maintain a rate of progress such as will insure that the whole work will be performed and the premises cleaned up in accordance with the Contract Documents and within the time established in such documents and such extension of time as may be properly authorized . C7-7.8 EXTENSION OF TIME COMPLETION: The Contractor 's request for an extension of time of completion shall be considered only when the request for such extension is submitted in writing to the Engineer within seven days from and after the time alleged cause of delay shall occurred. Should an extension of the time of completion be requested such request will be forwarded to the City Council for approval. In adjusting the contract time for completion of work , consideration will be given to unforeseen causes beyond the control of and without the fault or negligence of the Contractor, fire, flood , tornadoes , epidemics , quarantine restrictions, strikes, embargoes , or delays of sub-contractors due to such causes. C7-7(3) When the date of completion is based on a calendar day bid , a request for extension of time because of inclement weather will not be considered. A request for extension of time due to inability to obtain supplies and materials will be considered only when a review of the Contractor's purchase order dates and other pertinent data as requested by the Engineer indicates that the Contractor has made a bonafide attempt to secure delivery on schedule. This shall include efforts to obtain the supplies and materials from alternate sources in case the first source cannot make delivery. If satisfactory execution and completion of the contract should require work and materials in greater amounts or quantities than those set forth in the approved Contract Documents , then the contract time mat be increased by Change Order. C7-7.9 DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work , except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed, a written statement thereof shall be presented by the Contractor to the Engineer and if by the Engineer found correct , shall be approved and referred by the Engineer to the City Council for final approval or disapproval ; and the action thereon by the City Council shall be final and binding. If delay is caused by specific orders given by the Engineer to stop work , or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work , then such delay will entitle the Contractor to an equivalent extension of time, his application for shall , however, be subject to the approval of the City Council : and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. C7-7.10 TIME OF COMPLETION: The time of completion is an essential element of the contract. Each bidder shall indicate in the appropriate place on the last page of the Proposal the number of working days or calendar days that he will require to fully complete this contract or the time of completion will be specified by the City in the Proposal section of the Contract Documents. The number of days indicated shall be a realistic estimate of the time required to complete the work covered by the specific contract being bid upon. The amount of time so stated by the successful bidder or the City will become the time of completion specified in the Contract Documents. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents , or increased time granted by the Owner, or as automatically increased by additional work or materials ordered after the contract is signed, the sum per day given in the following schedule, unless otherwise specified in other parts of the Contract Documents, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the Owner. C7-7(4) AMOUNT OF CONTRACT AMOUNT OF LIQUIDATED DAMAGES PER DAY Less than $ 5,000 inclusive $ 35.00 $ 5,001 to $ 15,000 inclusive $ 45.00 $ 15,001 to $ 25,000 inclusive $ 63 .00 $ 25,001 to $ 50,000 inclusive $ 105.00 $ 50,001 to $ 100,000 inclusive $ 154.00 $ 100,001 to $ 500,000 inclusive $ 210.00 $ 500,001 to $ 1,000,000 inclusive $ 315 .00 $ 1,000,001 to $2,000,000 inclusive $ 420.00 $2,000,000 and over $ 630.00 The parties hereto understand and agree that any harm to the City caused by the Contractor's delay in completing the work hereunder in the time specified by the Contract Documents would be incapable or very difficult to calculate due to lack of accurate information, and that the "Amount of Liquidated Damages Per Day'', as set out above, is a reasonable forecast of just compensation due the City for harm caused by any delay. C7-7.11 SUSPENSION BY COURT ORDER: The Contractor shall suspend operations on such part or parts of the work ordered by any court, and will not be entitled to additional compensation by virtue of such court order. Neither will he be liable to the City in the vent the work is suspended by a Court Order. Neither will the Owner be liable to the Contractor by virtue of any Court Order or action for which the Owner is not solely responsible. C7-7.12 TEMPORARY SUSPENSION : The Owner shall have the right to suspend the work operation wholly or in part for such period or periods of time as he may deem necessary due to unsuitable weather conditions or any other unsuitable conditions which in the opinion of the Owner or Engineer cause further prosecution of the work to be unsatisfactory or detrimental to the interest of the project. During temporary suspension of the work covered by this contract, for any reason, the Owner will make no extra payment for stand-by time of construction equipment and/or construction crews. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. Should the Contractor not be able to complete a portion of the project due to causes beyond the control of and without the fault or negligence of the Contractor as set forth in C7-7(5) Paragraph C7-7.8 EXTENSION OF THETIME OF COMPLETION , and should it be determined by mutual consent of the Contractor and the Engtneer that a solution to allow construction to proceed is not available within a reasonable period of time, then the Contractor may be reimbursed for the cost of mo ving his equipment off the job and return ing the necessary equipment to the job when it is determined by the Engineer that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of mo vi ng the equipment and no profit will be allowed. No reimbursement shall be allowed if the equipment is mo ved to another construction project for the City of Fort Worth . The Contractor shall not suspend work without written notice from the Engineer and shall proceed with the work operations promptly when notified by the Engineer to so resume operations. C7-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: Whenever, because of National Emergency, so declared by the president of the United States or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, materials, and equipment for the prosecution of the work with reasonable continuity for a period of two months , the Contractor shall within seven days notify the City in writing, giving a detailed statement of the efforts which have been made and listing all necessary items of labor, materials , and equipment not obtainable. If, after investigations , the owner finds that such conditions existing and that the inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Contractor, than if the Owner cannot after reasonable effort assist the Contractor in procuring and making available the necessary labor, materials , and equipment within thirty days , the Contractor my request the owner to terminate the contract and the owner may comply with the request , and the termination shall be conditioned and based upon a final settlement mutually acceptable to both the Owner and the Contractor and final payment shall be made in accordance with the terms of the agreed settlement, which shall include . But not be limited to the payment for all work executed but not anticipated profits on work which has not been performed . C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF THE CONTRACT: The work operations on all or any portion or section of the work under Contract shall be suspended immediately on written order of the Engineer or the Contract may be declared canceled by the City Council for any good and sufficient cause . The following, by way of example , but not of limitation, may be considered grounds for suspension or cancellation: a. Failure of the Contractor to commence work operations within the time specified in the Work Order issued by the Owner. b. Substantial evidence that progress of the work operations by the Contractor is insufficient to complete the work within the specified time. C7-7(6) c. Failure of the Contractor to provide and maintain sufficient labor and equipment to properly execute the working operations. d. Substantial evidence that the Contractor has abandoned the work. e. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the work satisfactorily. f . Failure on the part of the Contractor to observe any requirements of the Contract Documents or to comply with any orders given by the Engineer or Owner provided for in these Contract Documents. g. Failure of the Contractor promptly to make good any defect in materials or workmanship, or any defects of any nature the correction of which has been directed in writing by the Engineer or the Owner. h . Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on the City in the construction of work under contract. 1. A substantial indication that the Contractor has made an unauthorized assignment of the contract or any funds due therefrom for the benefit of any creditor or for any other purpose. J. If the Contractor shall for any cause whatsoever not carry on the working operation in an acceptable manner. k. If the Contractor commences legal action against the Owner. A Copy of the suspension order or action of the City Council shall be served on the Contractor's Sureties . When work is suspended for any cause or causes, or when the contract is canceled, the Contractor shall discontinue the work or such part thereof as the owner shall designate, whereupon the Sureties may, at their option, assume the contract or that portion thereof which the Owner has ordered the Contractor to discontinue , and may perform the same or may, with written consent of the owner, sublet the work or that portion of the work as taken over, provided however, that the Sureties shall exercise their option, if at all , within two weeks after the written notice to discontinue the work has been served upon the Contractor and upon the Sureties or their authorized agents. The Sureties, in such event shall assume the Contractor's place in all respects , and shall be paid by the Owner for all work performed by them in accordance with the terms of the Contract Documents. All monies remaining due the Contractor at the time of this default shall thereupon become due and payable to the Sureties as the work progresses, subject to all of the terms of the Contract Documents. C7-7(7) In case the Sureties do not, within the hereinabove specified time, exercise their right and option to assume the contract responsibilities , or that portion thereof which the Owner has ordered the Contractor to discontinue , then the Owner shall have the power to complete , by contract or otherwise, as it may determine, the work herein described or such work thereof as it may deem necessary, and the Contractor hereto agrees that the Owner shall have the right to take possession of and use any materials , plants , tools , equipment, supplies , and property of any kind provided by the Contractor for the purpose of carrying on the work and to procure other tools , equipment, materials , labor and property for the completion of the work, and to charge to the account of the Contractor of said contract expense fo~ labor, materials , tools , equipment, and all expenses incidental thereto . The expense so charged shall be deducted by the owner from such monies as may be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid for the work completing the contract, but the expense to be deducted shall be the actual cost of the owner of such work In case such expenses shall exceed the amount which would have been payable under the Contract if the same had been completed by the Contract, then the Contractor and his Sureties shall pay the amount of such excess to the City on notice from the Owner of the excess due. When any particular part of the work is being carried on by the Owner by contract or otherwise under the provisions of this section, the Contractor shall continue the remainder of the work in conformity with the terms of the Contract Documents and in such a manner as to not hinder or interfere with the performance of the work by the Owner. C7-7 .15 FULFILLMENT OF CONTRACT: The Contract will be considered as having been fulfilled, save as provided in any bond or bonds or by law , when all the work and all sections or parts of the project covered by the Contract Documents have been finished and completed , the final inspection made by the Engineer, and the final acceptance and final payment made by the Owner. C7-7.16 TERMINATION FOR CONVENIENCE OF THE OWNER: The performance of the work under this contract may be terminated by the Owner in whole, or from time to time in part, in accordance with this section , whenever the Owner shall determine that such termination is in the best interest of the Owner. A. NOTICE OF TERMINATION : Any Termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of work under the contract is terminated , and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the Owner. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any C7-7(8) B. claim, demand or suit shall be required of the Owner regarding such discretionary action CONTRACTOR ACTION: After receipt of a notice of termination, and except as otherwise directed by the Engineer, the Contractor shall : 1. Stop work under the contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials , services or facilities except as may be necessary for completion of such portion of the work under the contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the work terminated by notice of termination; 4. transfer title to the Owner and deliver in the manner, at the times, and to the extent, if any, directed by the Engineer: a . the fabricated or un-fabricated parts , work in progress, completed work, supplies and other material produced as a part of, or acquired in connection with the performance of, the work terminated by the notice of the termination; and b . The completed or partially completed plans, drawings, information and other property which, if the contract had been completed, would have been required to be furnished to the Owner. 5. complete performance of such work as shall not have been terminated by the notice of termination; and 6 . Take such action as may be necessary, or as the Engineer may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the Engineer a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of C7-7(9) which has been directed or authorized by Engineer, Not later than 15 days thereafter, the owner shall accept title to such items provided, that the list submitted shall be subject to verification by the Engineer upon remo val of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted , shall be made prior to final settlement. C. TERMINATION CLAIM: Within 60 days after the notice of termination, the Contractor shall submit his termination claim to the Engineer in the form and with the certification prescribed by the Engineer. Unless one or more extensions in writing are granted by the Owner upon request of the Contractor, made in writing within such 60-day period or authorized extension thereof, any and all such claims shall be conclusively deemed waived. D. AMOUNTS: Subject to the prov1s1ons of Item C7-7.l(C), the Contractor and the Owner may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of the work pursuant hereto; provided, that such agreed amount or amounts shall never exceed the total contract price reduced by the amount of payments otherwise made and as further reduced by the contract price work not terminated. The contract shall be amended accordingly, and the Contractor shall be paid the agreed amount. No amount shall be due for lost or anticipated profits> Nothing in C7-7 .16(E) hereafter, prescribing the amount to be paid to the Contractor by reason of the termination of work pursuant to this section, shall be deemed to limit , restrict or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph. E. F. FAILURE TO AGREE: In the event of the failure of the Contractor and the Owner to agree as provided in C7-7 .16(D) upon the whole amount to be paid to the Contractor by reason of the termination of the work pursuant to this section , the Owner shall determine, on the basis of information available to it , the amount , if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. No amount shall be due for lost or anticipated profits. DEDUCTIONS: In arriving at the amount due the Contractor under this section there shall be deducted; 1. all un-liquidated advance or other payments on account theretofore made to the Contractor, applicable to the terminated portion of this contract ; C7-7(10) 2. any claim which the Owner may have against the Contractor in connection with this contract; and 3. the agreed price for, or the proceeds of the sale of, any materials, supplies or other things kept by the Contractor or sold, pursuant to the provisions of this clause , and not otherwise recovered by or credited to the Owner. G. ADJUSTMENT: If the termination hereunder be partial, prior to the settlement of the terminated portion of this contract, the Contractor may file with the Engineer a request in writing for an equitable adjustment of the price or prices specified in the contract relating to the continued portion of the contract (the portion not terminated by notice of termination), such equitable adjustment as may be agreed upon shall be made in such price or prices; noting contained herein, however, shall limit the right of the owner and the Contractor to agree upon the amount or amounts to be paid tot he Contractor for the completion of the continued portion of the contract when said contract does not contain an established contract price for such continued portion. H. NO LIMITATION OF RIGHTS: Noting contained in this section shall limit or alter the rights which the Owner may have for termination of this contract under C7-7.14 hereof entitled "SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRACT" or any other right which the Owner may have for default or breach of contract by Contractor. C7-7.17 SAFETY METHODS AND PRACTICES: The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work at all times and shall assume all responsibilities for their enforcement. The Contractor shall comply with federal, state, and local laws, ordinances , and regulations so as to protect person and property from injury, including death , or damage in connection with the work. C7-7(11) C8-8 MEASURMENT AND PAYMENT PART C -GENERAL CONDITIONS C8-8 MEASURMENT AND PAYMENT C8-8.1 MEASURMENT OF QUANTITIES: The determination of quantities of work performed by the Contractor and authorized by the Contract Documents acceptably completed under the terms of the Contract Documents shall be made by the Engineer, based on measurements made by the Engineer. These measurements will be made according to the United States Standard Measurements used in common practice, and will be the actual length, area, solid contents, numbers, and weights of the materials and items installed. C8-8.2 UNIT PRICES: When in the Proposal a "Unit Price" is set forth, the said "Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials, machinery, equipment, appliances and appurtenances necessary for the construction of and the completion in a manner acceptable to the Engineer of all work to be done under these Contract Documents. The "Unit Price" shall include all permanent and temporary protection of overhead, surface, and underground structures, cleanup, finished, overhead expense, bond, insurance, patent fees, royalties, risk due to the elements and other causes, delays, profits, injuries, damage claims, taxes, and all other items not specifically mentioned that may be required to fully construct each item of the work complete in place an in a satisfactory condition of operation. C8-8.3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth, the said "Lump Sum" shall represent the total cost for the Contractor to furnish all labor, tools, materials, machinery, equipment, appurtenances, and all subsidiary work necessary for the construction and completion of all the work to provide a complete and functional item as detailed in the Special Contract Documents and/or Plans. C8-8.4 SCOPE OF PAYMENT: The Contractor shall receive and accept the compensation, as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or form the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in Paragraph C5-5.14) for all risks of whatever description connected with the prosecution of the work, for all expense incurred by or in consequence of suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements or patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents. C8-8-1 The payment of any current or partial estimate prior to final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials , or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense, any defects or imperfections in the construction or in the strength or quality of the material used or equipment and machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects , imperfection, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the one year guarantee period after final acceptance. The Owner shall be the sole judge of such defects , imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8-8.5 PARTIAL ESTIMATES AND RETAIN AGE: Between the 1st and 5th day or each month the Contractor shall submit to the Engineer a statement showing an estimate of the value of the work done during the previous month, or estimate period under the Contract Documents. Not later than the 10th day of the month the Engineer shall verify such estimate, and if it is found to be acceptable and the value of work performed since the last partial payment was made exceeds one hundred dollars in amount, 90% of such estimated sum will be paid to the Contractor if the total contract amount is less than $400,000, or 95% of such estimated sum will be paid to the Contractor if the total contract amount is $400,000 or greater within twenty-five (25) days after the regular estimate period. The City will have the option of preparing estimated on form furnished by the City. The partial estimate may include acceptable nonperishable materials delivered to the work, which are to be incorporated into ·the work as a permanent part thereof, but which at the time of the estimate have not been installed.(such payment will be allowed on a basis of 85% of the net invoice value thereof) The Contractor shall furnish the Engineer such information as he may request to aid him as a guide in the verification or the preparation of partial estimates. It is understood that the partial estimate from month to month will be approximate only, and all partial monthly estimates and payment will be subject to correction in the estimates rendered following the discovery of an error in any previous estimate, and such estimate shall not, in any respect, be taken as an admission of the Owner of the amount of work done or of its quality of sufficiency, or as an acceptance of the work done or the release of the Contractor of any of his responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any monthly estimate if the Contractor fails to perform the work strictly in accordance with the specifications or provisions of this contract. C8-8.6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may be held in abeyance if the performance of the construction operations is not in accordance with the requirements of the Contract Documents. C8-8-2 C8-8.7 FINAL ACCEPTANCE: Whenever the improvements provided for by the Contract Documents shall have been completed and all requirements of the Contract Documents shall have been fulfilled on the part of the Contractor, the Contractor shall notify the Engineer in writing that the improvements are ready for the final inspection. The Engineer shall notify the appropriate officials of the Owner, will within a reasonable time make such final inspection, and if the work is satisfactory, in an acceptable condition, and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will initiate the processing of the final estimate and recommend final acceptance of the project and final payment thereof as outlined in C8-8.8 below. C8-8.8 FINAL PAYMENT: Whenever all the improvements provided for by the Contract Documents and all approved modifications thereof shall have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, a final estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations , and checks can be made. All prior estimates upon which payment has been made are subject to necessary corrections or revisions in the final payment. The amount of the final estimate, less previous payments and any sum that have been deducted or retained under the provisions of the Contract Documents , will be paid to the Contractor within 60 days after final acceptance by the Owner on a proper resolution of the City Council, provided the Contractor has furnished · to the Owner satisfactory evidence of payment as follows: prior submission of the final estimate for payment, the Contractor shall execute an affidavit, as furnished by the City, certifying that all persons , firms, associations , corporations, or other organizations furnishing labor and/or materials have been paid in full, that the wage scale established by the City Council in the City of Fort Worth has been paid, and that there are no claims pending for personal injury and/or property damages. The acceptance by the Contractor of the last or final payment as aforesaid shall operate as and shall release the Owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of said City relating to or connected with the Contract. The making of the final payment by the Owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. C8-8.9 ADEQUACY OF DESIGN: It is understood that the Owner believes it has employed competent Engineers and designers to prepare the Contract Documents and all modifications of the approved Contract Documents. It is, therefore, agreed that the Owner shall be responsible for the adequacy of its own design features, sufficiency of the Contract Documents , the safety of the structure, and the practicability of the operations of the completed project, provided the Contractor has complied with the requirements of the C8-8-3 said Contract Documents, all approved modifications thereof, and additions and alterations thereto approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the said requirements of the Contract Documents, appro ved modifications thereof, and all approved additions and alterations thereto . C8-8.10 GENERAL GUARANTEE: Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to other work resulting therefrom which shall appear within a period of one year from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guarantee as above outlined. The Owner will give notice of observed defects with reasonable promptness. CS-8.11 SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by the Plans , the General Contract Documents , or the Special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal , for each bid item . Surface restoration, rock excavation, and clean-up are general items of work which fall in the category of subsidiary work. CS-8.12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one- tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. CS-8.13 RECORD DOCUMENTS: Contractor shall keep on record a copy of all specifications, plans, addenda, modifications , shop drawings , and samples at the site, in good order and annotated to show all changes made during the construction process. These shall be delivered to the Engineer upon completion of the work. C8-8-4 SUPPLEMENTARY CONDITIONS FORT WORTH, WATER DEPARTMENT WATER AND WASTEWATER TREATMENT PLANT PROJECTS 1. CONTRACT DOCUMENTS: In Section Cl-1.2 CONTRACT DOCUMENTS , delete Paragraph Cl-1.2b SPECIAL CONTRACT DOCUMENTS and add the following: "b . SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the follo wing items: PART A -NOTICE TO BIDDERS (Advertisement) SPECIAL INSTRUCTION TO BIDDERS PART B -PROPOSAL (Bid) M/WBE BID SPECIFICATIONS PART C -GENERAL CONDITIONS PART CS-SUPPLEMENTARY CONDITIONS PART D -SPECIAL CONDITIONS PART E -TECHNICAL SPECIFICATIONS PERMITS /EASEMENTS (Some Permits are Multicolored) PART F -BONDS AND INSURANCE PART G -CONTRACT PART H -PLANS/F IGURES (may be bound separately) White White White Golden Rod Canary Yell ow Green Green White White White White White 2. DIRECTOR OF TRANSPORA TION AND PUBLIC WORKS: Delete entire Paragraph C 1-1.17 , and replace with the following: Cl-1.17 DIRECTOR OF TRANSPORATION AND PUBLIC WORKS: The officially appointed Director of the Transportation and Public Works Department of the City of Fort Worth , or his duly authorized representative , assistant, or agents. 3 . DIRECTOR OF ENGINEERING: Add the following paragraph after Cl-1.17 and before C 1-1.18: Cl-l.17A DIRECTOR OF ENGINEERING: The officially appointed Director of the Department of Engineering of the City of Fort Worth referred to in the charter as the City Engineer, or his duly authorized representative assistant, or agents. 4. ENGINEER: Delete entire Paragraph Cl-1.19, and replace with the following: The Director of the Fort Worth Department of Engineering, the Director of Fort Worth Transportation and Public Works Department, the Director of the Fort Worth Water Department, or their duly authorized assistants , agents , engineers, inspectors, or superintendents , acting within the scope of the particular duties entrusted to them . CS-1 5. PROPOSAL FORM: In Section C2-2.l , Paragraph 1, revise last sentence to read as follows: "The Bidder shall furnish a Financial Statement, Equipment Schedule, and Experience Record, all of which must be properly executed and filed with the Director of the Water Department one week prior to the hour for opening of bids. Information shall be on forms provided by the Bidder and acceptable to the City. 6. EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: In Section C2-2.3, Paragraph 2, add the following to the last sentence: "except for changes in the site conditions caused by factors outside of the control of the Contractor which occur after the Contractor's inspection and prior to installation." 7. INTERPRETATION AND PREPARATION OF PROPOSAL: Part C -General Conditions, Section C2-2, exchange paragraphs C2-2.7 , C2-2.8 , and C2-2.9 with the following: C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security and other required material, to the Purchasing Manager or his representative at the official location and stated time set forth in the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered . The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL" and the name or description of the project designated in the "Notice To Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, PO Box 17027, Fort Worth, Texas 76102." C2-2.8 WITHDRAWING PROPOSALS: Proposals, actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for the opening of proposals. A request for non consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. CS-2 8. MINORITY BUSINESS ENTERPRISE/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Delete entire Paragraph C3-3.2, and replace with the following: C3-3.2 MINORITY AND WOMEN BUSINESS ENTERPRISES: In a accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 pm , five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a minority business enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE . The misrepresentation of facts ( other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further, any such misrepresentation facts (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less that three (3) years . 9. C3-3.5 A WARD OF CONTRACT is modified to read as follows: "The Owner reserves the right to withhold final action on the proposals for a reasonable time, not to exceed the period stated for the duration of the Bid Security stated in the Notice to Bidders or 90 days, whichever is shorter." 10. C3-3.7 BONDS. For the Paragraph after Paragraph C3-3.7d OTHER BONDS, which begins with "No sureties", change the entire paragraph to read as follows: "In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States Secretary of the Treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the United States Secretary of the Treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will CS-3 determine the adequacy of the proof required herein. Each bond shall be properly executed by both the Contractor and the Bonding Company." 11.0 INSURANCE . Delete entire Paragraph C3-3.11 INSURANCE, and replace with the following: C3-3 .l 1 INSURANCE : The Contractor shall not commence work under this contract until he has obtained all insurance required under the Contract Documents, and such insurance has been approved by the Owner and certificates of Insurance shall be delivered to the Owner (City of Fort Worth , Contract Administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth , Texas 76102) prior to commencement of work on the contract project. The prime Contractor shall be responsible for delivering to the Owner the sub- contractor's certificate of insurance for approval. The prime Contractor shall indicate on the certificate of insurance included in the documents for execution whether or not his insurance covers sub-contractors . It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all sub-contractors. The General Contractor may require all subcontractors to be insured and submit documentation ensuring that the requirements of C3-3.11 are met for all subcontractors. Failure of the Owner to request required documentation shall not constitute a waiver of the insurance requirements specified herein. The Contractor's liability shall not be limited to the specified amounts of insurance required herein . a. COMPENSATION INSURANCE: The Contractor shall maintain , during the life of this contract, Worker's Compensation Insurance on all of his employees to be engaged in work on the project under this contract, and for all sub-contractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Worker 's Compensation Statute, the Contractor shall provide adequate employer 's general liability insurance for the protection of such of his employees not so protected . Worker's compensation insurance covering employees in the project site shall be indorsed with a waiver of subrogation providing rights of recovery in favor of the OWNER. b. COMMERICAL GENERAL LIABILITY INSURANCE: The Contractor Shall procure and shall maintain during the life of this contract, General Liability Insurance (Public Liability and Property Damage Insurance) in the amount not less than $500 ,000 covering each occurrence/aggregate on account of bodily injury, including death, and in an amount not less than $500,000 covering each occurrence/aggregate on account of property damage with $2 ,000,000 umbrella policy coverage. Certificates of insurance shall state that Insurance is on an "occurrence" basis. Certificate shall also contain a statement that no exclusions by endorsement have been made to the Commercial General Liability Policy. c. ADDITIONAL LIABILITY: The Contractor shall furnish insurance as a separate policies or by additional endorsement to one of the above- CS-4 mentioned policies, and in the amount as set forth for public liability and property damage, the following insurance: 1. Contingent Liability ( covers General Contractor's Liability for acts of sub-contractors). 2. Blasting, prior to any blasting being done. 3. Collapse of buildings or structures adjacent to excavation ill excavation are performed adjacent to same). 4. Damage to underground utilities for $500,000. 5. Builder's risk {where above-ground structures are involved). 6 . Contractual Liability ( covers all indemnification requirements of Contract). The City, its offices , employees and servants shall be endorsed as additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's worker's compensation insurance policy. Contractor's insurance policies shall be indorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by the OWNER shall not be called upon to contribute to loss recovery. 7. When required by the Contract Documents, Environmental Impairment Liability Coverage must be provided in the limits of $1,000,000 per occurrence and $2,000,000 annual aggregate. The Environmental Impairment Liability (EIL) must contain coverage for sudden and accidental contamination or pollution, liability for gradual emissions, and clean-up costs. The EIL coverage shall include two year completed operations coverage on a per Project basis. A separate insurance policy may be needed to fulfill this requirement. EIL for damages incurred in the course of transporting sludge shall be covered under the contractor's insurance policy(s). d. AUTOMOBILE INSURANCE -BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain during the life of this Contract, Comprehensive Automobile Liability Insurance in an amount not less than $250 ,000 for injuries including accidental death to any one person and subject to the same limit for each person an amount not less than $500,000 aggregate on account of one accident, and automobile property damage insurance in an amount not less than $100,000 aggregate. CS-5 e. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance required under the above paragraphs shall provide adequate protection for the Contractor and his sub-contractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the Contract. f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the owner with satisfactory proof of coverage by insurance required in these Contract Documents in the amounts and by carriers satisfactory to the Owner. (Sample attached.) Other than Worker's Compensation Insurance, in lieu of specified insurance, the City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. All insurance requirements made upon the Contractor shall apply to the sub-contractors, should the Prime Contractor's insurance not cover the sub-contractor's work operations. g. DEDUCTIBLE LIMITS. The deductible limits or self-funded retention limits, on each policy must not exceed $10 ,000 per occurrence unless otherwise approved by the City. h. INSURANCE COMPANY: The insurance company with whom the Contractor's insurance is written shall be authorized to do business in the State of Texas and shall have a current A.M. Best Rating of "A:VII" or equivalent measure of financial strength and solvency. 1. NOTIFICATION. During the lifetime of this contract, the Contractor shall notify the ENGINEER in writing, of any known loss occurrence that could give rise to a liability claim or lawsuit or which could result in a property loss. J. CANCELLATION: Insurance shall be endorsed to provide the City with a minimum of thirty days notice of cancellation, non-renewal and/or material change in insurance policy terms or coverage. A minimum 10 day notice shall be acceptable in the event of non-payment of insurance premium to insurance company. CITY RESPONSIBILITIES. The City shall not be responsible for direct payment of insurance premium costs for Contractor's Insurance. 12. LIMITATION OF INCIDENTAL CHARGES (Reference C4-4 .5c): The Contractor agrees that should any change in the work of extra work be ordered, the following applicable percentage shall be added to Material and Labor Costs to cover overhead and profit: CS-6 1. Allowance to the Contractor for overhead and profit for extra work performed by the Contractor's own forces shall not exceed 15%. 2. Allowance to the Contractor for overhead and profit for extra work performed by a subcontractor and supervised by the Contractor shall not exceed 10%. Contractor shall be reimbursed for direct field overhead when the change requires an extension of the Contract period. Contractor shall not be reimbursed for indirect overhead or indirect costs related to changes to this contract. 13. TESTING COSTS : Section 5-5.12 ; revise the first sentence to read as follows: "Where, as called for in the Contract Documents , tests of materials or equipment are necessary, such tests will be made at the expense of and paid for by the Contractor unless otherwise specifically provided for in the Technical Specifications." 14. LAWS TO BE OBSERVED: Section C6-6.l, delete "or which may be enacted later". After the word "exist," add "at the time of the Contract or may be hereafter exist during the performance of the Contract." 15. BUILDING PERMITS: Paragraph C6-6.2 Insert the following at the end of the paragraph; "Contractors are responsible for obtaining all construction permits from the governing agencies. Contractor shall schedule all code inspections with the Code Inspection Department in accordance with the permit requirements and submit copy of updated schedule to the Engineer weekly. Building, plumbing, electrical and mechanical building permits are issued without charge. Water and sewer access fees will be paid by the Water Department. Any other permit fees are the responsibility of the Contractor." 16. BARRICADES, WARNINGS AND FLAGMEN: In Paragraph C6-6.8, replace the word "watchmen" wherever in appears with the word "flagmen". In the first paragraph, lines five (5) and six (6), replace "take all such other precautionary measures" with "take all reasonable necessary measures". 17. CONTRACTOR 'S RESPONSIBILITY FOR DAMAGE CLAIMS: Delete entire Paragraph C6-6.12 , and replace with the following: "C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to indemnify the City' Engineer and Architect, and their personnel at the project site for the Contractor's sole negligence. In addition, the Contractor covenants and agrees to indemnify, hold harmless and defend at its own expense, the Owner, its officers, agents , servants, and employees , from and against all claims or suits for property loss , property damage, personal injury, including death, arising out of, or alleged to arise of, the work and services to be performed hereunder by the Contractor, its officers, agents, employees subcontractors , licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by CS-7 the negligence or alleged negligence o(the Owner. its officers, agents. servants. or employees. Contractor likewise covenants and agrees to indemnify and hold harmless Owner from and against any and all injuries to the Owner's officers, agents, servants, and employees, loss or destruction of property of the Owner arising form the performance of any of the terms and conditions of this Contract, whether or not any such iniury or damage is caused. in whole or in part. by the negligence or alleged negligence of the Owner. its officers. agents. servants. or employees In the event the Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until the Contractor either (a) submits to the Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides the Owner with a letter from the Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract." 18. STATE SALES TAX: A. Delete Paragraph C6-6.21 ST A TE SALES TAX in its entirety. B. This contract is issued by an organization, which qualifies for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise, and Use Tax Act. All equipment and materials not consumed by or incorporated into the project construction are subject to State Sales Tax under House Bill 11, enacted August 15, 1991. All such taxes shall be included in the various amounts on the ProposalForm. The successful Bidder shall be required to submit a breakdown between costs of labor, consumable material and other construction costs and costs of material incorporated into the project construction prior to execution of this contract. B. At the time of execution of the Contract Documents by the Contractor, the Contractor shall complete the "Statement of Materials and Other Charges" which identifies the project costs anticipated in the Project into "Materials Incorporated into the Project" and "All Other Charges". The Contract shall be a "Separated Contract". C. The City of Fort Worth will issue appropriate Certificates of Resale to the Contractor. D. All Change Orders to the Contract will separate charges for materials and labor and will contain the following statement: "For purposes of complying with Texas Tax Code, the Contractor agrees that the charges for material incorporated into the project in excess of the estimated quantity provided for herein will be no less than the invoice price for such material to the Contractor." CS-8 19 AIR POLLUTION WATCH DAYS: Add the following to Section C7-7: C7-7.18 AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31, with 6:00 a.m. -10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HA VE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION .. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment bums Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. -6:00 p.m., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. 20 C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4 SCOPE OF PAYMENT in its entirety and replace with the following: "The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, ( except as provided in paragraph CS-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or CS-9 quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances , or any damage due or attributed to such defects, which defects , imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects , imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein." 21. PARTIAL PAYMENTS: Change Paragraph C8-8.5 to read as follows: "Partial pay estimates shall be submitted by the Contractor 5th day and the 20th day of the month that work has been is in progress. The estimate shall be processed by the City on the 10th day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period , less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the time of pay estimate have not been so installed. If such materials are included within a pay estimate, payment shall be based upon 85% of the net invoice value thereof. The Contractor will furnish the engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts of less than $400 ,000.00 at the execution , retainage shall be ten percent (10%). For contracts of $400 ,000.00 or more at the time of execution, retainage shall be five percent (5%). Contractor shall pay subcontractors in accord with subcontract agreement, within five (5) business days after receipt by the Contractor of the payment by the City. Contractor's failure to make the required payment to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of the same will be subject to correction in the estimate rendered following the discovery of an error in any previous estimate. Payment of any partial pay estimate shall not , in any respect, be taken as an admission of the Owner of the amount of work done or of its quality of sufficiency, or as an acceptance of the work done or the release of the Contractor of any of his responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this Contract." 22. GENERAL GUARANTY. Delete C8-8.I0 GENERAL GUARANTY in its entirety and replace with the following : CS-10 Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of the work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to the other work resulting therefrom which shall appear within a period of two (2) years from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. Any reference to any shorter period of time of warranty contained elsewhere within the specifications shall be resolved in favor of this specification, it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project. 23. RIGHT TO AUDIT: Add the following to Section C8-8 : C-8-8.14 RIGHT TO AUDIT: "(a) The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give Contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such subcontractor, involving transactions to the subcontract, and further , that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article together with subsection (c) hereof. The City shall give subcontractor reasonable advance notice of intended audits. ( c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse contractor for the cost of the copies as follows: 1. 50 Copies and Under -IO cents per page. 2. More than 50 copies -85 cents for the first page plus fifteen cents for each page thereafter." (5/25 /93) CS-11 24. SCHEDULE OF COSTS: Add the following to S€ction C8-8: C8-8.15 SCHEDULE OF COSTS: Following the completion of all work on the Project and prior to submittal of a request for final payment, the Contractor shall provide a Schedule of Costs to City for approval which lists all equipment systems, structures, building electrical and HVAC systems, overhead and project related costs. The items will be grouped into categories using the Owner's list of category codes which will be provided by the Owner at the Preconstruction Conference. The Schedule of Costs will be used by the City as input to the Capital Assets System, and will not be considered in preparation of modifications to the Contract. Costs associated with the preparation and processing of this schedule of costs shall be subsidiary to the price bid. The Contractor will also provide a projected payment schedule tied to the project schedule and the schedule of values which projects the monthly payments through the end of the Project. The Payment schedule must be submitted along with the first request for payment. This information is necessary to arrange financing of the Project by the City. END OF SECTION CS-12 D-1 D-2 D-3 D-4 D-6 D-8 D-10 D-12 D-13 D-14 D-24 D-25 D-30 D-37 D-39 D-41 D-48 D-55 D-86 D-91 D-101 D-102 D-103 D-104 D-105 D-106 D-107 D-108 D-109 D-110 D-111 D-112 D-113 D-114 PART D-SPECIAL CONDITIONS TABLE OF CONTENTS TABLE OF CONTENTS General D-2 Project Designation D-2 Time of Completion D-2 Project Signs D-3 Wage Rates D-3 Dewatering D-3 Existing Utilities D-3 Test Holes D -4 Substitution D-4 Trench Safety D-4 Valve Blocking D-5 Ductile Iron Pipe and Gray-Iron Fittings D-6 Valve Cut-Ins D-7 Concrete Encasement D-7 Bid Alternatives ·D-7 Site Preparation D-7 Temporary Pavement Repair D-8 Temporary Soil Erosion Sediment and Water Pollution Control D-8 Worker's Compensation Insurance D-9 Shop Drawings D-13 Testing D-14 Subsidiary Work D-15 Addenda D-15 OSHA Standards D-15 Project Superintendents D-15 Resident Engineer D-16 Progress Photographs D-16 Termination D-16 Hazardous and Toxic Materials D-17 Spoil and Fill Material D-17 Age D-17 Disability D-18 Indemnification D-18 Construction Administration D-19 D-1 PART D -SPECIAL CONDITIONS D-1 GENERAL: Subject to modifications as herein contained, the Fort Worth Water Department's General Contract Documents and General Specifications. Effective July 1, 1978, are made part of the Contract Documents for this Project. The Plans, Special conditions and Provisions Documents, and the rules, regulations, requirements, instructions, drawings and details referred to by manufacturer's name, number or identification included therein as specifying, referring or implying product control, performance, quality, or other shall be binding upon the Contractor. The Specifications and drawings shall be considered cooperative; therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below: 1. Plans 2. Special Contract Documents 3. General Contract Documents and General Specifications The following Special Conditions shall be applicable to this project and shall govern any conflicts with the General Contract documents under the provisions stated above. D-2 PROJECT DESIGNATION: Construction under these Special Documents shall be performed under the Fort Worth Water Department Project Designations: Water Project Number P265-485108-601159990100, Sewer Project Number , and /or Other D-3 TIME OF COMPLETION: The Owner desires the Contractor to substantially complete the project within 120 calendar days. Substantial completion shall be defined as all work completed such that the tank is tested, disinfected, and in service. Thereafter, final completion shall occur within 150 calendar days. Final completion shall consist of final acceptance of all work and paperwork required to process the final pay application received by the Owner. In the event that the Contractor fails to meet the substantial completion or the final completion date for the project, the Owner shall withhold money permanently form the Contractor's total compensation at the rate specified in Item C7-7.10 per calendar day as liquidated damages until substantial completion is met. D-2 D-4 PROJECT SIGNS: Project Signs are required at all locations which will be under construction for more than thirty (30) calendar days as indicated in Part B Proposal. Project Signs shall be in accordance with Figure 30 (dated 8-28-89) of the General Contract Documents. The signs may be mounted on skids or on posts. The exact locations and methods of mounting shall be approved by the engineer. Any and all costs for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. D-6 WAGE RA TES: The labor classifications and mm1mum wage rates set forth herein have been predetermined by the City Council of the City of Fort Worth, Texas, in accordance with statutory requirements, as being the prevailing classifications and rates that shall govern on all work performed by the Contractor or any subcontractor on the site of the project covered by these Contract Documents . In no event shall less that the following rates be paid. (See Section 01011 of the Technical Specifications) When two or more wage rate scales are shown and wage rates shown in specific classifications are in conflict, the higher wage will be used. D-8 DEW ATERING: The Contractor shall be responsible for determining the method of dewatering operation for the water or sewage flows from the existing mains and ground water. The Contractor shall be responsible for damage of any nature resulting from the dewatering operations. The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers. Dewatering shall be considered as incidental to a construction and all costs incurred will be considered to be included in the linear foot bid price of the pipe. D-10 EXISTING UTILTIES: The plans show the locations of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. The Contractor shall be responsible for verifying the locations of and protecting all existing utilities, service lines, or other property crossed or exposed by his construction operations. Contractor shall make all necessary provisions for the support, protection, relocation, and or temporary relocation of all utility poles, gas lines, telephone cables, utility services, water mains, sanitary sewer lines , electrical cables, drainage pipes, and all other utilities and structures both above and below ground during construction. The Contractor is liable for all damages done to such existing facilities as a result of his operations and any and all cost incurred for the protection and or temporary relocation of such facilities shall be included in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSATION WILL BE ALLOWED. D-3 Where existing utilities or service lines are cut, broken or damaged, the Contractor shall replace or repair the utilities or service lines with the same type of original material and construction , or better, unless otherwise shown or noted on the plans , at his own cost and expense. The Contractor shall immediately notify the Owner of the damaged utility or service line. He shall cooperate with the owners of all utilities to locate existing underground facilities and notify the Engineer at once of any conflicts in grades and alignment. In case it is necessary to change or move the property of any owner of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs , of their property that may be made necessary by performance of this contract. D-12 TEST HOLES: The matter of subsurface exploration to ascertain the nature of the soils, including the amount of rock, if any, through which this pipeline installation is to be made is the responsibility of any and all prospective bidders, and any bidder on this project shall submit his bid under the condition. Whether prospective bidders perform this subsurface exploration jointly or independently, and whether they make such determinations by the use of test holes or other means, shall be left to the discretion of such prospective bidders. The cost of the rock removal and other associated appurtenances , if required , shall be included in the linear foot bid price of the pipe. D-13 SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality which the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material which has been specified. Where the term "or equal," or" or approved equal" is used , it is understood that if a material, product, or piece of equipment bearing the name so used is furnished it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the proposed substitute is procured by the Contractor. Where the term "or equal ," or "or approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of proving that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of this sub-section as related to "Substitutions" shall be applicable to all sections of these specifications . D-4 D-19 TRENCH SAFETY: 1. GENERAL: This specification covers the trench safety requirements for all trench excavations in order to protect workers from cave-ins. The requirements of this item govern all trenches for mains, manholes, vaults, service lines, and all other appurtenances. 2. STANDARDS: The latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Subpart P- Excavations, are hereby made a part of this specification and shall be the minimum governing requirements for trench safety. 3. DEFINITIONS: A. TRENCHES: A trench is referred to as a narrow excavation made below the surface of the ground in which the depth is greater than the width, where the width measured at the bottom is not greater than fifteen (15) feet. If forms or other structures are installed or constructed in an excavation so as to reduce the dimension measured from the forms or structure to the side of the excavation to fifteen (15) feet or less at the bottom of the excavation, the excavation is also considered to be a trench. B. BENCHING SYSTEM: Benching means excavating the sides of a trench to form one or a series of horizontal levels or steps, usually with vertical or near- vertical surfaces between levels. C. SLOPING SYSTEM: Sloping means excavating to form sides of a trench that are inclined away from the excavation. D. SHIELD SYSTEM: Shields used in trenches are generally referred to as "trench boxes" or "trench shields." Shield means a structure that is able to withstand the forces imposed on it by a cave-in and protect workers within the structure. Shields can be permanent structures or can be designed to be portable and move along as the work progresses. Shields can be either premanufactured or job-built in accordance with OSHA standards. E. SHORING SYSTEM: Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which is designed to prevent cave-ins. Shoring systems are generally comprised of crossbraces, vertical rails (uprights), horizontal rails (wales) and/or sheeting. 4. MEASUREMENT: Trench depth is the vertical measurement from the top of the existing ground to the bottom of the pipe or structures. The quantity of trench safety systems shall be based on the linear foot amount of trench depth greater than five (5) feet. D-5 5. PAYMENT: Separate payment will be made only when trench excavations exceed a depth of five (5) feet and shall be full compensation for safety system design, labor, tools , materials, equipment and incidentals necessary for the installation and removal of trench safety systems. D-24 VAL VE BLOCKING: All valves shall have concrete blocking for support. Valves shall have polyethylene wrapping per Material Specification El-13 and Construction Specification E2-13 installed prior to concrete blocking. No separate payment will be made for any of the work involved for this item and all costs incurred will be considered to be included in the bid price of the valve. D-25 DUCTILE IRON PIPE AND GRAY-IRON FITTINGS: Reference Part E2 Construction Specifications, Section E2-7 Installing Cast Iron Pipe, Fittings , and Specials, Sub Section E2-7 .11 Cast Iron Fittings: the first Paragraph shall be revised to read as follows: "E2-7.11 DUCTILE-IRON AND GRAY-IRON FITTINGS: All ductile-iron and gray- iron fittings shall be furnished with cement mortar lining as stated in Section E 1-7. The price bid per ton of fittings shall be payment in full for all fittings, joint accessories, polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle necessary for construction as designed. All ductile-iron and gray-iron fittings, valves and specials shall be . wrapped with polyethylene wrapping conforming to Material Specification El-13 and Construction Specification E2-13. Wrapping shall precede horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle. Payment for the polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle shall be included in bid items for valves and fittings and no other payment will be allowed." D-26 DETECTABLE WARNING TAPES: Detectable underground utility warning tapes wh ich can be located from the surface by a pipe detector shall be installed directly above non-metallic water or sanitary sewer pipe. The detectable tape shall be "Detect Tape" manufactured by Allen Systems Inc. or approved equal , and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket that is impervious to all known alkalis, acids, chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils. and the width shall not be less than 2" inches with a minimum unit weight of 2-1 /2 pounds/1 "/1000'. The tape shall be color coded and imprinted with the message as follows: Type of Utility Water Sewer Color Code Safety Blue Safety Green D-6 Legends Caution Buried Water Line Below Caution Buried Sewer Line Below Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close to the grade as is practical for optimum protection and detectability. Allow a minimum of 18" inches between the tape and the pipe. Payment for work such as backfill, bedding, blocking, detectable tapes and all other associated appurtenances required shall be included in the subsidiary to the cost of pipe installation. D-27 CONCRETE CYLINDER PIPE AND FITTINGS: Concrete cylinder pipe on this project shall be Class 150 A WW A C-303 pretensioned concrete cylinder pipe or Class 150 A WW A C-301 prestressed concrete cylinder pipe as specified on the plans and manufactured in accordance with Material Standard El-4 contained in the General Contract Documents. Payment for work such as backfill, beddings, blocking, excavation and all other associated appurtenances required; shall be included in the Linear Foot price of the pipe and lump sum for the pipe fittings in the appropriate BID ITEM(S). D-30 VALVE CUT-INS: It may be necessary to cut-in gate valves to isolate the water main from which the extension and/or replacement is to be connected. This may require closing valves in other lines and putting consumers out of service for that period of time necessary to cut in the new valve; the work must be expedited to the utmost and all such cut-ins must be coordinated with the engineer in charge of inspection. All consumers shall be individually advised prior to the shut out and advised of the approximate length of time they may be without service. Payment for work such as backfill, bedding, fittings, blocking and all other associated appurtenances required, shall be included in the price of the appropriate bid items. D-37 CONCRETE ENCASEMENT: Concrete encasement shall be Class E (1500 psi) concrete and for sewer line encasements shall conform to Fig. 113; for water line encasements it shall conform to Fig. 20 of the General Contract Documents. Requirements for such encasement are specified in Sections El-20 and E2-20 of the General Contract Documents. Payment for work such as forming, placing, and finishing including all labor, tools, equipment and material necessary to complete the work shall be included in the linear foot price bid for Concrete Encasement. D-39 BID ALTERNATIVES: The Proposal section of this document is arranged to allow the Contractor to base his bid on either ductile iron pipe or polyvinyl chloride plastic pipe. Contractor shall indicate type of pipe to be used. However, regardless of the general type pipe specified by the Contractor at certain locations, a specific type pipe has been specified on the plans. All cost for this shall be considered as subsidiary and no additional compensation will be allowed. D-7 D-41 SITE PREPARATION: The Contractor shall clear rights-of-way or easements of obstruction which must be removed to make possible proper prosecution of the work as a part of these project construction operations . The contractor's attention is directed to Paragraph C6-6. l O Work Within Easements , Page 6-6(4), Part C -General Conditions of the Water Department General Contract Document and General Specifications. Clearing and restoration shall be considered as incidental to construction and all costs incurred will be included in the Linear Foot price of the pipe. D-48 TEMPORARY PAVEMENT REPAIR: The Contractor shall provide a temporary pavement repair immediately after trench backfill and compaction using a minimum of 1-inch cold mix asphalt. This temporary repair shall be rolled to provide a smooth transition between the existing pavement and the temporary repair. The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing temporary pavement repair for all streets cuts prior to street reconstruction. D-55 TEMPORARY SOIL EROSION SEDIMENT AND WATER POLLUTION CONTROL: 1. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes , dams, berms , sediment basins , fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners , baled-hay retards, dikes , slope drains and other devices. 2. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible-earth material exposed by preparing right-of-way, clearing and grubbing, the surface area of erodible- earth material exposed by excavation , borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams , other water courses , lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes , dams, sediment basins, slope drains and use of temporary mulches, mats seeding or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution-control features , but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right of way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and D-8 progress in keeping the finish grading, mulching, seeding, and other such permanent pollution-control measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary soil-erosion-control measures shall be performed as directed by the Engineer. The amount of surface area of erodible-earth material exposed at one time shall not exceed 750,000 square feet for each excavation operation, 750,000 square feet for each material source operation (other than from commercially operated sources), 750,000 square feet for each preparing of right-of-way operation or 750,000 square feet for each clearing and grubbing operation, unless otherwise shown on the plans or with prior approval by the Engineer in writing. The CONTRACTOR shall also conform to the following practices and controls. All labor, tools, equipment and incidentals to complete the work will not be paid for directly but shall be considered as subsidiary work to the various items included in the contract. (a). Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. (b ). Frequent fording of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams. (c). When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. ( d). All waterways shall be cleared as soon as practicable of falsework, piling, debris or other obstructions placed during construction operations that are not a part of the finished work. (e). The CONTRACTOR shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumens, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. 3. SUBMITTAL: Prior to the start of the applicable construction, the CONTRACTOR shall submit for approval his schedules for accomplishment of soil-erosion-control work and his plan to keep the area of erodible-earth material to a minimum. He shall also submit for acceptance his proposed method of soil-erosion control on construction and haul roads and material sources and his plan for disposal of waste materials. No work shall be started until the soil-erosion control schedules and methods of operations have been reviewed and approved by the Engineer. D-9 4. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. D-86 WORKER'S COMPENSATION INSURANCE: A. Contractor's Worker's Compensation Insurance. Contractor agrees to provide the Owner (City) a certificate showing that it has obtained a policy of worker's compensation insurance covering each of its employees employed on the project in compliance with state law. No Notice to Proceed will be issued until the Contractor has complied with this section. B. Subcontractor's Worker's Compensation Insurance. Contractor agrees to require each and every subcontractor who will perform work on the project to provide to it a certificate from such subcontractor stating that the subcontractor has a policy of worker's compensation insurance covering each employee on the project. Contractor will not permit any subcontractor to perform work on the project until such certificate has been acquired. Contractor shall provide a copy of all such certificates to the Owner (City). C. Worker's Compensation Insurance Coverage. 1. Definitions: Certificate of coverage ("certificate"): A copy of a certificate of insurance, a certificate of authority to self-insure issued by the Texas Workers' Compensation Commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showi.ng statutory worker's compensation insurance coverage for person's or entity's employees providing services on a project, for the duration of the project. Duration of the Project -includes the time from he beginning of the work on the project until the contractor 's/person's work on the project has been completed and accepted by the City. Persons providing services on the project ("subcontractor" in Texas Labor Code Section 406.096) -includes all persons or entities performing all or part of the services the contractor has undertaking to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This included, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any entity which furnishes persons to provide services on the project. "Services" include without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors , office supply deliveries, and delivery of portable toilets. 2. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets D-10 the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the City prior to being awarded the contract. 4. If the coverage period shown on the contractor 's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the City showing the coverage has been extended. 5. The contractor shall obtain from each person providing services on a project, and provide to the City: ( a) a certificate of coverage, prior to that person beginning work on the project, so the City will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the City in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The contractor shall post on each project site a notice, in the text, form and manner prescribed by Texas Worker's Compensation Commission, informing all persons providing services on the projects that they are required to be covered and report lack of coverage. 9. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (a) provide coverage, based on proper reporting on the classification codes and payroll amounts and filling of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; D-11 (b) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the contractor, prior to the end of the coverage period a new certificate of coverage showing the extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; ( d) obtain from each other person with it contracts, and provide to the contractor: (1) a certificate of coverage, prior to the other person beginning on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for duration of project and for one year thereafter. (t) notify the City in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts, to perform as required by paragraphs (a) -(g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the City that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on the proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the Texas Workers' Compensation Commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties or other civil actions. 11 . The Contractor 's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the City to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the City. D-12 D. Posting of Required Worker's Compensation Coverage. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Workers' Compensation Act or other Texas Workers' Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 10 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. "Call the Texas Workers' Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage. D-91 SHOP DRAWINGS: 1. Submit seven (7) copies of shop drawings, layouts, manufacturer's data and material schedules as may be required by the Engineer for his review. Submittals may be checked · by and stamped with the approval of the Contractor and identified as the Engineer may require. Such review by the Engineer shall include checking for general conformance with the design concept of the project and general compliance with information given in the General Contract Documents. Indicated actions by the Engineer, which may result from his review, shall not constitute concurrence with any deviation from the plans and specifications unless such deviations are specifically identified by the method described below, and further shall not relieve the Contractor of responsibility for errors or omissions in the submitted data. Processed shop drawing submittals are not change orders. The purpose of submittals by the Contractor is to demonstrate that the Contractor understands the design concept, and that he demonstrates his understanding by indicating which equipment and materials he intends to furnish and install, and by detailing the fabrication and installation methods he intends to use. If deviations, discrepancies or conflicts between submittals and the design drawings and/or specifications are discovered, either prior to or after submittals are processed, the design drawings and specifications shall govern. The Contractor shall be responsible for dimensions which are to be confirmed and correlated at the job site, fabrication processes and techniques of constriction, coordination of his work with that of other trades and satisfactory performance his work. The Contractor shall check and verify all measurements and review submittals prior to D-13 being submitted, and sign or initial a statement included with the submittal, which signifies compliance with plans and specifications and dimensions suitable for the application. Any deviation from the specified criteria shall be expressly stated in writing in the submittal. Three (3) copies of the approved submittals shall be retained by the Contractor until completion of the project and presented to the City in bound form. 2. Shop drawings shall be submitted for the following items prior to installation: ***See individual specification sections*** Additional shop drawing requirements are described m some of the material specifications. 3. Address for Submittals -The submittals shall be addressed to the Design Engineer: D-101 TESTING: Bahram Niknam, P .E. Deltatek Engineering 14114 Dallas Parkway Suite 480 Dallas, Texas 75254 a. The Contractor shall furnish, at his own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used, and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The Contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. b. Tests of the design concrete mix shall be made by the Contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement, and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. c. Quality control testing of in-place material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the Contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the Contractor of his responsibility to furnish materials and equipment conforming to the requirements of the contract. d. Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety D -14 system (if required) for the site to be tested, and any work effort involved is deemed to be included in the unit price for the item being tested. e. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. D-102 SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by Plans, the General Contract Documents or these Special Contract Documents, in which no specific item for bid has been provided for in the proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal for each bid item. Surface restoration and cleanup are general items of work which fall in the category of subsidiary work. D-103 ADDENDA: Bidders wanting further information, interpretation or clarification of the contract documents must make their request in writing to the Fort Worth Water Department Engineering Services, at least 96 hours prior to bid opening. Answers to all such requests will be bound and made a part of the Contract Documents. No other explanation or interpretation will be considered official or binding. Should a bidder find discrepancies in, or omissions from, the Contract Documents, or should the bidder be in doubt as to their meaning, the bidder should at once notify the Fort Worth Water Department Engineering Services, in order that a written addendum may be sent to all bidders. Any addenda issued will be mailed or be delivered to each prospective bidder. The bid proposal as submitted by the bidder must be so constructed as to include any addenda issued by the Fort Worth Water Department, prior to 24 hours of the opening of bids with appropriate recognition of addenda so noted in the bid proposal. D-104 OSHA STANDARDS: All work performed under this contract shall meet the requirements of the Occupational Safety and Health Administration (OSHA).It is the responsibility of the Contractor to become familiar with the provisions of the regulations published by the OSHA in the Federal Register and to perform all the responsibilities thereunder. It is the Contractor's responsibility to see that the project is constructed in accordance with OSHA regulations and to indemnify and save harmless the City from any penalties resulting from the Contractor's failure to so perform. D-105 PROJECT SUPERINTENDENTS: The Contractor shall keep a competent resident superintendent at the project site at all times during the progress of the work. A resume listing the qualifications and experience record of the proposed resident superintendent, as well as references from similar projects shall be submitted to the Owner prior to award of contract. This resident superintendent, if found to be acceptable, shall not be replaced without written notice to and consent from the Owner except under extraordinary circumstances, Qualifications of a proposed replacement shall be submitted when a request is made for replacement of the D -15 superintendent and shall be approved by the Owner pnor to withdrawing the superintendent. During the construction of the project, the resident superintendent shall demonstrate an ability to properly execute the work outlined in the contract documents in a timely manner and shall consistently produce work of an acceptable quality and in accordance with the contract documents. If the Owner shall have a reasonable objection to the performance of the resident superintendent, the Contractor shall replace the resident superintendent upon written notice from the Owner. The resident superintendent is to be replaced with a superintendent acceptable to the Owner. No extension of time will be allowed for delays caused by the replacement of a resident representative. D-106 RESIDENT ENGINEER: The General Conditions, Section Cl-1.19 ENGINEER, define various persons who may be designated as the Engineer. For the prosecution of this contract, the Term Engineer shall mean the Resident Engineer as designated by the Director of the Fort Worth Water Department together with members of the staff of the Engineer who are assigned to the Project. Any contacts the contractor may wish to make with any City personnel, including the Water Production Supervisor, members of the plant operating staff, members of the City Administration , or Consulting Engineers, shall be arranged through the Engineer. The Contractor shall not act upon requests or instructions he may receive from any City personnel or Consulting Engineers nor shall he give instructions or directions to such persons without the approval or consent of the Engineer. D-107 PROGRESS PHOTOGRAPHS: The Contractor shall take photographs of the project site prior to construction , monthly during construction of the project and after completion of the project. Photographs may be taken with a quality 35mm or better camera, equipped to photograph either interior or exterior exposures, with lenses ranging from wide angle to 135mm. Photographs shall be taken at locations as designated by the Engineer. Contractor shall video tape all roads and work areas to be affected prior to starting construction and furnish a copy of the video tape to the Engineer. Two glossy color 3" x 5" prints and the negative shall be provided for each photograph taken. Each print shall be marked on the reserve side to indicate project name, date and time, location , direction of exposure, and description of what is being photographed. Prints shall be clear and sharp with proper exposure. If prints of adequate quality are not produced from exposures , additional photographs shall be taken. D-108 TERMINATION: It is understood and agreed that this contract may be terminated by the City without obligation to the Contractor, in whole or from time to time in part, whenever such termination is determined by the City to be in the best interests of the City. Termination may be effected by delivering to the Contractor or his designated representative a notice of termination, specifying to what extent performance of the work under the contract is D-16 - being terminated and the effective date of termination. After receipt of notice of termination Contractor shall: 1. Stop work specified in the notice on the date and to the extent specified in the notice of termination. 2. Place no further order or subcontract except as necessary to complete work already underway. 3. Terminate all orders and contracts to the extent that they relate to the performance of the work terminated by the Notice of Termination. D-109. HAZARDOUS AND TOXIC MATERIALS: Insofar as permitted by law, the Owner shall indemnify and hold harmless the Contractor from and against any and all liabilities, losses, cost, damages and expenses, arising out of use of the materials at the Owners site which are not under the direct control of the Contractor, including, but not limited to, any and all liability resulting from personal injury, including death , property liability, at any time, however caused , due to the presence or release of, or exposure, whether to the person of property injured or otherwise, whether to the person of property injured or otherwise, to any hazardous or toxic substance, provided, however, that the City liability shall be limited to that established in Article 6252-19 , Texas Revised Code and other applicable State statutes and Constitutional provisions. D-110. SPOIL AND FILL MATERIAL: Prior to disposing on any spoil /fill material , the contractor shall advise the Director of Transportation and Public Works, acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No 10056). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain. Approval of the contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating the site is not in a known flood plain of by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary engineering studies, shall be at the contractor's expense. In the event the contractor disposes of spoil/fill material at a site without a fill permit or a letter from the Administrator approving the disposal site, upon notification by the Director of Transportation and Public Works , the contractor shall remove the spoil /fill material at its expense and dispose of such materials in accordance with the Ordinances of the City and this section. D-17 D-111 AGE: In accordance with the policy "(Policy") of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers, members, agents, employees, program ·participants or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against persons because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. D-112 DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractor's alleged failure to comply with the above-referenced law concerning disability discrimination in the performance of this agreement. D-113 INDEMNIFICATION: To clarify Section C6-6.12 of the General Conditions of the Contract, it is the intent of the Owner that the Contractor indemnify, hold harmless and defend the Owner, and the Owner's officers, agents, servants, and employees from and against any and all claims as listed herein, even though causes by the Owner's sole negligence. With respect to the last sentence of the first paragraph of Section C6-6.12, it is the Owner's intent that the language be site specific to the general area where the work to be performed under the Contract is being performed. It is not the Owner's intent that the Contractor be required to indemnify the Owner for damages to property other than that D-18 caused to property located in close proximity to this project, unless such damage is caused wholly or in part by the Contractor's negligence. D-114 CONSTRUCTION ADMINISTRATION A. CONTRACTOR MODIFICATION REQUEST (CMR)/PROPOSED CONTRACT MODIFICATION (PCM): Any Change in the Contract Documents will be initiated either by the Contractor issuing a Contractor's Modification request (CMR) or by the Owner issuing a Proposed Contract Modification (PCM) on forms provided by the Owner. Proposals will be reviewed by the Owner and if found acceptable, will be incorporated in a Change Order or a Field Order in accordance with Section C4-4 of the Contract Documents. The Contractor's Modification request (CMR) shall fully identify and describe the deviations and associated costs, time factors and impacts, and state the reason the change is requested. Any savings in costs related to the substitution/replacement or change is to be stated in the request for consideration. Cost of the Engineer's evaluation of any substitution or deviation requested by the Contractor shall be charged to the Contractor by the Owner. B.PROJECT INFORMATION REQUEST When necessary, the Contractor shall request additional information, clarification or interpretation of the contract documents or when the Contractor believes there is a conflict between the contract drawings and specification, the Contractor shall identify the conflict and/or request clarification/additional information using the Project Information Request (PIR) form provided by the Owner. Sufficient information shall be attached to permit a written response without further information. The Owner will log each request and will review the request. If review of the Project information request (PIR) indicates that a change to the contract documents is required, the Owner will issue either a Field Order (FO) or Proposed Contract Modification (PCM). C. RECORD DRAWINGS The Contractor shall keep on record at the site a copy of all Contract Specifications, Plans, Addenda, modifications, record and shop drawings and samples, in good condition and annotated in erasable red pencil to show all changes made during the construction process. These shall be delivered to the Engineer upon completion of the work and before final payment is made. The Contractor shall retain for record purposes only, all designs and plans prepared for construction which are prepared and sealed by a State of Texas Registered Professional Engineer. Said design and plans shall include, but not be limited to, paving, buildings, mechanical and electrical systems~ and foundation, etc. D-19 TECHNICAL SPECIFICATIONS Repainting of Interior and Exterior ofNorth Beach 5.0 Million Gallon Ground Storage Facility DIVISION 1 -GENERAL REQUIREMENTS TABLE OF CONTENTS 01010 Summary of Work ................................................................................................................................ 01010 -I -2 01011 Prevailing Wage Rate ........................................................................................................................... 01011 -I -1 01070 Abbreviations ....................................................................................................................................... 01070 -1 -5 01150 Measurement and Payment. .................................................................................................................. 01150 -1 -1 01300 Submittals ............................................................................................................................................. 01300 -I -6 Sample ........................................................................................................................................... Sample -I -1 01310 Construction Schedule .......................................................................................................................... 01310 -1 -1 01360 Quality Control. .................................................................................................................................... 01360 -1 -2 01370 Schedule of Values ............................................................................................................................... 01370 -I -2 Sample ........................................................................................................................................... Sample -I -2 01420 Inspection Services ............................................................................................................................... 01420 -I -I 01700 Contract Close-Out. .............................................................................................................................. 01700 -I -2 01710 Cleaning and Adjusting ........................................................................................................................ 01710 -I -2 DIVISION 2 -SITE WORK 02100 Site Preparation & Cleaning ................................................................................................................. 02100 -1 -2 DIVISION 3 -CONCRETE ..................................................................................................................................... Not Used DIVISION 4 -MASONRY ....................................................................................................................................... Not Used DIVISION 5 -METALS 05500 Metal Fabrications ............................................................................................................................... 05500 -1 -3 05515 Ladders ................................................................................................................................................. 05515 -1 -3 05520 Handrails & Railings ............................................................................................................................ 05520 -1 -2 DIVISION 6 -WOOD AND PLASTICS ................................................................................................................. Not Used DIVISION 7 -THERMAL AND MOISTURE PROTECTION ............................................................................ Not Used DIVISION 8-DOORS AND WINDOWS ............................................................................................................... Not Used DIVISION 9 -FINISHES 09900 Painting .............................................................................................................................................. 09900 -1 -12 DIVISION 10 -SPECIALTIES ................................................................................................................................ Not Used DIVISION 11 -EQUIPMENT 11550 Fall Prevention System ......................................................................................................................... 11550 -1 - 3 DIVISION 12 -FURNISHINGS .............................................................................................................................. Not Used DIVISION 13 -SPECIAL CONSTRUCTION ........................................................................................................ Not Used DIVISION 14 -CONVEYING SYSTEMS .............................................................................................................. Not Used Repainting of Interior and Exterior ofNorth Beach 5.0 Million Gallon Ground Storage Facility City ofFort Worth, Texas TOC-1 Project No. P 265-485108-601159990100 July 2008 Repainting oflnterior and Exterior of North Beach 5 .0 Million Gallon Ground Storage Facility DIVISION 15 -MECHANICAL TABLE OF CONTENTS 15041 Disinfection ......................................................................................................................................... 15041 - 1 -2 15210 GateValves ......................................................................................................................................... 15210-1-5 DIVISION 16-ELECTRICAL ................................................................................................................................ Not Used Repainting of Interior and Exterior of North Beach 5.0 Million Gallon Ground Storage Facility City of Fort Worth, Texas END OF CONTENTS TOC-2 Project No. P 265-485108-601159990100 July 2008 PART 1 -GENERAL 1.01 SCOPE SECTION 01010 SUMMARY 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 are stated in the applicable Specification sections and/or shown on the Drawings. The Contractor shall , except as otherwise specifically stated herein or in any applicable parts of these Contract Documents, prov ide 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 included in the applicable lump sum price bid for this project. All miscellaneous appurtenances and other items of work that are incidental to meeting the intent of the plans and these Specifications , are considered to be included in the applicable lump sum price bid for this project, even though these appurtenances and items may not be specifically called for in the Specifications or shown on the Drawings. 1.02 DESCRIPTION OF PROJECT A . The project consists of repainting the interior and exterior of one 5.0 MG Ground Storage Tank. The facility is located at 4600 Ray White Road , Fort Worth , Texas, 76248 , MAPSCO 22P. The Contractor shall provide all labor, equipment, materials professional services , and incidentals required to: 1. Repaint the interior and exterior of the 5.0 MG Ground Storage Tank. 2. Replace the wet area ladder and antifall device , modify the top landing by extending the hand rails to encompass a larger area, install a second hatch add a handrail , perform patching and plating of any rusted areas as allotted in the bid schedule, remove and replace unsound structural members as directed by the Engineer, replace the upper sections of the center columns, and install new vandal resistant roof vent. 3. Decommission the existing cathodic protection systems by removing all components and permanently sealing the existing porthole covers. 1.03 ST AND ARD SPECIFICATIONS All work shall conform to City of Fort Worth General Contract Documents and General Specifications, except as specified herein . 1.04 WORK SEQUENCE The Contractor is required to determine his own method of construction and detailed work sequence, within the general terms and constraints of the contract, and the specific requirements of Section O 1311 . The Contractor's sequence and methods must insure that the overall project is completed within the allotted time , observe all constraints , safety, and health related guidelines. 1.05 DURATION A. 120 Calendar days from Notice to Proceed are allotted for substantial completion of this project. B. A calendar day is defined as any day of the week or month , no days being excepted. 1.06 PROTECTION OF ADJACENT PROPERTY A. All bidders shall visit the site and note the buildings , structures, waterways , landscaping , streets, sidewalks, driveways and other facilities near the work areas that may be damaged by construction. The Contractor shall make adequate provisions to fully protect the surrounding area. The Contractor shall be held fully responsible for all damage resulting from its operations. Repainting of Interior and Exterior ofNorth Beach 5 .0 Million Gallon Ground Storage Facility City of Fort Worth , Texas 01010 -1 Project No. P 265-485108-601159990100 July 2008 StCTlUN -UIUIU SUMMARY OF WORK B. The Contractor shall clean daily all trash, waste material, rubbish and debris resulting from his or/her operations. The Contractor shall place containers at the site for the collection of waste material. The site shall be cleaned to the satisfaction of the Owner. 1.07 WATER DISTRIBUTION SYSTEM SHUTDOWNS -NOT USED 1.08 IDENTIFICATION OF PROBLEM AREAS Identification of problem areas shall be a joint effort of the Owner and the Contractor with the final determination to be made by the Owner. 1.09 SURVEYING-NOT USED 1.10 BUILDING PERMITS AND INSPECTIONS All work in this contract is subject to the permitting and inspection process of the City of Fort Worth. All construction shall comply with the applicable Building, Plumbing and Electrical Codes. The Contractor must obtain all required permits. 1.11 CONTRACTOR'S RESPONSIBILITIES A . Execute all work as described on the Drawings and in these Specifications . B. Arrange for the necessary equipment and materials required for construction and testing. C. Provide adequate temporary sanitary facilities . The Contractor and his subcontractors will not be allowed to use any facilities at the job site . D. Furnish, install , maintain, and remove all temporary service facilities for construction purposes. E. Provide and maintain fire fighting equipment in working order during the entire construction period. F . Provide and maintain all required safety and testing equipment during the construction period. The Contractor shall also establish a safety plan and procedure in the case of an emergency. G. The project site is to remain locked at all times when the contractor is not entering or exiting . Provide the Owner with copies of photo ID's for all employees permitted to work on this project. H. The contractor shall make all arrangements for temporary power required for construction. 1.12 ELECTRICAL EQUIPMENT All electrical equipment supplied in this contract shall be listed by Underwriter's Laboratory (UL) or Canadian Standards Association (CSA), provided UL or CSA offers such a listing as determined by UL and CSA. PART 2 -PRODUCTS PART 3 -EXECUTION NOT USED NOT USED Repainting of Interior and Exterior ofNorth Beach 5.0 Million Gallon Ground Storage Facility City of Fort Worth, Texas END OF SECTION 01010 - 2 Project No. P 265-485108-601159990100 July 2008 SECTION 01011 WAGE RATE FOR CITY OF FORT WORTH, TARRANT COUNTY, TEXAS July 2008 WAGE RATES All bidders will be required to the attached Prevailing Wage Rate s. Thi s applies to the construction of a public work , including a building , highway , road , excavation , and repair work or other project development or improvement, paid for in whole or in part from public funds , without regard to whether the work is done under the public supervision or direction . A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project. A worker employed on a public work by or on behalf of the City shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed , and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. Repainting of Interior and Exterior of North Beach 5.0 Million Gallon Ground Storage Facility City of Fort Worth, Texas END OF SECTION 01011-1 Project No . P 265-485108-601159990100 July 2008 Class1f1cation AC Mechanic AC Mechanic Helper Acoustical Ceflin!l Mechanic Bricklaver/Stone Mason Bricklaver/Stone Mason Helper Carpenter Carpenter Helper Concrete Finisher Concrete Form Builder Drywall Mechanic Drvwall Helper Drywall Taper Drywall Taper Helper Electrician (Journeyman) Electrician Helper Electronic Technician Electronic Technician Helper Floor Laver !Resilient) Floor· Layer Helper Glazier Glazier Helper Insulator Insulator Helper Laborer Common Laborer Skilled Lather Painter Pa i nter Helper Pipefitter Pioefitter Helper Plasterer Plasterer Heloer 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY I Hcly Ra,o I Cl assification $21.69 Plumber $12 .00 Plumber Helper $15.24 Reinforcimz Steel Setter 519.12 Roofer $10.10 Roofer Helper $16 .23 Sheet Metal Worker $11. 91 Sheet Metal Worker Helper $13.49 Sprinkler System Installer $13.12 Sprinkler System Installer Helper $14.62 Steel Worker Structural 510.91 Concrete Pumo Crane, Clamsheel, Backhoe, Derrick, D'Line $13 .00 Shovel $9 .00 Forklift $20.20 Front End Loader $14.43 Truck Driver $19.86 Welder $12.00 Welder Helper $20.00 $13.00 $18.00 $13 .00 $14.78 $11.25 $10.27 $13.18 $16 .10 $14.83 $8.00 $18.85 $12.83 $17.25 $12.25 I Hcly Ra<e $20.43 $14.90 $10.00 514.00 $10 .00 516.96 $12.31 518.00 $9.00 517.43 520.50 $17.76 $12.63 $10.50 $14. 91 $16.06 $9.75 HEAVY & IDGHWA Y CONSTRUCTION PREVAILING WAGE RA TES 2008 Air Tool Ooerator Asphalt Distributor Operator Asphalt Paving Machine Operator Asphalt Raker Asphalt Shoveler Batching Plant Weigher Broom or Sweeper Operator Bulldozer Operator Carpenter Concrete Finisher, Paving Concrete Finisher, Structures Concrete Paving Curbing Machine Ooerator Concrete Paving Finishing Machine Ooerator Concrete Paving Joint Sealer Operator Concrete paving Saw Operator Concrete Paving Spreader Operator Concrete Rubber Crane, Clamshell , Backhoe, Derrick, Dragline, Shovel Onerator Electrician Fla1rn:er Form Builder/Setter, Structures Form Setter, Pavine & Curb Foundation Drill Operator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Operator Laborer, Common Laborer, Utility Mechanic Milline Machine Operator, Fine Grade MixerOoerator Motor Grader Ooerator, Fine Grade Motor Grader Operator, Rough Oiler Painter, Structures Pavement Marking Machine Operator Pipelaver Reinforcing Steel Setter, Paving Reinforcing Steel Setter, Structure Roller Operator, Pneumatic, Self-Propelled Roller Operator, Steel Wheel, Flat Wheel/Tamping Roller Onerator, Steel Wheel, Plant Mix Pavement Scraper Operator Servicer Slip Form Machine Operator Spreader Box Operator Tractor Operator, Crawler Type Tractor Ooerator, Pneumatic Traveling Mixer Operator Truck Driver, Lowboy-Float Truck Driver, Single Axle, Heavy Truck Driver, Single Axle, Light Truck Driver, Tandem Axle , Serrii-Trailer Truck Driver, Transit-Mix Wagon Drill, Boring Machine, Post Hole Driller Ooerator Welder Work Zone Barricade Servicer $10.06 $13.99 $12.78 $11.01 $ 8.80 $14.15 $ 9.88 $13.22 $12.80 $12 .85 $13.27 $12.00 $13.63 $12.50 $13 .56 $14.50 $10.61 $14.12 $18.12 $ 8.43 $11.63 $11.83 $13 .67 $16.30 $12 .62 $ 9.18 $10 .65 $16.97 $11.83 $11.58 $15.20 $14 .50 $14.98 $13 .17 $10.04 $11.04 $14.86 $16.29 $11.07 $10.92 $11.28 $11.42 $12.32 $12.33 $10.92 $12.60 $12.91 $12.03 $14.93 $11.47 $10.91 $11.75 $12.08 $14.00 $13 .57 $10 .09 PART 1 -GENERAL SECTION 01070 ABBREVIATIONS The following abbreviations s upplement the NCTCOG Standard Specifications. APPURT B/FV C&G CHKV CIRCUM CL CMC CML CONC CPLG CTE DET DIAPH DISCH EXOR EXIST FLEX FLG GV HYD MOT NB&G NCTCOG OPER PS RED REPL RESTR SPC SPECS STL suer TYP V W I ARCHITECTURAL ABBREVIATIONS D # & @ A.B. A.F.F. ALUM. ANG. (D) ARCH. B .U. ROOF APPURTENANCE BUTTERFLY VAL VE CURB & GUTTER CHECK VALVE CIRCUMFERENCE CENTERLINE OR CLASS CEMENT MORTAR COATING CEMENT MORTAR LINING CONCRETE COUPLING COAL TAR ENAMEL DETAIL DIAPHRAGM DISCHARGE EXISTING FLEXIBLE FLANGE GATE VALVE HYDRAULIC MOTOR NUTS, BOLTS AND GASKET NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS OPERATOR PUMP STATION REDUCER REPLACE RESTRAINT SPECIAL SPECIFICATIONS STEEL SUCTION TYPICAL VALVE WITH DIAMETER NUMBER/POUND AND AT ANCHOR BOLT ABOVE FINISH FLOOR ALUMINUM ANGLE ARCHITECTURAL BUILT-UP ROOF Repainting of Interior and Exterior ofNorth Beach 5 .0 Million Gallon Ground Storage Facility Project No. P 265-485108-601159990 I 00 July 2008 City of Fort Worth, Texas 01070 - I I I SECTION -01070 ABBREVIATIONS BD . BOARD BLDG . BUILDING BLK BLOCKING BM BEAM BOT . BOTTOM C.G. CORNER GUARD C.J . CONTROL JOINT C.M.U . CONCRETE MASONRY UNIT C.T. CERAMIC TILE CEM . CEMENT CLG . CEILING COL. COLUMN CONC. CONCRETE COND . CONDITION CONST . CONSTRUCTION CONT . CONTINUOUS CONTR. CONTRACTOR CORR. CORRIDOR D .S. DOWNSPOUT DECOR DECORATIVE DIA. DIAMETER DN. DOWN DR. DOOR DRWGS . DRAWINGS DTL. DETAIL E.J. EXPANSION JOINT E .W. EACH WAY E .W .C . ELECTRIC WATER COOLER EA. EACH EL. ELEVATION ELEC. ELECTRIC (AL) ELEV . ELEVATOR EQ . EQUAL EXIST. (EX.) EXISTING EXT . INTERIOR F.D . FLOOR DRAIN F .E. FIRE EXTINGUISHER F.E.C. FIRE EXTINGUISHER CABINET F .H .C. FIRE HOSE CABINET FIN. FINISH FLASH . FLASHING FLR. FLOOR G .I. GALVANIZED IRON GA. GAUGE GALV . GALVANIZED GEN . GENERAL GYP .ED. GYPSUM BOARD H.M. HOLLOW MET AL HARDBD. HARDBOARD HORIZ . HORIZONTAL HR. HOUR HT . HEIGHT I.D . INSIDE DIAMETER INSUL . INSULATION Repainting oflnterior and Exterior of North Beach 5.0 Million Gallon Ground Storage Facility City of Fort Worth, Texas 01070-2 Project No. P 265-485108 -601159990100 July 2008 SECTION -01070 INT . J.G. JT. JAN. M.O. M .R. MACH. MAS. MAX. MECH. MEP MFR. MIN. MTL. N .I.C. N.T.S. O .C . O.D . O.H. OPNG . PL. PLAS.LAM. PLUMB PLYWD . POL. PRE-FAB. PTD. R . R.D. R.O. RAD.,R. RECPT REF: REFRIG. REINF. REQ'D. RM . S .S . SCHED. SECT. SIM. SPEC . STD. STL. STRUCT. T . T .C. T .O .S. T .W . THK. TOIL. TYP. U .N.O. V .C .T . INTERIOR JAMB GUARD JOINT JANITOR MASONRY OPENING MOISTURE RESIST ANT MACHINE MASONRY MAXIMUM MECHANICAL MECH/ELEC/PLUMB MANUFACTURER MINIMUM METAL NOT IN CONTRACT NOTTO SCALE ON CENTER OUTSIDE DIAMETER/OVERFLOW DRAIN OVERHEAD OPENING PLATE PLASTIC LAMINATE PLUMBING PLYWOOD POLISHED PRE-FABRICATED PAINTED RISER ROOF DRAIN ROUGH OPENING RADIUS RECEPTACLE REFER TO REFRIGERATOR REINFORCING REQUIRED ROOM STAINLESS STEEL SCHEDULED SECTION SIMILAR SPECIFICATION STANDARD STEEL STRUCTURAL TREAD TOP OF CURB TOP OF STEEL TOP OF WALL THICK TOILET TYPICAL UNLESS NOTED OTHERWISE VINYL COMPOSITE TILE ABBREVIATIONS Repainting of Interior and Exterior ofNorth Beach 5.0 Million Gallon Ground Storage Facility Project No. P 265-485108-601159990100 July 2008 City of Fort Worth, Texas 01070 - 3 SECTION -01070 V.W.C. VERT. VEST. W .F . W.P . W.W.M . WI W /0 WD. VINYL WALL COVERING VERTICAL VESTIBULE WIDE FLANGE WATERPROOF(ING) WELDED WIRE MESH WITH WITHOUT WOOD 1.02 ORGANIZATIONAL ABBREVIATIONS Abbreviations of organizations which may be referenced in these Specifications are : Organizational Abbreviation Definition ACS American Chemical Society ACI American Concrete Institute AGMA American Gear Manufacturer's Association API American Petroleum Institute AIChE American Institute of Chemical Engineers AISC American Institute of Steel Construction AISI American Iron and Steel Institute ANSI American National Standards Institute APHA American Public Health Association AREI American Railway Engineering Institute ASTM American Society for the Testing of Materials ASCE American Society of Civil Engineers ASME American Society of Mechanical Engineers ABBREVIATIONS ASHRAE American Society of Heating , Refrigeration and Air Conditioning A WI American Woodwork Institute A WW A American Water Works Association A WS American Welding Society DIPRA Ductile Iron Pipe Research Association CRSI Concrete Reinforcing Steel Institute EPA Environmental Protection Agency FM Factory Manual HEW Department of Health, Education and Welfare HUD Department of Housing and Urban Development IEEE Institute of Electrical and Electronic Engineers IRI Institute of Risk Insurance ISA Instrument Society of America ISO Insurance Service Office JIC Joint Industrial Council MSS Manufacturer's Standardization Society of America NAAMM National Association of Architectural Metal Manufacturers NARUC National Association of Railway and Utilities Commissioners NBHA National Builders Hardware Association NCTCOG North Central Texas Council of Governments NEC National Electric Code NEMA National Electrical Manufacturers Association NFPA National Fire Protection Association NSF National Sanitation Foundation OSHA Occupational Safety and Health Act Repainting of Interior and Exterior of North Beach Project No. P 265-485108-601159990100 5.0 Million Gallon Ground Storage Facility July 2008 City of Fort Worth, Texas 01070 -4 SECTION -01070 PCI SDHPT SMACNA SSPC TNRCC TPI UL USGS USPHS WEF WWEMA WPCF ABBREVIATIONS Precast Concrete Institute Texas State Department of Highways and Public Transportation Commission Sheet Metal and Air Conditioning National Association Steel Structures Painting Council Texas Natural Resource Conservation Commission Truss Plating Institute Underwriters Laboratory United States Geological Survey United States Public Health Service Water Environment Federation Water and Wastewater Equipment Manufacturers Association Water Pollution Control Federation 1.03 ADDITIONAL ABBREVIATIONS Abbreviation Definition HOA Hand-Off-Auto SCADA Supervisory Control And Data Acquisition RTU Remote Thermal Unit BCD Binary Coded Decimal EEPROM Electrically Erasable Read Only Memory QUICS Name of a Company BCH Bose Chaudri Code BAUD Unit of Data Transmission Speed MODOM Modulator Demodulator Device AC Alternating Current DC Direct Current mA Milli Amp Hz Hertz/Cycles LED Light Emitting Diode RTD Remote T errninal Data UPS Uninterrupted Power Supply SIP Station Instrument Panel SCP Station Control Panel KVA Kilo-Volt Amp V Volts A Amperes MCC Motor Control Center RMS Root Mean Square NO Normally Open NC Normally Closed SPDT Single Pole Double Throw UV Ultra Violet 1.04 LEGEND Legends of symbols used are shown on the Drawings, and in general , use of symbols is confined to the Drawings. PART 2 -PRODUCTS PART 3 -EXECUTION NOT USED NOT USED Repainting oflnterior and Exterior of North Beach 5.0 Million Gallon Ground Storage Facility City of Fort Worth, Texas END OF SECTION 01070 -5 Project No. P 265-485108-601159990100 July 2008 PART 1 -GENERAL 1.01 BID SECTION 01150 MEASUREMENT AND PAYMENT A. The bid 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 any items other than those listed in the bid. B . Required items of work and incidentals necessary for the satisfactory completion of the project which are not specifically listed in the bid, shall be considered as incidental to the specified work required under this contract. Incidental costs, including Contractor's overhead costs and profit, shall be considered as included in the lump sum or unit prices bid for the various bid items . C. Work includes furnishing all parts, labor, professional services, equipment, tools and materials and performing all operations required to complete the work satisfactorily, in place, as specified and as indicated on the drawings. 1.02 MEASUREMENT AND PAYMENT A . Measurement of an item of work will be by the unit indicted in the bid schedule . 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 schedule . Work includes all labor, profess ional services equipment, tools, materials and incidental costs to furnish , install , test and place into service all components required for a complete and operating system. C. Unless otherwise stated in individual sections of the specifications and/or in the bid schedule, 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 the item of which it is a part. D . Payment will be made at the contract price per unit indicated in the bid with total price 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 parts, labor, professional services, 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. PART 2-PRODUCTS-NOT APPLICABLE PART 3-EXECUTION -NOT APPLICABLE Repainting oflnterior and Exterior of North Beach 5.0 Million Gallon Ground Storage Facility City of Fort Worth, Texas END OF SECTION 01150-1 Project No. P 265-485108-601159990 I 00 July 2008 PART 1 -GENERAL 1.01 NUMBER OF COPIES REQUIRED SECTION 01300 SUBMITTALS A. For all data, which requires review, the Contractor shall submit the required number of copies. The minimum number of copies required for review and distribution is : Owner/Engineer File Contractor File Contractor Field Copy Supplier Copy Total (minimum) 4 1 l 7 Up to one additional copy may be added to the above as required by the Owner's Engineer. B . For non-review items such as parts lists and operation or maintenance manual s, the number of copies required for distribution is : Owner/Engineer 2 Operating Division File 4 Contractor File l Total Copies 7 1.02 ROUTING OF SUBMITT ALS A . Data to be reviewed and routine correspondence will be routed as follows, according to type of submittal. 1. Shop Drawings, Product Data and Samples. a. Supplier to Contractor (through representative if applicable) for preliminary check. b. Contractor to Owner's Engineer. 2. Owner's Engineer to Contractor. 3 . Contractor to supplier. 1.03 ADDRESSES FOR COMMUNICATIONS A. Owner City ofFort Worth Chris Harder, P.E Engineering Manager South Holly Water Treatment Plant 1511 11th A venue Fort Worth, Texas 76102 Phone : (817) 392-8293 Fax: (817) 392-8410 Repainting of Interior and Exterior of North Beach 5.0 Million Gallon Ground Storage Facility City of Fort Worth, Texas 01300 -1 Project No. P 265-485108-601159990100 July 2008 SECTION -01300 B . Consulting Engineer (Engineer) Deltatek Engineering Bahram Niknam, P.E. 14114 Dallas Parkway, Suite 480 Dallas, Texas 75254 Phone: (469) 374-9800 Fax : (469) 374-9801 email : bn@deltatekeng .com 1.04 SUBMITTAL REQUIREMENTS A . Submit shop drawings, product data and samples required by the contract documents. SUBMITTALS B . Number the submittals consecutively within a section. For example, the first submittal in section 09345 would be numbered 09345-1. For re-submittals, use the suffix letters A for second submittal, B for the third, etc . C. Designate in the construction schedule or in a separate coordinated schedule, the dates for submission and the dates that reviewed shop drawings, product data and samples will be needed. D . Shop drawings, product data and samples are not considered a part of contract documents. E. The use of reproductions of the contract plans by any contractor, subcontractor, erector, fabricator or material supplier in lieu of preparation of shop drawings will be permitted except for Structural drawings. However, it will signify his acceptance of all information shown on the document as correct and obligates himself to any job expense, real or implied, arising due to any errors that may occur thereon. In addition, all references to Deltatek Engineering, City of Fort Worth or a Consultant, including all Engineer's or architect's seals are to be removed if these contract drawings are to be used as shop drawings. 1.05 DATA REQUIRED A. Furnish engineering data covering all materials and equipment in this contract. The data should be prepared and transmitted promptly following execution of the general contract. B. All data needed to determine the following facts shall be submitted. 1. Conformance to specifications, including: kind, type, size, arrangement, finishes and operation of component materials and devices . 2. Conformance to plans, including dimensions, orientation, appearance, external connections and anchorages and installation clearances . 3 . Specific purpose or design conditions and adequacy to meet same: weights , dynamic loads, supports required and operating characteristics. 4. Coordination with other work, including items needed by this trade but furnished by others and information needed by others to perform their part. 5. In all cases, the Contractor shall clearly mark on the front of the submittal the section of the specifications or item that is being referred to . C. · The manufacturer shall furnish the Owner complete and accurate drawings as required. D. Furnish all items specifically asked for, within the individual sections, of these specifications. Repainting of Interior and Exterior ofNorth Beach 5.0 Million Gallon Ground Storage Facility City of Fort Worth, Texas 01300 - 2 Project No. P 265-485108-601159990100 July 2008 SECTION -01300 SUBMITTALS 1.06 SHOP DRAWINGS A. Preparation by a qualified detailer is required. B. Where necessary for clarity, identify details by reference to sheet and detail numbers as shown on the contract drawings . C. Include on the drawing all information required for submission or submit a transmittal letter containing required information. D. Furnish all items specifically asked for , within the individual sections, of these specifications. 1.07 PRODUCTDATA A. Modify the manufacturer's standard schematic drawings to delete or supplement information as applicable. B. For manufacturer's catalog sheets, brochures, diagrams, schedules, performance charts, illustrations and other descriptive data: 1. Clearly mark each copy to identify pertinent materials, products or models. 2. Show dimensions and clearances required. 3 . Show wiring diagrams and controls. C. Include on the data all information required for submission or submit a transmittal letter containing required information. 1.08 SUBMISSION REQUIREMENTS A . Accompany submittals with a transmittal letter. (Sample transmittal letter at the end of this section) B. Include the following information for each submittal. 1. Date and revision dates. 2. Project title and City of Fort Worth. 3. The names of: a. Owner's Engineer b . Contractor C. d . e . Subcontractor Supplier Manufacturer Identification of product or material. Relation to adjacent structure or materials. Field dimensions clearly identified as such. Specification section number. 4. 5. 6 . 7. 8. 9. Applicable standards such as ASTM number or Federal Specification. Identification of any and all deviations from contract documents . 10 . Contractor's stamp, in green color, initialed or signed, certifying review of submittal, verification of field measurements and compliance with contract documents. 1.09 OWNER'S DUTIES A . Review submittals within fourteen calendar days after receipt. Repainting oflnterior and Exterior of North Beach 5.0 Million Gallon Ground Storage Facility City of Fort Worth, Texas 01300 -3 Project No. P 265-485108-601159990100 July 2008 SECTION -01300 SUBMITTALS B. Affix stamp and initials or signature. The submittal will be marked in the following manner. I . Approved. This means that the Owner takes no exception to the submittal as it is and that the Contractor may proceed with its installation within the constraints of the contract. 2. Approved as Noted. This means that the Owner takes no exception to the submittal as it is except for those items which have been noted. The Contractor may proceed with its installation, as noted and within the constraints of the contract. 3. Revise and Re-submit. This means that the Owner takes exception to the submittal as it is and has noted such. The Contractor must address the Owner's notes and re-submit. 4. Not Approved. This means that the submittal does not comply with the plans and specifications . 5. For Record Only. This means the submitted item does not require approval. Example: MSDS product sheets . C. Return submittals to the Contractor for distribution. 1.10 RE-SUBMISSION REQUIREMENTS A . Incomplete or incorrect submittals I . Submittals lacking proper transmittal cover, with inadequate or illegible copies, hand drawn details or schedules, will not be reviewed. Contractor may pick these up at the Engineers office or provide additional data prior to review. 2 . Submittals reviewed and marked Revise and Resubmit, or Not Approved will be returned to the contractor via US Mail. 3 . Re-submittals necessitated by reasons I or 2 above will require reimbursement by the contractor to the Engineer at the rate of$200.00 per hour with a minimum of two hours review time charged. B. Shop Drawings 1. Revise initial drawings as required and re-submit as specified for initial submittal. 2. Indicate on drawings any changes, which have been made, include those requested by the Owner or Consultant. 1.11 SUBSTITUTIONS A. When a particular Product Trade Name, Make, or Brand, is specified within these specifications, or shown/called out on the drawings, it shall be considered, as the minimum quality standards required for that particular item. B. All Manufacturers' literature, technical specifications, quality control and testing measures, construction methods, materials , configuration, industry certifications, ratings and approvals etc., for a product specified by Product Trade Name, Make or Brand, (i .e . TNEMEC), shall be considered as part these specification whether actually shown herein or not. C. In order to achieve competitive and accurate bids, all Bidders shall base their proposals on the actual items (Product Trade Name, Make or Brand), listed in these specifications. Bidders will not be allowed to submit substitutions (Prospective approved equals), or base their proposals on substitutions when submitting their bids. D. After a contract has been awarded by the City, to the low bidder (Contractor), the Contractor shall submit to the Engineer as per section 01300, within ten (10) workings days after signing the contract, the following information for all proposed product or material substitutions . I. A written explanation on why the proposed substitution is equal to or superior to the product specified. 2. A copy of the Manufactures' literature, technical specifications and factory samples of both the specified product and the substitution, with all differences in the two products highlighted. Repainting of Interior and Exterior ofNorth Beach 5.0 Million Gallon Ground Storage Facility City of Fort Worth, Texas 01300 -4 Project No. P 265-485108-601159990100 July 2008 SECTION -01300 3. 4. SUBMITTALS The actual benefit the City will receive by using the proposed substitution, including any cost reduction from the original Contract price. Three (3) job references within fifty (50) miles of the City limits available for inspection, where the proposed substitutes were used under similar conditions. E. All substitutions must be approved in writing by the Engineer (approved equal), prior to their use in any manner on this project. The Contractor shall submit to the Engineer any and all additional information, samples references, etc . as requested by the Engineer for a proposed substitution. F. If the proposed substitution(s) are not approved by the Engineer, the Contractor shall proceed with the work utilizing the original products, materials, etc. specified herein, WHICH THE CONTRACT PRICE IS BASED UPON . The Engineer's decision on all submittals shall be final, and is not subject to debate, appeal, arbitration, or the basis for a contractual dispute or claim filed by the Contractor 1.12 SAMPLES A . Furnish samples of the various materials, together with the finish thereon, as specified for and intended to be used on or in the work. Send samples to the office of the Owner's Representative, carriage pre-paid . . B . Submit samples before purchasing, fabricating, applying, or installing such materials and finishes . C. Submit samples, other than field samples in duplicate . A cover letter shall accompany the sample and shall list all items being transmitted, designating their particular usage and location in the project. Distribute samples marked "Re-submittal Not Required" as follows : one record sample for the Owner's Representative; on record sample for the Contractor. D . Samples shall be submitted and re-submitted until acceptable. Materials, finishes and workmanship in the completed project shall be equal in every respect to that of the samples so submitted and accepted. E. Samples shall include materials, fixtures , equipment, surface textures, colors, etc., as required by drawings and specifications or as requested by the Owner's Representative. F . Identify sample as to product, color, manufacturer, trade name, lot, style, model, etc., location ofuse and contract document reference as well as the names of the Contractor, supplier, project and Owner's Representative . G . Samples shall be 8" x 10" in size and shall be limited in thickness to a minimum consistent with sample presentation. In lieu thereof, submit the actual full-size item. H. Samples of value may be returned to the Contractor for use in the project after review, analysis , comparison, and/or testing as may be required by the Owner's Representative. I. Furnish one 8" x 10" sample of the finally reviewed materials, colors or textures to the Owner's Representative for final record. Such material samples shall carry on the back all identification as previously described including, if paint sample, manufacturer, mix , proportion, name of color, building, Contractor, subcontractor and surfaces to which applied. 1.13 CONTRACTOR'S JOB SITE DRAWINGS A. Keep all required shop drawings, product data and samples for the following work in one place. Suitably organize and index 8-2 " x 11 ", 11" x 17" and other compatibly sized material in a 3-ring binder. Larger shop drawings may be kept together rolled or folded. Include an index. Repainting of Interior and Exterior of North Beach 5.0 Million Gallon Ground Storage Facility City of Fort Worth, Texas 01300 -5 Project No. P 265-485108 -601159 990100 July 2008 SECTION -01300 SUBMITTALS B . Provide and maintain on the job site one complete set of prints of all drawings which form a part of the contract. Immediately after each portion of the work is installed, indicate all deviations from the original design shown on the drawings either by additional sketches or with red ink thereon. Upon completion of the job, deliver this record set to the Owner's Representative . Repainting of Interior and Exterior of North Beach 5 .0 Million Gallon Ground Storage Facility City of Fort Worth, Texas END OF SECTION 01300 - 6 Project No. P 265-485108-601159990100 July 2008 SUBMITTAL TRANSMITTAL COVER SHEET Submittal No.: Date: Project Title: Project No.: Consulting Engineer: Name/ Address Contractor: Name/ Address Subcontractor: Name/ Address Contents of Submittal: City of ______ _ DELTA TEK ENGINEERING 14114 Dallas Parkway, Suite 480 Dallas Texas 75254 The referenced submittal has been reviewed for compliance with the Engineers Plans and Specifications. PART 1 -GENERAL 1.01 SCOPE SECTION 01310 CONSTRUCTION SCHEDULE The Contractor shall develop and submit to the Owner a construction schedule , which di splays the sequence and duration of each of the activities necessary to complete the contract. 1.02 FORMAT The schedule shall be prepared and updated on Microsoft Project 2002 or newer format scheduling software. 1.03 RELATED WORK INCLUDED SECTION -01300 : Submittals PART 2-PRODUCTS NOT USED PART 3 -EXECUTION 3.01 PREPARATION AND SUBMISSION A. Within ten calendar days following the notice to proceed, the Contractor shall submit to the Owner the draft construction schedule including its computer di skettes , per Section 01300 . 1. This schedule shall include all of the work required by the plans and specifications. 2 . No individual schedule item may last more than five working days. If a construction acti vity will last more than five working days , thi s activity shall be divided into two or more tasks. B. The draft construction schedule will be reviewed by the Owner per Section O 1300. 1. If the draft schedule is not acceptable to the Owner, the Contractor shall submit as many further draft schedules per 3.0lA as required to receive Owner acceptance . 2. If the draft schedule is acceptable to the Owner, the Contractor shall send ten copies to the Owner for its use . C. Schedule shall include system shutdowns as proposed by Contractor. System shut downs shall be coordinated with the Distribution Div ision to minimize customer disruption . 3.02 SCHEDULE UPDATES A schedule update shall be included with each payment request. Each update shall be per 3 .0lA. Repainting of Interior and Exterior of North Beach 5.0 Million Gallon Ground Storage Facility City of Fort Worth, Texas END OF SECTION 01310 -1 Project No. P 265-485108-601159990100 July 2008 PART I-GENERAL 1.01 SCOPE SECTION 01360 QUALITY CONTROL The contractor is responsible for quality control throughout the construction project. 1.02 RECORDS Throughout construction, daily records shall be maintained of all aspects of the work and all tests performed. All tests performed shall be numbered. One copy of these shall be maintained at the job site and submitted to the Engineer at the closeout of the project. 1.03 SCHEDULE A specific plan and checklist shall be made between the Contractor and the Engineer for observation and inspection to assure that all facility requirements have been met. 1.04 RECORD AVAILABILITY All records of the work and all tests performed shall be available at the job site for the Engineer's use at any time . 1.05 QUALIFICATION BIDDERS Contractor shall have a minimum of five (5) years experience on similar projects. Provide regional references constructed in a satisfactory manner for a minimum of three (3) different projects of equal or greater magnitude completed in the last five (5) years . Include name and address of project, size of project in value (painting) and contact person. Brokered labor shall not be acceptable . Applicators must be employees and on the payroll of the awarded Contractor. All operations shall be under the control of the Contractor, or the Contractor's General Superintendent. The General Superintendent shall be experienced in all aspects of the project. Contractor shall have a good record of paying bills to suppliers and subcontractors on time without delays. 1.06 PROPERTY DAMAGE In an event that contractor damages any property by sandblasting, paint overspray, sand or dust on cars, houses , buildings, boats, yards , roofs, walls, windows, and other property, contractor shall act promptly to quickly respond by cleaning these properties no later than seven (7) calendar days. In case that contractor did not respond within seven (7) calendar days , the claimants will be instructed to obtain damage estimates and submit to the Engineer. Upon receipt of these estimates, Engineer will deduct the amount of estimate from contractor's contract price. Contractor shall be responsible to satisfy claimants. 1.07 PROJECT SUPERINTENDENTS The Contractor shall keep a competent resident superintendent at the project site at all times during the progress of the work. A resume listing the qualifications and experience record of the proposed resident superintendent, as well as references from similar projects shall be submitted to the Owner prior to award of contract. This resident superintendent, if found to be acceptable, shall not be replaced without written notice to and consent from the Owner except under extraordinary circumstances, Qualifications of a proposed replacement shall be submitted when a request is made for replacement of the superintendent and shall be approved by the Owner prior to withdrawing the superintendent. Repainting of Interior and Exterior of North Beach 5.0 Million Gallon Ground Storage Facility City of Fort Worth, Texas 01360-1 Project No. P 265-485108-601159990 l 00 July 2008 SECTION -01360 QUALITY CONTROL During the construction of the project, the resident superintendent shall demonstrate an ability to properly execute the work outlined in the contract documents in a timely manner and shall consistently produce work of an acceptable quality and in accordance with the contract documents. If the Owner shall have a reasonable objection to the performance of the resident superintendent, the Contractor shall replace the resident superintendent upon written notice from the Owner. The resident superintendent is to be replaced with a superintendent acceptable to the Owner. No extension of time will be allowed for delays caused by the replacement of a resident representative . PART 2 -PRODUCTS -NOT USED PART 3 -EXECUTION -NOT USED Repainting of Interior and Exterior of North Beach 5.0 Million Gallon Ground Storage Facility City of Fort Worth, Texas END OF SECTION 01360 -2 Project No. P 265-485108-601159990100 July 2008 PART I -GENERAL 1.01 SCOPE SECTION 01370 SCHEDULE OF VALUES Contractor shall develop and submit to the Engineer for approval a schedule of values for the project. 1.02 RELATED SECTIONS SECTION -1300: Submittals PART 2 -PRODUCTS 2.01 Use format Payment Application (see attached sample form following this Section) for Schedule of Values and Payment Applications. www.paymentapplication.com. Other forms containing all applicable information will be acceptable . PART 3 -EXECUTION 3.01 SUBMITT ALS A. Within ten calendar days following the Notice-to-Proceed, the Contractor shall submit to the Engineer, in accordance with Section O 1300 , a tentative schedule of values -a breakdown oflump sum bids -which in turn shall be used to determine partial payment estimates and may be used to verify cost credits, change orders, etc. B. The tentative schedule of values will be reviewed by the Engineer to determine whether, in its judgment, the schedule of values is of sufficient detail and if the prices included are unbalanced or front-end loaded in an effort to inflate the prices of those items to be completed in the early stages of the work. C. The Engineer will provide the Contractor with its comments and may request additional information from the Contractor to justify certain quantities and prices. On the basis of the Engineer's comments, the Contractor shall revise and re-submit the tentative schedule for further review or approval. D . Once the tentative schedule is approved by the Engineer; it will become the schedule of values to be used in determining partial payment estimates. Six copies of this schedule shall be submitted to the Engineer for distribution and use. E. No partial payment request, including the first , shall be approved until the schedule of values has been accepted by the Engineer. F. The final schedule of values must be submitted foracceptance at least ten (10) working days prior to the contractual cut-off date for the first payment application. 3.02 FURTHER SUBMITTALS Each partial payment requested by the Contractor shall include the accepted schedule of values , modified to indicate the total quantity and price of the work completed to the date of the request. After acceptance of the submittal , no modifications will be made to the schedule of values, except as required by approved change orders. Repainting of Interior and Exterior of North Beach 5.0 Million Gallon Ground Storage Facility City ofFort Worth, Texas 01370 - I Project No. P 265-485108-601159990 I 00 July 2008 SECTION -01370 SCHEDULE OF VALVES 3.03 SUBMITTAL DAT A A. Insofar as possible, total quantities and unit prices shall be shown for all items of work, separating for each item the materials and labor and other such sub-items as the Contractor may desire . Lump sum, miscellaneous, and other such general entries in the schedule shall be avoided whenever possible . B. Such items as bond premiums, insurance, temporary facilities and temporary storage may be listed separately in the schedule of values, provided that the cost can be substantiated . C. Overhead and profit shall not be listed as separate items. D. The sum of the items listed on the schedule of values shall equal the contract lump sum price. E. If the schedule of values in the opinion of the Engineer is unbalanced or front end loaded , it will be rejected by the Engineer and revised and re-submitted by the Contractor. Repainting of Interior and Exterior ofNorth Beach 5.0 Million Gallon Ground Storage Facility City ofFort Worth, Texas END OF SECTION 01370-2 Project No. P 265-485108-601159990 I 00 July 2008 TO: Delt atek Engineering 14114 Dallas Pkwy, Suite 480 Da ll c1s, T exas 752 54 ATTN: Bahram Niknam, P.E. CONTRACT AMOUNT CHANGES:; 1,500,000 TOTAL:! 11 ,500,000 , ···-··-··-···--· ·-----·-···-·-····--·~·----·-·---··········-~ TO DATE: I 8 ,023,600 i COMPLETED I : AETAINAGE:i 561,652 i ----------······ . LESS AETAINAGE :(.___ 7,461,948 __ ! PREVIOUS APPLICATION :i 6,772,810 1 ,··-······ -·-···-·--··--·----------·-·!----·-·--·--·-···-·! ' ' CURRENT PAYMENT DUE:; 689,138 i ~ ' ! ... -... --~-----------,_, ______ .. _____ .---1,--------~ .... --.. ...l } BALANCE TO FINISH l . , INCLUDING AETAINAGE:i ' ! 'l.._.,.. ____ e __________ _ PAYMENT APPLICATION : APPLICATION NO: 1 : .-····---. -· ............. ·1·------·---··--····. FROM: Sample Contractor 100 Elite Way Dallas, Texas 75254 PREPARED BY: John Smith PHONE: (555) 555-1234 Prv. Apps . s ,n2.e10 59% Retainage 561,652 : ___ FOR _PERIOD ENDIN~ -~-~~ 1_, ~(?9!. ... : PROJECT: Sample Project Name NO: OWNERS PROJECT NO: 123456 WORK CATEGORY: General Requirements CATEGORY NO: 01000 • •, 1 i ; __________ ~-----·--:~~-------·-·--2:~.-.... __ 1_,~~K __ ------~·~------~~ ... p , \ APPROVED j ADDITIONS DELETIONS NET .:. CHANGES /QTY . AMOUNT QTY. AMOUNT QTY. AMOUNT, }. f?REV . APP . PEAIODS:i 1 2,000,000 ·1-500,000 2 1,500,000 I . H i , ,; '.; THIS APP. PERIODS :\ ·l \~----------·-· -··------~' ·----1--··· . ---··-----------·-·--·. . .. -----____ .. _____ ·---···· -·-~ ____ ....,._ _____ _.\___ TOTAL:! 1 2,000,000 500,000 1 1,500,000 1 , I hereby certify that the work for wh ich this application is bel ·' su · before the period ending Date . I further certi~at this work' in ac ·• lti · !!~_t_e _o_f:, 20 _ before :u;% :~plication is he~;b~~e:~ed. day ' / ,, \.,: -i' :Notary: '.:, ~\.~r 01, 2007 j My Commission expires on : "--~~-~-.. ·~------~---·--->~1'::"":~f:1c!,~~ --;:·· ~---.. ·----------~----·-·--·-·------ ENGINEER 'S CERTIFICATION ' I hereby confirm that to the best of my knowledge, . . ent application accurately reflects the progression of work and that this i work meets contract requirements sufficient enough to '.kistify payment in the amount of (check one): NOTES r·-T his App: 689,138 l Olller. (Explain in Notes) Signature Date DISTRIBUTION: .. Deltatek Engineering PAYMENT APPLICATION DETAIL APPLICATION NO; 1 ··-···FOR PERIOD ENDING:_Mar 1_,_2()0? __ ; FROM: Sam ple Contractor PROJECT: Sample Project Name WORK: 01000 • General Requirements NO:O W0°RKCATEGOR·v···-----------.... --.----···----------------·--··cci1PLETEOWORK______ --:--, RETAINAGE 1 ,· ll~m · ! ·-... --· .---···· "·"-····--··-···-·-·-···-········-·····1 · Scheduled ·!·-·Prev.App. ··-·------···Thia App. -·--,----Total ____ ! BALANANICSHETo ,I y;~-----~.. COMMENTS , -··· ·-· No.j_____ -· ---DHc rlption _ Value Value , Work In Place Stored Mat. % 1 alu• % : (7.0%) · ·. . ---. -.. -. ------.. -.... ·----.. --.. --·------·-··---··-----·-------,-----------·-··--r·----------------·------·-------··---· .... ·· -.. -----------------,----·----, c....i """"'-2.01"'-· Voil---·-4 .,. Ba•• Contract Superatructure Concrete 1 ~-' I \ 10 Mezzanine Concrete 1,000,000 i 800,000 I . · , .. , i 8 ~~ 200,000 i 56,000 ! Inspector OK'd 3/14 20 Curtain Wall Concrete 88,000 83,600 l 0% · 'I 3,600 4,400 5,852 30 Concourse Level Concrete 1,812,000 I 1,812,000 40 Loge Level Concrete 2,500,000 2,300,000 I 200,000 161,000 , 50 Seating Area Concrete 800,000 , 0% i 800,000 !Waiting OK to start Concrete Flnlah•• I l ,/ · i : , I . i I I • i 60 Concrete Sealer -Supply Only 500,000 375,000 ' .,....<-~ 0% ! 375,000 75% ! 125,000 i 26,250 i I j r , ·· ·X1, 1 · , 1 I 70 Architectural Custom Finishes 450,000 , 67,500 1 .-,/-~. -'::-·~ 0%: 67,500 15°/o j 382,500 : 4 ,7~5 __ 1 _ ·-·-·-···· ......... --·-· _i I --·-··. . ···-.......... ······--·-. . . ····-·---·--·-·-·· ............ ···-·--···-·· .. -· .. ··-·--··-· -----~----·--·---·-····--·--·-·-·-r·--. --·--···-···--·· ... -·-·· --·· ·-· ----+--· .... -+--• 1 SUBTOTAL Baae Contract Superatructure Concrete: 7,150,000 · 3,62610 1 • ::~:· • 0%' 3,626,100 51"4 ! 3,523,900 : 253,827 · ; I:~-"= c:-.:: = c--750.000 r 712:): .'\ -_ ~ ... i 712.500 .. ,. r 37.500 ! .... 7. 1 -:.·====~: :· 1 I 90 Slab-On-Grade 600,000 ' 600,000 · '; · ·\,,. / 0% ; 600,000 100% I -i 42,000 i i 100 Rebar & reinforcement 1,500 '~f '·, ooo ' ' \~: 0% ; 1,500,000 100% l ! 105,000 1 1 ~~~~=~~~~~===~; 1 001 Remove gold finishes '·1, 500,~0 ... ,, 15,0~) l 0% j (315,000) 63% j (185,000) i (22,050) !Balance on hold -·· ... --···---····----·----·-···· ----SUBTOT~a Work; ·-1; . ..-,.~=t -ooo ··i-------.. ·--.-----·----=-· -·--0%·:··-,:-.ooo-···,0&%f ·-·(8S~)-:··1·;0:950··r-··----·:---·--···-· ..... ~~-----.:~·-··-:_--··········=·········--·-····--·---.~·-·---oh~==--~~--:.-=:=··------·---····=::-::::..'._:.-· .. -· --··----..:~===-~==----,-~--=-·1:····· :-·· -... ···:~---.. · . .:::::....: : Total Ba8'.{~ontract Work:; 10,0~0 ; 6,438,600 I . . 0% l 6,438,500 64% i 3,561,400 ! 450,702 : : . t .. . . , . .. 1,soo,;d8d", 1,sas,000 • • 0% : 1,585,000 106% 1 (85,000) , 110,950 i ··-·· -·-·--·---------~···-····----·-·-·--·-·~u-. -------· --------·-'i~. "-~. , ..... .l.. .·• \ -. -....... -----· ----·· •... -·-· .. -L-----·-··-·--·----------·-------·---~------·····-------.. -----------}-·----· ---------t-·------····-·· ··----,--------·-·--------·-····-·· . GRANO TOTAL:, 1:. 500~000 , 8,023,600 / • • 0% ' 8,023,600 70% ! 3,476,400 ' 561,652 ; ••<o,I•• •• , ... ____ ...... R ... ______ RO____ ..._ /1~; .. _ ... _________ .. __ ,,,, __ ,,,, ___ ,___ ----· -c,;.._;~.;~~bkte 'i1:"-~.(.' r ~·· ~ .. :,,'. . Page 2 of 2 PART 1 -GENERAL 1.01 SCOPE SECTION 01420 INSPECTION SERVICES This section summarizes the duties, responsibilities , and limitations of the authority of the Inspector in connection with his observation and inspection of the work. 1.02 AUTHORITY On this project, Deltatek Engineering assumes the function of the inspector during renovation . 1.03 DEFINITIONS A. INSPECTOR: A representative of the owner who will be assigned authority to observe and inspect the work. B. Working Day: Per Fort Worth General Contract Documents and General Specifications for the Water Operations. 1.04 LIMITS ON WORKING HOURS Contractor may not work on a Saturday, Sunday, or official city holiday; more than eight hours in a calendar day; or forty five hours in a calendar week without the specific written consent of the owner. All requests for extra working hours must be made to the Engineer in writing. 1.05 UNINSPECTED WORK Any work performed without benefit of an inspection may require removal and replacement if so directed by the owner. This remo val and replacement will be completed by the Contractor at no additional cost to the Owner or the Owner's Representative . PART 2 -PRODUCTS (NOT USED) PART 3 -EXECUTION 3.01 AUTHORITY OF THE INSPECTORS The Owner's inspection personnel shall observe the work in progress and promptly notify the Contractor of any deficiencies . Inspectors are not authorized to accept work not in conformance with the plans and specifications, nor are they authorized to change the requirements of the contract documents . 3.02 RESPONSIBILITIES OF THE CONTRACTOR A. The Contractor shall provide safe access to the work in order to observe its progress and quality. The Contractor shall also assist the inspector in obtaining samples and performing te sts as necessary . Repainting of Interior and Exterior of North Beach 5.0 Million Gallon Ground Storage Facility City of Fort Worth, Texas END OF SECTION 01420 -1 Project No. P 265-485108-601159990100 July 2008 PART 1 -GENERAL 1.01 FINAL INSPECTION SECTION 01700 CONTRACT CLOSE-OUT A . When the Contractor considers the work complete , he shall submit written certification that all contract documents have been reviewed and all work has been completed and is in compliance with contract documents. He shall also certify that all facilities are operational and all work is completed and ready for final inspections. B. The Owner will make an inspection to verify the status of completion . Should the Owner consider the work incomplete or defective, he will promptly notify the Contractor in writing, listing the incomplete or defective work. The Contractor shall take immediate steps to remedy the stated deficiencies, and send a second written certification to Owner that the work is complete. C. If the Owner finds the work acceptable under the contract documents ; he shall request the Contractor to provide all required closeout submittals . 1.02 CLOSE-OUT SUBMITT ALS A . The following closeout submittal data shall be provided by the Contractor: 1. Project Record Documents 2 . Evidence of Payment and Release of Liens . Submit the following in such form as approved by Owner. a. Contractor's affidavit of payment of debts and claims . b . Contractor's affidavit of release of liens. c. Consent of surety to make final payment. d . Releases or waivers of liens from all subcontractors and others with lien rights against property of Owner. 3. Redline markups of the contract drawings showing any and all deviations from original plans to be used to produce as-built drawings. 1.03 FINAL PAYMENT REQUEST A . The Contractor shall submit a payment request to the Engineer. The statement shall reflect all adjustments to the contract and shall include , but not be limited to, the following: I. Original contract sum 2. Additions and deductions resulting from: a. Change orders b. Retainer withheld to date c. Deductions for uncorrected work d. Deductions for liquidated damages 3. Total contract sum, as adjusted 4 . Previous payments 5. Sum remaining due B . The Contractor shall submit the final application for payment in accordance with procedures and requirements stated in the contract documents. Repainting of Interior and Exterior of North Beach 5.0 Million Gallon Ground Storage Facility City of Fort Worth, Texas END OF SECTION 01700-1 Project No. P 265-485108-601159990 I 00 July 2008 PART 1-GENERAL SECTION 01710 CLEANING AND ADJUSTING 1.01 RESPONSIBILITIES A . The Contractor is re sponsible for cleaning and adjusting the work. If the Contractor fail s to clean and adjust the work, the City may do so and charge the re sulting costs to the Contractor. B. This section covers the minimum general cleaning requirements for the entire project. When required , additional detailed cleaning and adjusting requirements for specific trades or work are specified in the Specification Sections pertaining to that trade or work. 1.02 REQUIREMENTS OR REGULATORY AGENCIES A. Fire protection -Store volatile materials in covered metal containers and remove from premi ses daily. B. Pollution Control -Conduct cleaning and dispo sal operations in compliance with local ordinances and antipollution laws . 1. Burning and burying of rubbish and material on project site is not permitted 2. Disposal of volatile fluid wastes and other chemical wastes in storm or sanitary sewer system s or into lakes , streams or waterways is not permitted . C. Safety Standards -Maintain the project in accordance with in surance and safety standards. PART 2-PRODUCTS NOT USED PART 3 -EXECUTION 3.01 DURING CONSTRUCTION A. Oversee cleaning and ensure that the premises are maintained free from accumulations of waste materials and rubbish. Do not allow waste materials. Rubbish and debris to accumulate and become unsightly or create a hazard. B . At reasonable intervals , but at least once per week , during the progress of the work, collect and dispose of waste material , rubbish and debris. Handle waste in a controlled manner; do not drop or throw materials from heights with out having first installed the proper drop chute system . 3.02 FINAL CLEANING AND ADJUSTING 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. Thoroughly clean all work provided under Contract. Leave the site in a complete and finished condition to the satisfaction of the Owner or the Owner's representative . 2. Remove all temporary structures and all debri s including but not limited to trash , rubbish excess material , scrap metal , empty containers , waste material etc. 3 . Re store all areas on the site to a condition equal to or better than their original condition. This includes but is not limited to the following: a. Restore all grade lines to their original or new contours using select fill where fill work is required . b. Replant all grass that has been destroyed as a result of the Contractor's operations. New grass shall be block sod installed over the entire area disturbed. The sod shall be freshly cut and acceptable to the Owner prior to placement. Repainting of Interior and Exterior of North Beach Project No. P 265-485108-601159990100 5.0 Million Gallon Ground Storage Facility July 2008 City of Fort Worth, Texas 01710 -1 SECTION -01710 4 . CLEANING AND ADJUSTING c . The sodded area shall be at least a minimum of 85% growth to l " in height complete before the Owner will accept it. d. Replant all trees and shrubs that are destroyed as a result of the Contractor's operations . Replacement trees shall be the same species as the original trees destroyed . Trunk calipers shall be 6" minimum. Shrubs shall be the same species as the original shrubs and supplied in 5-gallon pots minimum. e . Washing, scrubbing, dusting and general cleaning of existing facilities to restore them to a condition equal to or better than their original condition. If the Contractor does not remove all the rubbish , debris, restore all plants, or does not clean the site as specified above, the City reserves the right to have the cleaning and plant restoration done at the expense of the Contractor. END OF SECTION Repainting oflnterior and Exterior of North Beach 5 .0 Million Gallon Ground Storage Facility Project No. P 265-485108-601159990100 July 2008 City of Fort Worth, Texas 01710-2 SECTION 02100 SITE PREPARATION & CLEANING PART I -GENERAL 1.01 SCOPE OF WORK A. The general provisions of the Contract, including General and Supplementary Conditions and General Requirements (if any), apply to the work specified in this section. B. Site clearing work includes , but is not limited to , the following: protection of existing trees , removal of trees and other vegetation as shown on plans or as directed by the Owner, clearing and grubbing, removing above- grade improvements. 1.02 RELATED WORK SPECIFIED ELSEWHERE NOT USED 1.03 JOB CONDITIONS A. Protection of existing trees and vegetation 1. Protect existing trees and other vegetation indicated to remain in place, against unnecessary cutting , breaking or skinning of roots , skinning and bruising of bark, smothering of trees by stockpiling construction materials or excavated materials within drip line , excess foot or vehicular traffic, or parking of vehicles within drip line . Provide temporary guards to protect trees and vegetation to be left standing. 2. Water trees and other vegetation to remain within the limits of the contract work as required to maintain their health during the course of construction operations. 3 . Provide protection for roots over 1-1/2" diameter cut during construction operations. Coat the cut faces with emulsified asphalt, or other acceptable coating, formulated for use on damaged plant tissues. Temporarily cover exposed roots with wet burlap to prevent roots from drying out; cover with earth as soon as possible . 4. Repair or replace trees and vegetation damaged by construction operations, in a manner acceptable to the Owner. Repair tree damage by a qualified tree surgeon. PART 2 -PRODUCTS NOT USED PART 3-EXECUTION 3.01 SITE CLEARING A . Remove only limbs necessary for construction activities and/or as directed by the Owner. B. Carefully and cleanly cut roots and branches that obstruct new construction. 3.02 DISPOSAL OF WASTE MATERIALS A . Remove waste materials, unsuitable and excess topsoil from job site and make proper and legal off site disposal. This shall include any waste materials containing hazardous wastes such as chromium and other waste materials identified as hazardous. B. Perform and pay for any tests required by the disposal site to verify or confirm the presence or lack thereof of hazardous materials. Repainting of Interior and Exterior of North Beach 5.0 Million Gallon Ground Storage Facility City ofFort Worth, Texas END OF SECTION 02100 -I Project No. P 265-485108-601159990 I 00 July 2008 SECTION 05500 METAL FABRICATIONS PART 1 -GENERAL 1.01 SCOPE OF WORK A. B. C. The Contractor shall provide all labor, equipment, materials professional services, and incidentals required to Fabricate, Furnish, and Erect all structural and miscellaneous metal work, complete including, but not limited to : 1. 2 . 3. 4. 5. 6. 7. 8 . 9 . Install new 36" vandal resistant vent. Acceptable manufacturer ACK Industries phone# 817-431 -4248 or approved equal. Install new 16 " stainless steel interior ladder with stainless anti-fall device. Install two 30 " X 30" aluminum roof hatches . Acceptable manufacturer ACK Industries phone# 817- 431-4248 or approved equal. Weld seam repairs, hole repairs, corrosion repairs, and patch repairs. Modify the existing roof safety railing at the landings and add a new 42 " tall handrail at a second roof hatch to be installed directly across from the existing hatch. Replace the overflow pipe and reinstall the weir at the correct elevation if required and approved. Install two (2) new 36" pressure manways. Modify the center column roof support structure. Remove a working door sheet for construction purposes . Reinstall the door sheet and have the welds radiographically tested . The Contractor shall include all supplementary parts and members necessary to complete all Ladders , Handrails, Framed Openings, Hatches , and Pit Repairs regardless of whether all such parts are definitely shown or specified. This includes but is not limited to: all nuts , bolts, washers, gussets, plates, angles, metal shapes, fasteners etc ., as may be required for the proper assembly of all items. All work shall be carefully assembled, fabricated and erected true to the lines , elevations and designs shown on the shop drawing that must be submitted by the Contractor. Miscellaneous Metal Repairs : The Contractor shall include 50 units of floor repair (labor and materials), 10 large area patches, and 20 rafter replacements as noted on the drawings that will be paid on a unit price basis only. 1.02 RELATED SECTIONS A. SECTION -09900 -Painting 1.03 REFERENCES A. ASTM A27 -Mild-to-Medium Strength Carbon Steel Castings . B. ASTM A36 -Structural Steel C. ASTM A47 -Malleable Iron Castings D. ASTM A48 -Gray Iron Castings E. ASTM A53 -Pipe, Steel, Black and Hot-Dipped, Zinc-Coated Welded and Seamless. F. ASTM A123 -Zinc (Hot-Galvanized) Coatings in Products Fabricated From Rolled, Pressed, and Forged Steel Shapes, Plates, Bars and Strip. G. ASTM A153 -Zinc Coating (Hot Dip) on Iron and Steel Hardware. Repainting oflnterior and Exterior of North Beach 5.0 Million Gallon Ground Storage Facility City of Port Worth, Texas 05500 - 1 Project No. P 265 -485108-60 1159990100 July 2008 SECTION 05500 MET ALF ABRICA TIONS H. ASTM Al67 -Stainless and Heat Resisting chromium-Nickel Steel Plate , Sheet, Strip. I. ASTM A307 -Carbon Steel Externally and Internally Threaded Standard Fasteners. J. ASTM A325 -High Strength Bolts for Structural Steel Joints , Including Suitable Nuts and Plan Hardened Washers. K. ASTM A354 -Quenched and Tempered Alloy Steel Bolts, Studs and Threaded Fasteners . L. ASTM A446 -Steel Sheet, Zinc-Coated (Galvanized) by Hot-Dip Process, General Requirements. M. ASTM A525 -Steel Sheet, Zinc-Coated (Galvanized) General Requirements . N. ASTM A500 -Cold Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. 0. ASTM A570 -Hot-Rolled Carbon Steel Sheet and Strip, Structural Quality. P. ASTM A61 l-Steel, Cold-Rolled Sheet, Carbon, Structural Q. AWS -Standard Welding Symbols -A2.4. R. AWS -Structural Welding Code, Dl.1-75 S. FS FF-S-325 -Shield Expansion; Nail Expansion and Nail Drive Screw. T. Industrial Fasteners Institute -Handbook on Bolt, Nut and Rivet Standards. U. NAAMM -Metal Stair Manual 1982 Edition. V. SSPC Painting Manual, Volume 2 , Systems and Specifications. W. SSPC SPl-63 -Solvent Cleaning. X. SSPC SP2-63 -Hand Tool Cleaning. Y. SSPC SP6-5 -White Metal Blast Cleaning. 1.04 DESIGN The Contractor shall have all Metal Fabrications Designed, Sealed and Signed by a Professional Engineer currently licensed in the state of Texas according to the Texas State Board of Professional Engineers . This includes but is not limited to: all Ladders , Platforms, Handrails Gratings, Walkways , Framed Openings , Hatches , Structural Steel Members, Piping Modifications , Anti Vortex Plate and all of their supplementary parts . 1.05 SUBMITT ALS A. The following items shall be submitted by the Contractor as per Section O 1300 of these specifications and approved by the Engineer prior to the fabrication and/or installation of any items . 1. Product data: Submit Manufactures' product data sheets for all miscellaneous metal fabrications, prefabricated, proprietary products, including but not limited to primers, paint products, vents , hatches , grates , fasteners, Welding electrodes, and grout. Repainting oflnterior and Exterior of North Beach 5.0 Million Gallon Ground Storage Facility City ofFort Worth , Texas 05500 - 2 Project No. P 265-485108-601159990100 July 2008 SECTION 05500 2 . MET ALF AB RICA TIONS Shop Drawings\Construction Documents: Submit complete detailed erection/ construction drawings for each metal fabrication. This includes but is not limited to drawings for: all Ladders, Platforms, Handrails Gratings, Safety Cages, Walkways, Framed Openings, Hatches, Vents, and all of their supplementary parts. The drawings shall include but not be limited to the following: a. Plans , Elevations, Sections, material types , quantities , locations and details of each fabricated item. b . All connections, fasteners and anchorage requirements for each fabricated item. c . Designate shop and field welds in accordance with A WS standard symbols. d. Furnish setting diagrams, erection plans, templates and directions for installation of bolts, plates, anchors and other items . e. All drawings shall have the seal and signature of a Registered Professional Engineer, currently registered in the state of Texas according to the Texas State Board of Professional Engineers. 3. Welder Certificates: Submit certificate signed by the Contractor for each welder and/or tacker certifying that the welder and/or tacker has been certified within the past year according to AWS 01.1-75. B . The Configuration Drawings supplied with these specifications are intended to show the general configurations of the existing tank structure, its' components and the new fabricated items to be designed and installed by the Contractor. Existing heights , lengths, widths , pipe sizes, bolt sizes, plate sizes, and metal thickness that may be actually shown, or otherwise indicated by scale or notes, are approximations only. 1.06 QUALITY ASSURANCE A. The Contractor, Fabricator and Erector must each have a minimum of 5 continuous years experience fabricating and erecting respectively, work of similar nature, size, and complexity. B . Qualifications for Welding Work: Qualify welding processes and welding operators in accordance with A WS Structural Welding Code -Steel. 1. Provide certification that welders to be employed in work have satisfactorily passed A WS qualification tests . 2 . If recertification of welders is required, retesting will be Contractors responsibility. 3 . Assign each approved welder a unique number in order to identify individual welds. C. Source Quality Control: Materials and fabrication procedures are subject to inspection and tests in the mill , shop and field by the Owner or Owner's Representative . Such inspections and tests will not relieve the Contractor of responsibility for providing materials and fabrication procedures in compliance with specified requirements. The Contractor shall promptly remove and replace materials or fabricated components, which do not comply. D . Question about Shop Drawings Documents: The Contractor shall promptly notify the Designer and Engineer whenever design of members and connections for any portion of the structure are not clearly indicated or when other questions exist about the Shop Drawings. Such questions shall be resolved and incorporated into the shop drawings prior to the fabrication and installation of any work that is directly or indirectly related to the item(s) in question. E. The Contractor shall be responsible for all errors of design, detailing, fabrication and for the correct fitting of the all fabricated members and components. l. All fabricated material and connections shall fit within standard architectural constraints. 2. Structural steel members for which shop drawings have not been reviewed and approved shall not be fabricated. Repainting oflnterior and Exterior of North Beach 5.0 Million Gallon Ground Storage Facility City of Fort Worth, Texas 05500 -3 Project No. P 265-485108-601159990 JOO July 2008 SECTION 05500 METAL FAB RI CATIONS 3. The omission from the shop drawings of any materials items or incidentals required by design, and for the correct fabrication and installation of an item, shall not relieve the Contractor of the responsibility of furnishing and installing such materials, even though the shop drawings may have been reviewed and approved. F . Test Reports : Submit copies of reports of tests conducted on all material and on shop and field bolted and welded connections. Include data on type( s) of tests conducted and test results. 1.07 C OD ES A. All work shall comply with provisions of the following as they apply, except as otherwise indicated: 1. All Federal, State and Local laws which govern safety requirements for steel erection and other requirements if more stringent than the codes and standards enumerated below. This includes but is not limited to all applicable portions of OSHA. 2. AISC Code of Standard Practice for Steel Buildings and Bridges, adopted September 1, 1986, except delete the following sentence from Section 4.2.1 of the Code: This approval constitutes the Owner's acceptance of all responsibility for the design adequacy of any connections designed by the fabricator as a part of his preparation of these shop drawings. 3. AISC Specification for the Design, Fabrication and Erection of Structural Steel for Buildings, June 1, 1989 including commentary and supplements thereto as issued . 4 . AISC Specification for Structural Joints using ASTM A 325 or A 490 Bolts approved by the Research Council on Riveted and Bolted Structural Joints of the Engineering Foundation (Research Council on Structural Connections), November 13 , 1985. 5. A WS Dl.l Structural Welding Code -Steel 6 . Steel Structures Painting Manual, Volumes I and 2, Steel Structures Painting Council. 7 . City of Fort Worth Building Code. 8 . Uniform Building Code. PART 2 -PRODUC TS 2.01 MATERIALS A. STRUCTURAL STEEL: B . CAST STEEL: C . BOLTS : D . FILLER MET AL: E. CAST IRON: F. MALLEABLE IRON: G. STEEL PIPE: H. STEEL TUBING: I. GALVANIZING: J. WELDING ELECTRODES: Repainting oflnterior and Exterior of North Beach 5.0 Million Gallon Ground Storage Facility City of Fort Worth, Texas ASTMA36. ASTM A27 , Grade 65-35. ASTM A307 , A325 , A354 . A WS Standards. ASTM A48 , Class 30, minimum 30,000 PSI tensile . ASTM A47 , Grade 35018. ASTM A53 , Grade B , schedule 40 unless otherwise specified. ASTM A500 , Grade B . ASTM Al23 and Al 53. Structural Welding Code AWS Dl.1~75 Table 4.1.1 05500 -4 Project No. P 265-485108-601159990100 July 2008 SECTION 05500 METAL FABRICATIONS K. STAINLESS STEEL L. M. 1. 2. Plates : Bolts: ALUMINUM 1. Sheet and Plate : 2. Rolled Section: 3. Rod and Bar: EXTRUSIONS: ASTM Al67, Type or 316 IFI-104 ASTM B209 , Alloy 6061-T6 ASTM B308 , Alloy 6061 -T6 ASTM B21 l , Alloy 6061-T6 or 2017-T4 ASTM B221 , Alloy 6063-T5 or T6 N . GALVANIZED SHEET STEEL: ASTM A446 , Grade A, coating designation G90 , ASTM A525, gauge as required for design. 0 . SHEET STEEL: ASTM A6 l 1, Grade C. P. ANCHORAGE DEVICES , MASONRY: Expansion shields F .S. FF-S-325. 1. Standard manufactured items. 2. Lead expansion shields for machine screws and bolts 3 in. (6 mm) and smaller: Head out embedded nut type , single unit class, Group I, Type 1, Class 1. 3. For machine screws and bolts larger than 3 in.: Group I , Type 1, Class 2 . 4. Bolt anchor expansion shields for lag bolts: Zinc alloy, long shield anchors class , Group II , Type 1, Class 1. 5. Bolt anchor expansion shields for bolts: Closed end bottom bearing type, Group II , Type 2 , Class 1. 6. Use expansion bolts only into fully grouted masonry cells or concrete floor/slabs. Q. FASTENERS R. S. 1. Zinc coated where built into exterior walls and where item being fastened is galvanized. 2 . Select fasteners for type , grade and class required . 3 . Bolts and Nuts : Regular hexagon head ASTM A307 , Grade-A. 4 . Lag Bolts : Square type , F .S.FF-B-561. 5. Machine Screws: Cadmium plated steel, F .S.FF-S-92. 6. Wood Screws: Flat head carbon steel, F.S.FF-S-111. 7 . Plain Washers: Round , carbon steel, F .S .FF-W-92. 8. Lock Washers: Helical spring carbon steel, F .S.FF-W-84 . SHOP PRIMER: GALVANIZING 10-99 Modified Alkyd by TNEMEC Co ., Inc . or a pre-approved equivalent. ZRC Compound by ZRC Chemical Products Co., Carbo REPAIR PAINT: Zinc No . 11 by Carboline or Galv-weld Alloy by Galv- weld Products. T. DISSIMILAR MET AL PROTECTION COATING : TNEMEC-Tar 413 by TNEMEC Co., Inc. 2.02 FABRICATION A. Fabricate work true to shape, s ize and tolerances, with straight lines, square comers or smooth bends; uniformly spaced and in true alignment; free from twists, kinks , warps, dents or other imperfections. Match exposed work to provide continuity of line and design. B. Grind and dress edges and ends of metal smooth, with no sharp edges and with comers slightly rounded. C. Drill or punch holes with smooth edges for temporary field connections and attachment of other work. Repainting of Interior and Exterior of North Beach Project No. P 265-485108-601159990100 5.0 Million Gallon Ground Storage Facility July 2008 City of Fort Worth, Texas 05500 - 5 SECTION 05500 METAL FABRICATIONS D . Make permanent shop and field connections with continuous fillet type welds unless noted otherwise . Perform welding in accordance with A WS D 1.1 and reviewed Shop Drawings . Neatly miter faces of corner connections and fully weld. Remove weld spatter, flux, slag and oxides from surfaces. E. Grind exposed welds smooth and round sharp corners . F. Fabricate, Assemble weld etc . all items in shop in as large assemblies as practicable. G. Verify completeness of all fabricated items by comparing each item to the Shop Drawings. H. Supply all items required to complete construction and installation in accordance with requirements of Contract Documents. I. Anchorage accessories: Required to secure wood to metal, wood to masonry, metals to masonry or concrete , metal to metal or metal to other items. Provide sleeves , inserts and spacers required in conjunction with items of metal fabrication. 2.03 SHOP PRIMING A. Hot-dip galvanized items as scheduled in accordance with ASTM Al23 and Al 53 . B . Apply shop primer to ferrous metal not indicated to be galvanized . I. Apply 2 shop coats to metals that will be inaccessible after erection. 2. Do not prime stainless steel, aluminum, copper, brass or bronze unless specifically indicated. C. Remove scale, rust and deleterious materials before priming. 1. Clean off rust and loose mill scale: a. Steel , protected: SSPC SP-2, SP-3. b. Steel, exposed to weather: SSPC SP-5 . 2. Remove contaminants in accord with SSPC SP-I. D . Immediately after surface preparation, prime in accord with manufacturer's instructions . I. Provide uniform dry film thickness of2.5 mils . 2 . Use methods, which will result in full coverage of exposed surfaces. E. Provide dissimilar metal protection coating: I . When dissimilar metals come in contact. 2. When metal or aluminum is anchored to or in contact with concrete or masonry. F . Retouch, scraped, abraded , weld burns and unprimed areas . I. Use primer specified for shop coats. 2. Priming does not count as a coat for finish painting. 3. Use galvanized repair paint at galvanized items . PART 3 -EXECUTION 3.01 EXAMINATION A. Verify suitability of substrate to accept installation. B. Installation constitutes the Contractor's acceptance of responsibility for performance. C. Field measure related work and openings to provide for proper fit. Repainting of Interior and Exterior of North Beach Project No . P 265-485108-601159990100 5.0 Million Gallon Ground Storage Facility July 2008 City of Fort Worth, Texas 05500 -6 SECTION 05500 METAL FABRICATIONS 3.02 INSTALLATION A . Install items in accordance with reviewed Shop Drawings and manufacturer's instructions. B. Install plumb and level , anchored rigid and secure and in true alignment with related and adjoining work. Shim and grout as necessary. C . Field weld members in accordance with AWS Dl . l Grind sight exposed welds smooth. D . Where practical, conceal fastenings. E. Secure metal to wood with lag screws of adequate size with appropriate washers. F . Secure metal to concrete with embedded anchors, setting compounds, caulking and s leeves, or setting grout. 1. U se expansion bolts, toggle bolts or screws for light duty service. 2. Caulk voids with epoxy sealant. G. Do not field splice fabricated items unless size requires splicing . Fully weld splices and grind smooth. H . Provide fabricated items complete with attachment devices as required to properly install items. I. Upon completion, re-examine work and correct to insure that installation is firm , tight, anchored, in true alignment with neat fits , without distortions, unsightly fa stenings, raw edges or protrusions. J. Brush clean touch-up and repaint or re-prime damaged or welded surfaces. U se galvanized repair paint at galvanized items. K. Re-weld all damaged seam weld restoring them to their original contours. Grind smooth and apply primer and weld seam sealer as specified in Section 09900 . L . After Blasting operations have been completed carefully inspect the interior of the tank make repairs to pits in metal depending on their size and configurations as shown in details at the end of this section. Repainting of Interior and Exterior of North Beach 5.0 Million Gallon Ground Storage Facility City of Fort Worth, Texas END OF SECTION 05500 - 7 Project No. P 265-485108-601159990100 July 2008 PART 1 -GENERAL 1.01 SCOPE OF WORK SECTION 05515 LADDERS The Contractor shall provide all materials , parts , labor, and professional services required to remove the existing tank access ladders and ladder supports, and Fabricate and Install new ladders , supports, and anti-fall devices The locations of existing ladders, new ladders , and anti-fall devices are shown on the Drawings. 1.02 RELATED SECTIONS A. SECTION -05500: Metal Fabrications B. SECTION -09900: Painting C. SECTION -11550: Fall Prevention System 1.03 REFERENCES A . SECTION -05500, Part 1.03 REFERENCES, of these specifications B. TCEQ C. OSHA 1.04 DESIGN A. As per SECTION -05500 , Part 1.04 DESIGN, of these specifications. B. All ladder side rails shall be continuous steel flat bars with minimum dimensions of2 W 'x 3/8" (two and half inches x three eighth inch). C. The minimum clear distance between side rails shall be 16" D. Ladder rungs shall be round or square steel bars 3/4" (three-quarter inches) minimum diameter. E. Ladder rungs shall be spaced 12" (twelve inches) on centers F. Support each ladder at top , bottom and intermediate points spaced at 5'-0" maximum, by means of welded or bolted steel brackets 3" xl /2". G. Size brackets to support design dead and live loads while holding the centerline of the ladder rungs clear of the supporting surface a minimum of lO"(ten inches). H. Fit rungs in centerline of side rails plug weld and grind smooth on outer weld surfaces. 1.05 SUBMITT ALS As per SECTION -05500 , Part 1.05 SUBMITTALS, of these specifications. 1.06 QUALITY ASSURANCE As per SECTION -05500, Part 1.07 QUALITY ASSURANCE of these specifications. Repainting oflnterior and Exterior of North Beach 5.0 Million Gallon Ground Storage Facility City ofFort Worth, Texas 05515 - 1 Project No. P 265-485108-601159990100 July 2008 SECTION 05515 LADDERS 1.07 CODES As per SECTION -05500 , Part 1.08 CODES of these specifications. 1.08 DELIVERY, STORAGE & HANDLING A. Ladders shall be delivered with all components : mounting brackets, bolts, assembly plates, etc. B . Carbon steel ladders and brackets shall be shop prime coated as per section 05500 part 2.03. Any damage to coating shall be properly re-coated before storing. C. The ladders shall be stored in such a manner that they will not be damaged by other operations of the project. D. Proper equipment shall be used in handling the ladders so they will not be dropped, bent or broken. PART 2-PRODUCTS 2.01 MATERIALS A. Ladder and mounting brackets on the tank interior ( wet areas) shall be Type 316 stainless steel. B. Bolts, nuts and washers shall be Type 316 stainless steel, ASTM A325 unless noted otherwise . C. Provide non-slip surface on top of each ladder rung using a type of manufactured rung , which is appropriate for stainless steel. F. Anti-fall devices shall be as specified in Section 11550 of these specifications. 2.02 FABRICATION As per SECTION -05500 , Part 2.02 FABRICATION, of these specifications 2.03 SHOP PRIMING As per SECTION -05500 , Part 2.03 SHOP PRIMING, of these specifications PART 3 -EXECUTION 3 .01 INSPECTION A. The ladders, components and brackets shall be inspected for the following: 1. Specified material ; stainless. 2. Dimensionally correct with smooth comers and edges. 3 . Components that are of the proper size, i.e., proper size of bolts and proper thickness of materials. 4. Proper number of ladders, sections, brackets, bolts, rungs and connector plates. 5 . Check that all welds are the proper type and size with no slag, spatters, etc . 3.02 INSTALLATION A. Install all ladders plumb, level anchored rigid and secure in true alignment with related and adjoining members and/or supporting structure. B. All ladders, brackets, and components of such shall be in place and completely installed prior to the start of any paint surface preparations or tank coating applications. Repainting of Interior and Exterior ofNorth Beach 5.0 Million Gallon Ground Storage Facility City of Fort Worth, Texas 05515-2 Project No. P 265-485108-601159990100 July 2008 SECTION 05515 LADDERS 3.03 CLEAN UP The Contractor shall remove all excess materials, trash, scrap metal and other debris from the jobsite and make proper off site dispo sal. Repainting of Interior and Exterior of North Beach 5.0 Million Gallon Ground Storage Facility City of Fort Worth, Texas END OF SECTION 05515-3 Project No. P 265-485108-601159990100 July 2008 PART I -GENERAL 1.01 SCOPE OF WORK SECTION 05520 HANDRAILS & RAILINGS The Contractor shall provide all labor, equipment, materials professional services , and incidentals required to Fabricate, Furnish, and install complete all handrails , railings and kick plates where indicated on the Drawings. 1.02 RELATED SECTIONS A. SECTION -05515 : Ladders B . SECTION -05500: Metal Fabrications C. SECTION -09900: Painting 1.03 REFERENCES As per SECTION -05500, Part 1.03 References, of these specifications. 1.04 DESIGN As per SECTION -05500, Part 1.04 Design, of these specifications. 1.05 SUBMITT ALS As per SECTION -05500, Part 1.05 Submittals, of these specifications. 1.06 QUALITY ASSURANCE As per SECTION -05500, Part 1.07 Quality Assurance , of these specifications. 1.07 DELIVERY & STORAGE A. Railings must be delivered with all components, base plates, kick plates , connectors and bolts. B. Carbon steel base and kick plates shall have a one-{l) mil wash primer shop coating. Any damage to coating shall be touched up before storing. C. Railings and components shall be stored such that they will not be damaged or become separated. PART 2 -PRODUCTS 2.01 MATERIALS A. Handrails and post shall be l 1/2 -inch (minimum) inside diameter steel pipe schedule 40. B. Base plates and kick plates shall be of ASTM A36 carbon steel. C. Bolts, washers and nuts shall be Type 316 stainless steel. Repainting of Interior and Exterior of North Beach 5 .0 Million Gallon Ground Storage Facility City of Fort Worth, Texas 05520 - 1 Project No. P 265-485108-601159990100 July 2008 SECTION 05520 HANDRAILS & RAILINGS 2.02 FABRICATION A. Handrails and posts shall be cut on-site and assembled in place. B. Base plates, when required for handrail post shall be shop fabricated. C. Kick plates shall be cut and assembled on-site. PART 3 -EXECUTION 3.01 INSPECTION A. The handrails, posts and components shall meet the following requirements. 1. Shall be of material specified and size members . 2. All fabrications must be dimensionally correct. 3. The correct quantity of fabricated rails, and components. 4. All welds on handrails and posts shall be ground smooth. 5. Welds shall be the proper type and size with no slag or spatters . 6. Material and fabrications shall be new and undamaged when installed. 3.02 INSTALLATION A. It is intended that all connections between hand railing , post and kick plates be welded connections by certified welders. The kick plate may be bolted to the rail post using properly sized stainless steel U-bolts in lieu of welding. B. The handrails shall be installed before painting begins. C . For typical configuration of hand rails, posts, and kick plates, see detail sheet at the end of this section. Repainting oflnterior and Exterior of North Beach 5.0 Million Gallon Ground Storage Facility City of Fort Worth, Texas END OF SECTION 05520 -2 Project No. P 265-485108-601159990 I 00 July 2008 SECTION 09900 PAINTING PART 1-GENERAL 1.01 SCOPE A. INTERIOR 1. The Contractor shall prepare interior surfaces and components of the GST and paint all interior s urfaces of the GST except where noted otherwise . Dehumidification shall be utilized on the interior of the GST during surface preparation and painting. This includes but is not limited to : a . Tank interior b . Tank rafters, brackets, & gussets c . Overflow weir, brackets, piping d . Patching of floor pits e. All miscellaneous items attached to the tank, such as ladders , hatches , vents , handrail s, and their supports , unless noted otherwise in tank interior f. Inlet piping g. Anti vortex plate 2. All stainless steel safety climbs devices , stainless steel ladders, and insect screen shall not be painted, and they shall be protected from over spray spills, and splatters at all time during paint application. 3. Any items that should not to be painted by the Contractor, that are painted by the Contractor, or become stained by over spray, spills or splatters, shall be cleaned by the Contractor to the satisfaction of the Engineer, or replaced at the Contractors expense. This includes items that are not part of the tank and any items on adjacent and surrounding properties . B. EXTERIOR 1. The Contractor shall prepare exterior surfaces and components of the GST and paint all exterior surfaces of the GST except where noted otherwise. Surface preparation shall be by mechanical means designed to remove spent blast media by vacuum as sist during the blasting process. This includes but is not limited to: a . Tank exterior b . Inlet and outlet piping c. Overflow piping, flap valve , and drain valve d . Vent, collar, flange , and rain hat e . Handrails , hatch, and manways f . All miscellaneous items attached to the tank, such as ladders, hatches , vents , handrails , and their supports, unless noted otherwise in tank exterior 2. All stainless steel safety climbs devices , stainless steel ladders , and insect screen shall not be painted, and they shall be protected from over spray spills , and splatters at all time during paint application. 3 . Any items that should not to be painted by the Contractor, that are painted by the Contractor, or become stained by over spray, spills or splatters , shall be cleaned by the Contractor to the satisfaction of the Engineer, or replaced at the Contractors expense. This includes items that are not part of the tank and any items on adjacent and surrounding properties 1.02 RELATED WORK-NOT USED 1.03 REFERENCES A. Without limiting the general aspects of other requirements of these specifications, all surface preparation, coating and painting of interior and exterior surfaces shall conform to the applicable requirements of the Steel Structures Painting Council and the manufacturer's printed instructions. Repainting of Interior and Exterior of North Beach 5.0 Million Gallon Ground Storage Facility City of Fort Worth , Texas 09900 - 1 Project No. P 265-485108-601159990100 July 2008 SECTION 09900 PAINTING B. The Engineer's decision shall be final as the interpretation and / or conflict between any of the referenced specifications and standards contained herein. 1.04 QUALITY ASSURANCE A. The Contractor shall have a minimum of five years practical experience and successful history in the application of paint products of this nature to surfaces of steel water tanks or similar structures of the same size and magnitude. Upon request, the Contractor shall substantiate this requirement by furnishing a list of references and job completions. B; Surface Preparation: Surface preparation will be based upon comparison with : "Pictorial Surface Preparation Standards for Painting Steel Surfaces: SSPC-VIS 1-89 and ASTM Designation D2200 , "Standard Methods of Evaluating Degree of Rusting on Painted Steel Surfaces" SSPC-VIS 2 and ASTM Designation D6 l O; "Visual Standard for Surfaces of New Steel Airblast Cleaned with Sand Abrasive". C. All work shall be performed by skilled craftsmen qualified to perform the required work in a manner comparable with the best standards of practice. Continuity of personnel shall be maintained and transfers of key personnel shall be coordinated with the Engineer or the Engineer's Representative. D. The Contractor shall provide a Supervisor/Superintendent at the work site at all times when work is in progress. The Supervisor shall have the authority to sign change orders, coordinate work and make decisions pertaining to the fulfillment of the contract. E. Personnel mixing coating components shall be instructed by the Contractor or the Contractor's Superintendent on the correct proportions, type of components and techniques. F. All surface preparation, coating, and painting shall conform to applicable standards of the Steel Structures Painting Council, and/or the manufacturer's printed instructions. Material applied prior to approval of the surface by the Engineer or the Engineer's Representative, shall be removed at the Engineer's discretion, and reapplied to the satisfaction of the Engineer or the Engineer's Representative at the expense of the Contractor. G. No coating shall be applied: When the surrounding air temperature or the temperature of the surface to be coated or painted is below the minimum surface temperature for the products specified herein; or in rain, snow, fog or mist; when the temperature is less than 5 ° F above the dew point; when the air temperature is expected to drop below 35 ° F within six hours after application of coating . Dew point shall be measured by use of an instrument such as a Sling Psychrometer in conjunction with U.S . Department of Commerce Weather Bureau Psychometric Tables. If the above conditions are prevalent or if it is the judgment of the Engineer or the Engineer's Representative that any of the aforementioned conditions will occur during the application of any coating or paint, painting and/or coating operations shall be delayed or postponed until conditions are favorable. The day's coating or painting shall be completed in time to permit the film sufficient drying time prior to damage by atmospheric conditions . H. All coatings and paints shall be stored in enclosed structures to protect them from weather and excessive heat or cold. Flammable coatings or paint must be stored to conform to City, County, State and Federal safety codes for flammable coatings or paint materials. At all times coatings and paints shall be protected from freezing . I. Thickness and Holiday Checking: Thickness of coatings and paint shall be checked with a non-destructive, magnetic-type thickness gauge. Use an instrument such as a Tooke Gauge if a destructive tester is deemed necessary. The integrity of coated surfaces shall be checked with an approved inspection device. Non- destructive holiday shall not exceed 67 2 volts nor shall destructive holiday detectors exceed the voltage recommended by the manufacturer of the coating system. For thickness between 10 and 20 mils (250 microns and 500 microns) a non-sudsing type wetting agent, such as Kodak Photo-Flow, shall be marked, repaired in accordance with the manufacturer's printed recommendations and re-tests. No pinholes or other irregularities will be permitted in the final coating. Repainting of Interior and Exterior ofNorth Beach 5.0 Million Gallon Ground Storage Facility City ofFort Worth, Texas 09900-2 Project No. P 265-485108-601159990100 July 2008 SECTION 09900 p AINTING J. Inspection Devices: The Contractor shall furnish , until final acceptance of coating and painting, ins pection devices in good working condition for detection of holidays and measurement of dry film thickness of coating and paint. The Contractor shall also furnish U .S . Department of Commerce, National Bureau of Standards certified thickness calibration plates to test accuracy of dry film thickness gauges and certified instrumentation to test accuracy of holiday detectors. Dry film thickness gauges and holiday detectors shall be made available for the Engineer's use or the Engineer's Representative's use at all times until final acceptance of application. K. Warranty Inspection: The Contractor shall guarantee all work against any and all defects due to normal use and wear for a period of two years after final acceptance. A Warranty Inspection shall be conducted during the twenty-third month following completion of all coating and painting work. All defective work shall be repaired in accordance with this specification and to the satisfaction of the Owner or the Owner's representative. 1.05 REFERENCES The Contractor shall have a library file containing pertinent specifications, manufacturer's technical bulletins, procedural manuals, and Material Safety Data Sheets (MSDS). 1.06 SUBMITT ALS A. The following materials shall be submitted and approved by the Engineer, as per Section 01300 before application may begin: 1. Primers 2 . Coatings 3 . Sealers 4. Thinners, Solvents, & Cleaners 5. Material Safety Data Sheets (MSDS) for all paint components and thinners 6. Manufacturer's current color chart 1.07 DELIVERY, STORAGE, & HANDLING All materials shall be brought to job site in original sealed containers. They shall not be used until the Engineer, or the Engineer's Representative has inspected contents and obtained data from information on containers or labels. Materials exceeding storage life recommended by the manufacturer shall be rejected. 1.08 SAFETY, HEALTH AND REGULATORY REQUIREMENTS A. General: In accordance with requirements set forth by federal, state and local regulatory agencies and codes applicable to the construction industry and manufacturer's printed instructions and appropriate technical bulletins and manuals, the Contractor shall provide and require use of personal protective lifesaving equipment for persons working on or about the project site . 1.09 PROTECTION OF SURROUNDING AREAS AND EQUIPMENT A. The Contractor shall take all necessary precautions, provide and utilize all necessary equipment, to protect all adjacent and surrounding property from over spray, splashes, dust, blasting abrasives and spills. This shall include but not be limited to : protective coverings, drop cloths, canvases, masking, enclosures or other suitable methods. B. Due to the proximity of other business and/or residences, it is anticipated that all paint and primers on the exterior portions of the tank will have to be applied by means of rollers or brushes, with the use of protective shrouds/canvases that completely encapsulates the entire tank to prevent the travel of brush and roller over splash. C. If the Contractor wishes to use spraying devices on the outside of the tank, the Contractor must submit a plan to the Engineer that totally prevents over spray particles from traveling to surrounding properties. No spraying devices may be used on the exterior of the tank until the Contractor receives written approval of the aforementioned over spray prevention plan, in writing from the Engineer. Repainting of Interior and Exterior of North Beach 5 .0 Million Gallon Ground Storage Facility City of Fort Worth, Texas 09900-3 Project No. P 265-485108-601159990 I 00 July 2008 SECTION 09900 PAINTING D. If the Contractor's plan for the elimination of over spray travel is approved by the Engineer, the Engineer may revoke approval of the plan at any time at his or her discretion, and require the Contractor to apply the remainder of exterior paint products with brushes and/or rollers. This shall apply even if the approved plan, while in action is judged to be adequately effective by the Engineer, but perceived to be ineffective by surrounding outside sources, such as but not limited to: residents, business owners, property owners, or employees. The Engineer's decision on this matter shall be final and not subject to appeal , or the basis of a claim against the Owner, Engineer or their respective Representatives. E. The Engineer, Owner, and\or their respective Representatives assume no responsibility for the effectiveness or ineffectiveness of the Contractors over spray plan, work in general, or restitutions that may result from damage caused by over spray or the misapplication or use of any paint products by the Contractor or anyone working in his behalf. F . Approval of an over spray plan by the Engineer shall not relieve the Contractor of his liability and responsibly for the complete cleaning, repair, replacement or other restitutions as a result of over spray or other misapplication or use of paint by the Contractor, or any persons working for his behalf directly or indirectly. G. Antennas, communication gear, electrical wires , conduits, electrical boxes, etc . that are attached to the tank for support, but are not an integral part of the tank or tank access structures, shall be protected at all times from blasting, paint over spray, splashes, spills and physical damage. PART 2-MATERIALS 2.01 ACCEPT ABLE MANUFACTURERS A. Sherwin-Williams, Carboline, TNEMEC, ICI Devoe. B. When a particular Product Trade Name, Make, or Brand, is specified, it shall be considered as the minimum quality standards required for that particular item. C. All Manufacturers' literature, technical specifications, quality control and testing measures, construction methods, materials, configuration, industry certifications , ratings and approvals etc ., for a product specified by Product Trade Name, Make or Brand, (i .e . Sherwin-Williams), shall be considered as part these specification whether actually shown herein or not. D. In order to achieve competitive and accurate bids, all Bidders shall base their proposals on the actual items (Product Trade Name, Make or Brand), listed in these specifications. Bidders will not be allowed to submit substitutions (Prospective approved equals), or base their proposals on substitutions when submitting their bids. E. After a contract has been awarded by the City, to the low bidder (Contractor), the Contractor shall submit to the Engineer as per section 01300 , within ten (10) workings days after signing the contract, the following information for all proposed product or material substitutions . 1. A written explanation on why the proposed substitution is equal to or superior to the product specified. 2 . A copy of the Manufactures' literature, technical specifications and factory samples of both the specified product and the substitution, with all differences in the two products highlighted. 3. The actual benefit the City will receive by using the proposed substitution, including any cost reduction from the original Contract price. 4. Three (3) job references within fifty (50) miles of the City limits available for inspection, where the proposed substitutes were used under similar conditions. F. All substitutions must be approved in writing by the Engineer ( approved equal), prior to their use in any manner on this project. The Contractor shall submit to the Engineer any and all additional information, samples, references, etc . as requested by the Engineer for a proposed substitution. Repainting of Interior and Exterior of North Beach 5.0 Million Gallon Ground Storage Facility City of Port Worth, Texas 09900-4 Project No . P 265-485108-601159990100 July 2008 SECTION 09900 PAINTING G. If the proposed substitution(s) are not approved by the Engineer, the Contractor shall proceed with the work utilizing the original products, materials, etc. specified herein, WHICH THE CONTRACT PRICE IS BASED UPON. The Engineer's decision on all submittals shall be final, and is not subject to debate, appeal , arbitration, or the basis for a contractual dispute or claim filed by the Contractor. H. Interior Tank Coating System: l. Surface Preparation: a. Prepare all interiortank surfaces per SSPC-SPIO Near White Metal Blast Cleaning. Anchor profile of 1.5-2 .5, mils as per ASTM D 4417 , Method C or NACE Standard RP0287. Use of "dehumidification" equipment is required for interior preparation and coating. 2. Coating System Stripe Coat: 1 '1 Coat: 2nd Coat COROTHANE I Galv Pac Zinc applied by brush into all weld seams in addition to weld seams all edges , comers, bolts, rivets shall receive a stripe coat. COROTHANE I Galv Pac Zinc applied at 2.5 to 3.5 dry mils . Thin only with approve thinner. Dura Plate 235 NSF Epoxy Beige applied at 4.0 to 6.0 dry mils. Thin only with approve thinner. Dura Plate 235 NSF Epoxy White applied at 4 .0 to 6.0 dry mils. Thin only with approve thinner. 3 . Total dry film thickness shall be a minimum of 10.5 mils per SSPC-PA 2 dry film inspection standards, with exception as noted in this specification. I. Exterior Tank Coating System: (Polyarnide Epoxy / Acrylic Polyurethane) 1. Surface Preparation: a . Bowl exterior roof and shell shall be prepared by mechanical abrasion methods using mechanical equipment with the capability to prepare the surface and remove all blast media ?Y vacuum. Shell walls shall be SSPC SP6 Commercial Blast with 2 .5 mils surface profile. 2. Coating System: Stripe Coat: 1'1 Coat DURA PLATE 235 NSF Epoxy Buff applied by brush and scrubbed into all weld seams. In addition to weld seams, all edges, comers, bolts, and rivets shall receive a stripe coat applied at 3.0-5.0 dry mils . DURA PLATE 235 NSF Epoxy Buff at 4.0-5 .0 dry mils . Thin only with approve thinner. znd Coat:Hi Solids Polyurethane, (Color to be selected by Owner) applied at 4 .0 to 5.0 dry mils. Thin only with approved thinner. 3rd Coat Diamond Clad Clear Coat, applied at 1.0 to 2.0 dry mils. Thin only with approved thinner. 3. Total dry film thickness shall be a minimum of9 .0 mils per SSPC-PA 2 dry film inspection standards, with exception as noted in this specification. Repainting oflnterior and Exterior of North Beach 5.0 Million Gallon Ground Storage Facility City of Fort Worth, Texas 09900-5 Project No. P 265-485108-601159990100 July 2008 SECTION 09900 PAINTING 2.02 GENERAL REQUIREMENTS A . All materials shall be lead-free as defined by the Consumer Product Safety Act, Part 1303. B . All zinc dust pigment contained in any zinc-rich material shall meet the requirements of ASTM D 520 Type II as regards to zinc content and purity. C. All materials for the interior of the tank shall meet the requirements of ANSI/NSF Standard 61 for potable water contact. 2.03 MATERIAL PREPARATION A . Mix and thin materials according to manufacturer's late st printed instructions. B. Do not use materials that have exceeded the manufacturer's recommended shelf life. C. Do not use mixed materials that have exceeded the manufacturer's pot life . PART 3-EXECUTION 3.01 GENERAL A. All surface preparation, coating and painting shall conform to applicable standards of the Steel Structures Painting Council and the manufacturer's printed instructions. Material applied to the surface prior to the approval of the Engineer, or the Engineer's Representative shall be removed at the discretion of the Engineer or the Engineer's Representative , and re-applied to the satisfaction of the Engineer or the Engineer's Representative, at the expense of the Contractor. B. All work shall be performed by skilled craftsmen qualified to perform the required work in a manner comparable with the best standards of practice. Continuity of personnel shall be coordinated with the Engineer, or the Engineer's Representative. C. The Contractor shall provide a supervisor at the work site during all cleaning and application operations. The supervisor shall have the authority to coordinate work and make decisions pertaining to the fulfillment of the contract. D. Dust, dirt, oil, grease or any foreign matter on prepared surfaces that will affect the adhesion or durability of the finish must be removed by washing with clean rags dipped in an approved cleaning solvent and wiped dry with clean rags . E. Coating and painting systems include surface preparation, prime coating and finish coatings. Unless otherwise approved in writing by the Engineer, prime coating for the main tank structure shall be field applied. Where prime coatings are shop applied , the Contractor shall instruct suppliers to provide the prime coat compatible with the finish coat specified. Any work that is damaged during transportation, construction or installation shall be thoroughly cleaned, repaired or replaced as directed by the Engineer at the Contractor's expense. The Contractor shall use repair procedures which insure the complete protection of all adjacent primer. F. The specified repair method and equipment may include wire brushing, hand or power tool cleaning, or dry air blast cleaning . In order to prevent injury to surrounding painted areas, blast cleaning may require use oflower air pressure , smaller nozzle and abrasive particle sizes, or shorter blast nozzle distance from surface shielding and masking . If damage is too extensive or uneconomical to touch-up, then the item shall be re-cleaned and re- coated or replaced as directed by the Engineer at the Contractor's expense. G. The Contractor's coating and painting equipment shall be designed for application of materials specified and shall be maintained in first class working condition. Compressors shall have suitable traps and filters to remove water and oils from the air. Contractor's equipment shall be subject to approval of the Engineer. Repainting of Interior and Exterior of North Beach 5.0 Million Gallon Ground Storage Facility City ofFort Worth , Texas 09900-6 Project No . P 265-485108-601159990 I 00 July 2008 SECTION 09900 PAINTING H. Application of the first coat shall follow immediately after surface preparation and cleaning and before rust bloom occurs . Any cleaned areas not receiving first coat within this period shall be re-cleaned prior to application of first coat. I. Prior to assembly, all surfaces made inaccessible after assembly shall be prepared as specified herein and shall receive the coating or paint system specified. 3.02 SURFACE PREPARATION A. The latest revision of the following surface preparation specifications of the Steel Structures Painting Council shall form a part of this specification: 1. SSPC-SP 1 Solvent Cleaning The removal of all visible oil, grease , soil, drawing and cutting compounds and other soluble contaminants from surfaces with solvents or commercial cleaners using various methods of cleaning such as wiping, dipping, steam cleaning or vapor degreasing. 2 . SSPC-SP2 Hand Tool Cleaning The removal of all visible oil , grease, loose mill scale, loose rust , loose paint and other detrimental foreign matter by the use of non-power hand tools. Hand tool cleaning will not remove adherent mill scale, rust and paint. 3. SSPC-SP3 Power Tool Cleaning The removal of all visible oil, grease, loose mill scale, loose rust, loose paint and other detrimental foreign matter by the use of power-assisted hand tools. Power tool cleaning will not remove adherent mill scale, rust and paint. 4. SSPC-SP5 or NACE 1 White Metal Blast Cleaning The complete removal of all visible oil , grease, dirt, dust, mill scale , rust, paint, oxides, corrosion products and other foreign matter by compressed air nozzle blasting , centrifugal wheels or other specified method. 5. SSPC-SP6 or NACE 3 Commercial Blast Cleaning The removal of all visible oil , grease, dirt, dust, mill scale, rust, paint, oxides, corrosion products and other foreign matter by compressed air nozzle blasting , centrifugal wheels or other specified method. Discoloration caused by certain stains shall be limited to no more than 33 percent of each square inch of surface area. 6 . SSPC-SP7 or NACE 4 Brush-Off Blast Cleaning The removal of all visible oil , grease , dirt, dust, mill scale, rust, paint, oxides , corrosion products and other foreign matter by compressed air nozzle blasting, centrifugal wheels or other specified method. Tightly adherent mill scale, rust and paint may remain on the surface . 7. SSPC -SP 10 or NACE 2 Near-White Metal Blast Cleaning The removal of all visible oil , grease , dirt, dust, mill scale, rust, paint, oxides, corrosion products and other foreign matter by compressed air nozzle blasting, centrifugal wheels or other specified method . Discoloration caused by certain stains shall be limited to no more than 5 percent of each square inch of surface area. 8. SSPC-SPl 1 Power Tool Cleaning to Bare Metal The removal of all visible oil , grease, dirt, dust, mill scale , rust, paint, oxides , corrosion products and other foreign matter. Slight residues of rust and paint may be left in lower portion of the pits if the original surface is pitted. Differs from SSPC-SP3 in that it requires more thorough cleaning and a surface profile of not less than 1.0 mil (25 microns). For areas where abrasive blasting is prohibited or not feasible. B. Slag and welded metal accumulation and spatters not removed by the Fabricator, Erector or Installer shall be removed by chipping and grinding . All sharp edges shall be penned, ground or otherwise blunted as required by the Engineer, or the Engineer's Representative C. Field blast cleaning for all surfaces shall be by dry method unless otherwise directed. D . Particle size of abrasive used in blast cleaning shall be that which will produce a 1.5-2.0 mils (37.5 microns- 50.0 microns) surface profile or in accordance with recommendations of the manufacturer of the specified Repainting of Interior and Exterior ofNorth Beach 5.0 Million Gallon Ground Storage Facility City of Fort Worth, Texas 09900-7 Project No . P 265-485108-601159990 l 00 July 2008 SECTION 09900 PAINTING coating or paint system to be ap plied. E. Abrasive used in blast cleaning operations shall be new, washed, graded and free of contaminants that would interfere with adhesion of coating or paint and shall not be reused unless specifically approved by the Project Manager. F. During blast cleaning operations, caution shall be exercised to insure that exi sting coatings, paint and surrounding properties are not exposed to abrasion and dust from blast cleaning. G. The Contractor shall keep the area of his work and the surrounding environment in a clean condition. The Contractor shall not permit blasting materials to accumulate as to constitute a nui sance or hazard to the accomplishment of the work, the operation of the existing facilities , or nuisance to the surrounding environment and properties . H. Blast cleaned surfaces shall be cleaned prior to application of specified coatings or paint. No coatings or paint shall be applied over damp or moist surfaces . I. All welds shall be neutralized with a suitable chemical compatible with the specified coating materials . 3.03 APPLICATION A . Coating and paint application shall conform to the requirements of the Steel Structures Painting Council Paint Application Specification SSPC-P Al , latest revision, for "Shop, Field and Maintenance Painting". B. Thinning shall be permitted only as recommended by the manufacturer and approved by the Engineer, and utilizing the thinners stated in Section 2.01 Paragraphs Hand I. C. Each application of coating or paint shall be applied evenly, free of brush marks, sags , runs, and no evidence of poor workmanship. Care shall be exercised to avoid lapping on glass or hardware. Coatings and paints shall be sharply cut to lines. Finished surfaces shall be free of defects or blemishes. D. Protective coverings , drop cloths, masking or other suitable methods shall be used to protect floors, fixtures , equipment or any area or surface which are not to be coated or painted. Care shall be exercised to prevent coatings or paints from being spattered onto equipment or surfaces which are not to be coated or painted or surfaces that have already been painted or coated. All over sprays , spills, blast particles, dust, misapplication, etc . shall be cleaned, repaired, or replaced to the satisfaction of the Engineer. E. When two coats of coating or paint are specified, where possible, the first coat shall contain sufficient approved color additive to act as an indicator of coverage or the two coats must be of contrasting color. F . Film thickness per coat specified in Section 2 .01 Paragraphs H and I are minimum required . If roller application is deemed necessary, the Contractor shall apply additional coats as to achieve the specified thickness. 3.04 COATING SYSTEMS APPLICATION After completion of surface preparation as specified for the specific system, materials shall be applied as noted in Section 2 .01 Paragraphs Hand I. 3.05 COLOR SCHEME The Owner shall select colors for the project for the exterior of the Ground Storage Tank. The color for the interior of the Ground Storage Tank shall be white . The Contractor shall submit a current chart of the manufacturer's available colors to the Engineer thirty days prior to the start of coating application. 3.06 DISINFECTION Repainting oflnterior and Exterior ofNorth Beach 5.0 Million Gallon Ground Storage Facility City of Fort Worth, Texas 09900-8 Project No. P 265-485108-601159990100 July 2008 SECTION 09900 PAINTING A. Disinfection of interior surfaces shall be performed in the presence of the Engineer or Engineer's Representative in accordance with all the requirements of applicable A WW A C-652 Standards and regulatory agencies. B . Disinfection shall be performed by the Contractor after protective coatings have been applied to the interior surfaces and allowed to thoroughly cure. C. The Contractor shall submit for approval by the Engineer, as per section O 1300, a Disinfection and Safety/Emergency Response Plan. The plan shall clearly indicate what containment and clean up actions the Contractor shall take in the event of an accident during disinfection operations. D . Prior to disinfecting, the complete interior shall be washed down with clean water and thoroughly flushed out. E. Disinfection shall be per ANSI/A WW A C652-02 , Method 3. 3.07 SOL VENT VAPOR REMOVAL All solvent vapors shall be completely removed by suction-type ~xhaust fans and blowers before placing the tank in operating service . 3.08 CLEAN-UP A. Upon completion of the work, all staging, scaffolding, containers, excess materials, trash and other debris shall be removed from the site and properly stored or disposed ofby the Contractor. Coatings, paint spots oil stains over spray, blasting abrasive, or blasting dust that may have settled upon adjacent surfaces and or surrounding properties, shall be removed and the job site thoroughly cleaned to the satisfaction of the Engineer or Engineer's Representative. All damaged items resulting from the Contractor's work or persons working for Contractor's behalf, on this project, shall be cleaned, repaired, refinished or replaced to the satisfaction of the Engineer or Engineer's Representative at no cost to the Owner or the Owner's Representatives. B. Final Tank Clean-up: Prior to the final walk through the Contractor shall thoroughly clean the entire tank both interior and exterior. This includes but is not limited to the removal of all dirt, exhaust films, dust, oil , stains, air pollution, foreign films , smut, graffiti or other foreign matter. C. Final walk through for the interior and exterior of the tank may or may not occur at different times. However, the final tank clean up for both the exterior and interior should be performed as close to the final walk through date as possible. D. If the exterior or interior of the tank are cleaned and become re-soiled in any manner by pollutants as described in paragraph "3.08 -B" prior to the final walk through, the tank shall be re-cleaned by the Contractor at no cost to the Owner or the Owner's Representatives. 3.09 WARRANTY The Contractor shall warrant all work included in this section against any defects in workmanship and or product failures for a period of two (2) year from date of final acceptance by the Owner. This includes but is not limited to chipping, scaling, cracking, blistering, peeling, fading or general coating failures that may occur. The Contractor shall repair any such defects to the satisfaction of the Owner and no cost to the Owner. Repainting of Interior and Exterior of North Beach 5.0 Million Gallon Ground Storage Facility City ofFort Worth, Texas END OF SECTION 09900-9 Project No. P 265-485108-601159990 I 00 July 2008 SECTION 11550 FALL PREVENTION SYSTEM PART 1 -GENERAL 1.01 SCOPE The Contractor shall provide all materials, parts, labor, and professional services to provide and install a fall prevention system on all access ladders on the tanks as shown on the drawings or as specified. 1.02 RELATED SECTIONS A. SECTION -09900 : Painting 1.03 REFERENCES OSHA 1.04 SYSTEM DESCRIPTION A . The system shall consist of the following: 1. A rigid notched carrier rail per ladder, 2. A means of attaching the carriers easily to any structure. 3. 2 -Locking mechanisms, which travel on the carrier, 4 . 2 -full body harness to connect the workman to the locking mechanism. 5. 2-Lanyards B. The complete system shall allow the worker to operate freely in a normal climbing position during ascent or descent. The device is to be installed in accordance with the manufacturer's instructions in such a manner to enable the worker to be attached to the device at all times during the climb without having to remove his hands from the ladder to operate the system effectively and to be able to easily pivot onto and off of work platforms or landings while safely attached to the device . When installed to any desired height, the fall prevention system shall be extremely rigid and combine to become an integral part of the structure. 1.05 SUBMITT ALS As per Section O 1300 of these specifications. PART 2 -PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. SAF-T-CLIMB: A fall prevention system as manufactured by the Norton Company@, Safety Products Division, Air Space Devices, P . 0. Box 7500 , Cerritos, CA 90701. B . Harnesses shall be Miller Model 552/UYK with Front back "D" rings and lanyard Miller model T-511 available at Grainger or approved equal. 2.02 MATERIALS A . The carrier rail , its components and the ladder clamp-mounting bracket shall be of Type 316 stainless steel inside the bowl. B. The carrier rail, its components and the ladder clamp-mounting bracket shall be Type 316 stainless steel. Repainting of Interior and Exterior ofNorth Beach 5.0 Million Gallon Ground Storage Facility City of Fort Worth, Texas 11550-1 Project No . P 265-485108-601159990100 July 2008 SECTION -11550 FALL PREVENTION SYSTEM C. Bolts , nuts , washers and screws shall be Type 316 stainless steel. D . The Saf-T-Lok, sleeve , safety locking mechanism shall consist of the following: 1. Sleeve: Cast from manganese bronze tensile strength of 110 ,000 P.S.I. 2 . Locking Pawl : Tensile strength of 110,000 P .S .I. 3. Sleeve Springs : Dual stainless steel springs military specifications QQ-W-423B. 4. Roller Bearings: Six steel roller bearings Killian type SR-200-89D provide smooth travel on carrier rail. 5. Snaps and Links: The upper snap shall be drop forged steel with a proofload test of 5000 pounds . E. The safety harnesses shall consist of the following: 1. Safety harness: Full body style , with chemical resistant polyester webbing, color coded shoulder and thigh straps for easy identification. Thighlleg straps shall be tongue and buckle style . Harnesses shall have both a back D-ring and a front climbing D-ring . Harnesses shall be Miller model # 552/UYK or approved equal. 2 . D-Ring: 3/8" drop forged steel. Withstands minimum tensile test of 5000 lbs . without fracture or failure . 3. Buckles: Drop forged mild steel with drop forged tongue and sheet steel roller, pull test 1/64" maximum deformation at 15 ,000 lbs . F. Lanyards: A 72 " long by I" wide nylon strap with a double locking snap at each end with a shock absorbing section . PART 3 -EXECUTION 3.01 INSPECTION A. All rails, components , brackets , etc., shall be on-site to complete installation. B. It must be verified that the rails and components designated for in-tank use are stainless steel. C. Determine that the rails , components, belts, saf-t-loks and lanyards are new and undamaged . 3.02 INSTALLATION The fall prevention system must be installed in accordance with manufacturer's installation instructions. 3.03 SCHEDULES The fall prevention systems shall be installed after all painting operations are completed. Repainting oflnterior and Exterior of North Beach 5.0 Million Gallon Ground Storage Facility City of Fort Worth, Texas END OF SECTION 11550-2 Project No. P 265-485108-601159990100 July 2008 SECTION 15041 DISINFECTION PART 1 -GENERAL 1.01 SCOPE A. The Contractor shall provide all labor, equipment, materials professional services, and incidentals required to chlorinate the interior of the storage tanks, valves and pipes in accordance with ANSI/ A WW A C652-02 Method 3. 1.02 RELATED SECTIONS A. SECTION -05500: Metal Fabrications B. SECTION -09900: Painting PART 2 -PRODUCTS (Not Used) PART 3-EXECUTION 3.01 EXECUTION A. Notify Owner to coordinate scheduling of tank disinfection. Clean all tank interior surfaces, valves, and pipeline of free material, dirt and debris of all kinds , hose and scrub all interior surfaces leaving them dry and clean. Engineer shall inspect tank and riser for satisfactory cleaning. Approval of Engineer is required prior to disinfection. B. The Contractor shall disinfect all interior surfaces in the interior of the tank after completion of painting operations. C. The Contractor shall disinfect all pipelines that have been taken out of service to facilitate his work after the line has been completely reconnected and ready to be put back into service . This includes the riser. D. Disinfection Procedure: 1. All interior surfaces shall be washed clean of dust, dirt, foreign material, and paint over spray, with clean potable water. 2 . Washing should continue until the wastewater is clear and free from residue. 3. When cleaning is complete, wash all surfaces down with a chlorine solution of 200 parts per million (PPM) 4 . Seal tank. Owner will fill tank and close it off from system, then collect bacterial , chlorine residual, and taste and odor samples after at least 24 hours of water contact time . If any water quality results are not acceptable to the Owner, the tank will be drained, and the Contractor will take all actions necessary to correct water quality problems arising from the tank. These may include, but not limited to providing additional curing time and ventilation for the interior paint system and additional cleaning. Once the Contractor has completed corrective actions, the Contractor will re-disinfect the tank and piping per this specification and the owner will re-sample and analyze the quality of water in the tank. This process will be repeated until Owner is satisfied with tank water quality. Then, the Owner will return the tank to service . The Owner shall have sole authority to determine the acceptability of tank water quality, and the Contractor shall be responsible for all costs involved in taking corrective action when water quality is unacceptable, including but not limited to additional cleaning, curing, and re-disinfection. Repainting oflnterior and Exterior of North Beach 5.0 Million Gallon Ground Storage Facility City ofFort Worth, Texas 15041 - I Project No. P 265-485108-601159990100 July 2008 SECTION -15041 DISINFECTION E. Disinfection of interior surfaces shall be performed in the presence of the Engineer or Engineer's Representative in accordance with all the requirements of applicable ANSVA WW A C-652-02 Standards and regulatory agencies. F. Disinfection shall be performed by the Contractor after protective coatings have been applied to the interior surfaces and allowed to thoroughly cure. G. The Contractor shall submit for approval by the Engineer, as per section O 1300, a Disinfection and Safety/Emergency Response Plan. The plan shall clearly indicate what containment and clean up actions the Contractor shall take in the event of an accident during disinfection operations. H. Prior to disinfecting, the complete interior shall be washed down with clean water and thoroughly flushed out. I. All interior surfaces shall be thoroughly washed with a solution having minimum chlorine content of200 PPM. Chlorine solution accumulated on the bottom shall be drained from the tank . Repainting of Interior and Exterior ofNorth Beach 5.0 Million Gallon Ground Storage Facility City of Fort Worth, Texas END OF SECTION 15041 - 2 Project No. P 265-485108-601159990100 July 2008 PART 1-GENERAL SECTION 15210 GATE VALVE 1.01 WORK INCLUDED IN THIS SECTION A. This product specification covers resilient seated gate val ves, with nominal diameters of 36 in. Sizes refer to the nominal diameter, in inches , of the waterway through the inlet and outlet connections and the closure area . All products furnished shall conform to the American National Standards In stitute and American Water Works Association C515 Standard (ANS VAWWA C515) or latest revision thereof and the Fort Worth Standard Product Approval Committee. The valve shall be UL and FM rated . All coatings in contact with potable water shall be certified to N.S .F. 61. 1.02 ACCEPT ABLE MANUFACTURERS A. Only those manufacturers listed on the City of Fort Worth Standard Products List will be considered. 1. Acceptable manufactures currently listed : a. Mueller b . Clow c . American Flow Control 1.03 SUBMITT ALS A. The following shall be submitted in compliance with Section 01300. I. Shop Drawings a . Manufacturer 's catalog data . b . Manufacturer 's detailed drawings showing dimensions , materials , size , and weight. c. Manufacturer 's installation instructions . d. Manufacturer 's certification that products comply with the indicated requirements. 2. O& M Manual a. Manufacturer 's catalog data. b. Manufacturer 's installation and operations instructions . c. Manufacturer 's maintenance procedures . d. Li st of special tools. 1.04 TESTING A. Val ves furnished under this specification shall be tested and provided with an Affidavit of Compliance in accordance with the Section 1.5 of the AWWA C515 , late st revision . B. Test certificates shall be submitted to the ENGINEER as specified in Section 01300. PART 2 -PRODUCTS 2.01 GENERAL A. Except as otherwise modified or supplemented herein, AWWA Standard C515 or the latest revision thereof, shall govern the design , component materials , construction ; manufacture and testing of all resilient seated gate valves. Valves shall be suitable for frequent operation as well as service involving long periods of inactivity. Valves shall be NSF-61 certified. Repainting of Interior and Exterior of North Beach 5.0 Million Gallon Ground Storage Facility City ofFort Worth, Texas 15210 - I Project No. P265-485108-601159990100 July 2008 SECTION 15210 GATE VALVE B. The minimum design working water pressure for 36" gate valves shall be 150 psig unless otherwise specified. C. Valves shall be resilient-seated types , bronze mounted with non-rising stems. The closure member shall be fully encapsulated by an elastomer without thin spots or voids. When open the valve shall have a clear, full-port , unobstructed waterway. D. The gate valves shall be designed and constructed for installation in a vertical position. Valves shall be designed for buried installation with stem in the vertical position and shall be furnished for mounting in a horizontal pipeline , unless otherwise specified. E. All gate valves shall open right (clockwise). F. Resilient seats shall be applied to the gate and shall seat against a corrosion resistant surface . The non-metallic seating surface shall be applied in a manner to withstand the action of line fluids and the operation of the sealing gate under long-term service. A metallic surface shall have a corrosion resistance equivalent to or better than bronze. A non-metallic surface shall be in compliance with A WW A C550 . The gate must be fully encapsulated by an elastomer without thin spots or voids . Resilient seats shall be bonded. ASTM D429 either method A or method B shall prove the method used for bonding or vulcanizing. For method A, the minimum strength shall not be less than 250 psi. For method B, the peel strength shall be 75 lb .f in. G. The valve shall be coated interior and exterior using bonded epoxy coating meeting NSF 61 standards. H. The gate shall be rubber encapsulated. No bypass valve is required. I. All fasteners shall be stainless steel. 2.03 MANUAL OPERATORS A. Except as otherwise indicated , manually operated buried valves shall be equipped with a 2 inch square operating nut. PART 3 -EXECUTION 3.01 INSTALLATION A. Valve shall be installed in the existing 36 " RCCP line between the meter vault and the GST. The City will isolate the line during this procedure. All other work associated with valve installation (trench safety, pipe preparation, reconnection, etc.) is the responsibility of the contractor. END OF SECTION Repainting of Interior and Exterior of North Beach 5.0 Million Gallon Ground Storage Facility City of Fort Worth, Texas 15210-2 Project No. P265-485108-601159990IOO July 2008 PERFORMANCE BOND TH E STATE OF TEXAS § COUNTY OF TARRANT § Bond Number K0821718A 6 ORIGINALS KNOW ALL MEN BY THESE PRESENTS: That we (1) Blastco Texas Inc., a (2) Corporation of 5 514 Easthampton Drive, Houston, TX 7703 9 hereinafter called Principal , and (3) Westchester Fire Insurance Company , a corporation organized and ex isting under the laws of the State and fully authorized to transact business in the State of Te x as , 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: Nine Hundred and Sixty-Seven Thousand , One Hundred and Thirty-------00 /100 ($967 ,130 .00) in lawful money of the United States , to be paid in Fort Worth , Tarrant County , Texas , for the payment of which sum well and truly be made , we hereby bind ourselves , our heirs , executors , administrators , and successors , jointly and severally , firmly by the se present s. 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 4TH day of December, A.D. 2008 , a copy of which is hereto attached and made a part hereof, for the construction of: REPAINTING OF THE INTERIOR AND EXTERIOR OF NORTH BEACH 5.0 MG GROUND STORAGE TANK designated as Project No. P265-485108-601159990100 , 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 TH EREFORE , if the Principal shall well , truly, and faithfull y perform the work in accordance with the plan s, specifications, and contract documents during the original term thereof, and any extensions thereof which may be granted by the Owner , with or without notice to the Surety , and he shall satisfy all claims and demands incurred under the contract , and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so , and shall reimburse and F-1 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 wise affect its obligation on this bond , and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. IN WITNESS WHEREOF, this instrument is executed in six counterparts each one of which shall be deemed an original, this the 4TH day of December, A.D., 2008 . w'itnessastoPiincipal ss 14-~--'d'-<.r,'"PT\)(\.l ~~ ·1-\-v ._.c:,~ N ; T2< ~-, 0 -5 ":} (Address) ATTEST: (Surety)Secr- (SE AL) Ted Moy, Underwriter Witness as to Surety The Exchange Tower, 130 King Street West, 12th Floor, Toronto, ON M5X 1A6 (Address) PRINCIPAL (4)- BY: Blastco Texas Inc. 5514 Easthampton Drive, Houston , TX 77039 (Address) Westchester Fire Insurance Company By: Candice Pearson , (Attorney-in-fact) (5) The Exchange Tower, I 30 King Street West, I 2th Floor, Toronto, ONM5X 1A6 (Address) NOTE: Date of Bond must not be prior to date of Contract (I) Correct Name of Contractor (2) A Corporation, a Partnership or an Individual, as the case may be (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 F-2 THE STATE OF TEXAS § COUNTY OF TARRANT § Bond Number K0821718A 6 ORIGINALS PAYMENT BOND KNOW ALL BY THESES PRESENTS: That we (1) Blastco Texas Inc., a (2) Corporation , of 5514 Easthampton Drive , County , of Houston, TX hereinafter called Principal and (3) Westchester Fire Insurance Company , a corporation organized and existing under the laws of the State Texas 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 Nine Hundred and Sixty-Seven Thousand, One Hundred and Thirty-------00/100 ($967,130 .00) in lawful money of the United States to be paid in Fort Worth, Tarrant County , Texas , for the payment of which sum well and truly be made , we bind ourselves , our heirs , executors , administrators and successors jointly and severally , firmly by these presents. 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 4TH day of December, 2008 , a copy of which is hereto attached and made a part hereof, for the consideration of: REPAINTING OF THE INTERIOR AND EXTERIOR 7 OF NORTH BEACH 5.0 MG GROUND STORAGE TAN designated as Project Number P265-485108-601159990100 , a copy of which contract is hereto attached, referred to , and made a part hereof as fully and to the same extent as if copied at length herein , such project and construction being hereinafter referred to as the "work". NOW THEREFORE , the condition of this obligation is such that , if the Principal shall promptly make payment to all claimants as defined in Chapter 2253 , Texas Government Code , suppl ying labor and materials in the prosecution of the work provided for in said Contract , then this obligation shall be null and void , otherwise it shall remain in full force and effect. THIS BOND IS MADE AND ENTERED into solely for the protection of all claimants supplying labor and material in the prosecution of the work provided for in said Contract, as claimants F-3 are defined in said Chapter 2253 , and all such claimants shall have a direct right of action under the bond as provided in Chapter 2253 , Texas Government Code . F-4 PROVIDE FURTHER, that if any legal action be filed upon this bond, venue shall lie in Tarrant County, Texas , State of Texas, and that the said Surety, for value received, hereby stipulates and agrees that no change extension of time, alteration or addition to the terms of the contract or to the work be performed thereunder or the specification accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change , extension of time, alteration or addition to the terms of the contract or to the work or the specifications. PROVIDED FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder whose claim shall be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in six counterparts , each one of which shall be deemed an original , this 4TH day of December, 2008 . A TTEST: ~. ,_·· l/;h~ -y:.: (Pnncipal)-e~retary ::: -~ .. _.... (iEALJ --f ______ .. --·-== .. .... ~ .... ,, ... _ -:::: ........ _ ..... ~~ .. -~~Principfil i---1-v uC::,"'1) f-.J 1 ,X '7 1 0 ·-, <) (Address) ATTEST: (Surcty)Se (SE AL) Ted Moy , Underwriter Witness as to Surety The Ex change Tower, 130 King Street West, 12th Floor, Toronto , ON M5X 1A6 (Address) PRINCIPAL (4)- BY: Blastco Texas Inc. 5514 Easthampton Drive, Houston, TX 77039 (Address) Westchester Fire Insurace Company s~~th _ By: Candice Pearson ~ (Attorney-in-fact) (5) The Exchange Tower, 130 King Street West, 12th Floor, Toronto, ON M5X 1A6 (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 Indiv idual , as the case may be (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 F-4 attached to Bond by Attorney-in-fact F-4 THE STATE OF TEXAS COUNTY OF TARRANT Bond Number K0821718A 6 ORIGINALS MAINTENANCE BOND § § KNOW ALL MEN BY THESE PRESENTS: That we (1) Blastco Texas Inc., a (2) Corporation of 5514 Easthampton Drive, Houston, TX 77039 and (3) Westchester Fire Insurance Company a corporation organized and existing under the laws of the State of Texas , as surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation, chartered by virtue of Constitution and laws of the State of Texas , at Fort Worth, in Tarrant County, Tex as , the sum of: iliine Hundred and Sixty-Seven Thousand, One Hundred and Thirty-------00/100 ($967,130.00)), lawful money of the United States , for the payment of which sum well and truly be made unto said City of Fort Worth and its successors, said Contractor and surety do hereby bind themselves, their heirs , executors , administrators , and assigns and successors , jointly and severally. This obligation is conditioned, however; that, WHEREAS , the Principal has entered into a certain contract with the City of Fort Worth, the Owner, dated December 4TH, 2008 for the performance of the following described public work and the construction of the following described public improvements : REPAINTING OF THE INTERIOR AND EXTERIOR OF NORTH BEACH 5 .0 MG GROUND STORAGE TAN all of the same being referred to herein and in said contract as the Work and being designated as Project No. P265-485108-601159990100 ; 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 of two (2) years after the date of the final acceptance of the work by the City ; and , WHEREAS , said Contractor binds itself to maintain said work in good repair and condition for said term of two (2) years ; and , WHEREAS , sad Contractor binds itself to repair or reconstruct the work in whole or in part at any time within said period, if in the opinion of the Director of the Water Department of the City of Fort Worth, it is necessary ; and , WHEREAS, said Contractor binds itself, upon receiving notice of the need thereof to repair or reconstruct said work as herein provided. F-5 -. NOW THEREFORE, if said Contractor shall keep it's 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, IN WITNESS WHEREOF, this instrument is executed in.§ counterparts, each one of which shall be deemed an original , dated December 4 TH, 2008 ATTEST ~ PRINCIPAL (4)- ---: : /AIL LffeJ-BY: Blastco Texas Inc. :: (Principal) Secretary ::: - \.~,.,r,, \~AIS -- ,.,. .. ,.. _____ -.. -- · ness as to Principal Ss ,--t-~, ~'~l<:lr'\..J 1.:::>'2. f ·\-v u c::;,l) N I T,)C --"7-, '\) S 9- (Address) ATTEST : (SE AL) Ted Moy, Underwriter Witness as to Surety The Exchange Tower, 130 King 5514 Easthampton Drive , Houston, TX 77039 (Address) Westchester Fire Insurance Company By: Candice Pearson Surety Mv- (Attorney-in-fact) (5) The Exchange Tower, 130 King Street West , 12th Floor, Toronto , ON M5X 1A6 (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 Individual, as the case may be (3) Correct name of Surety ( 4) If Contractor is Partnership , all Partners should F-6 Street West, 12th Floor, Toronto, ON M5X 1A6 (Address) execute Bond (5) A True copy of Power of Attorney shall be attached to Bond by Attorney-in-fact F-6 ltd:~', /£19bJi J ,;~£!'!iJ~~ ~iktii1~:wr::~~1::!f.~::.~i1:*i~~jiic~::1.:.i::iif :{~!· ••t~tt:..1tJt~~:;~flt:o!fk j;J":t!J~ai,;:~t{tt:iC1Jl~r i\i1cg~ii~k ~uan t t~~~#;lutiJ n, ah~ lhii sc;aJ oft11e ¢~n1;,any, ~/lie ~~c!l~/;iqlmi le ~~Ju ~~.v,lrittcri Qp,nml\Jl'lent Of ~tli,n iipp<iintni<;iit or deleji~tion•. •·•• ;~1>,riiiR1fop~vJH; ii;~;-~cJoregoing R~~iJii~~ shall no11ie)~; tQ.~.w:·~~~lii~l~~,~;cih~i~r~~Jl9WCrs ~d-~~~;;:; of offic~.-~p1~;~_'l!l<!odi~I\S ~~;;2tfai~d OQ behalf o(~i 2~1:any , and ... ftiih'~~oluttofi snail ti~H.im jf ~H,ih iitjv is~#f'el,htic c~~rcise f (Al,)i)uc h Pffk ~~ ""t/'frify o\fieifyi~e v;ili\llygi-iu>t~ 9h esied : > 1~q~~~~:tt;:;t:i t ~~;j t~~;i;tt:~~:;/;~~i;~~;~J;~~i0/~~~g h~f ~-Nz:~S&li~.9 rJfti h ilic ~~ilio ~~f f~~~r ~t :IT~tff .r~~f ~\;Ji~t f ·pP bi hffe aj\t rii~i!)ate, c~iitµte a~d ~bp~int q{~IC$PE:A{$Q.~. tEfu Mo y{,~&ei sXM An,h ~41s)lA ~ Q9~1*TY~ll 9f the ci wofTo ilnt.J. f}ovin J~ Jr ''\;tl!!t!f f ti,i!f tI:!1}~;:;~rI~~'t:ft~f;f ", ·,.· .. ·;;J~, : WESTCHE ST ER FIRE .INSURANCE COMP ANY : .:;"i _ ~'t1./ts. ,,, \ ;~::l C~ ~ <'.~~S/t ..• e/·:p· .•. ·.A·h·· ..... e/n·····:·M<·:_· .. • .... _.·.·.,··Hy'Y\a··· ... n··:··· .. ···e,, ...... _.· .. •.: ... ····.,·.·./: ... · .•.•. · •. :.[.·i· •. ·~·~e'.P'.:r····~.-·.; •.•. ·•.· •. ··.·1···_•d·.··.· ..• ·.·_,.· .... ·.·:t{r .,.,@~: _..,..,....., }<~~~i ~~;;' ? < .) \ .>· ) \ , " ~ .... ~ •• COMMONWEALT H OF:·PBNNSYLV ANIA :~~ffl~~~ii~iftf:iE~IJi~li$i~~i~}r·: \hat ~:~:::;;:d;:a;~::;:t t:~/t:::::::~~:~:!t]f;: ]t"&:;~:1~::;:::.:;:~on;~:~:::1::::::· daya,i~.Ye# fi #\ ~bof e written_.:_ ,._. .. . .. · .. : .. ·~·· .. :·i4·~···· / /. ·> ····· :wifr1~m t.. ~e11 y , ~1 si~~ts ~\:.:;t_;uy ::·•· ;fHIS f.OV/ERQ EA ljt ot'N~Y::A Y ~o1\b$us~p.':fd)DCEGPT.!2 AN Y ~ONP )YIT)~ Ai)l lNC .EPTIO~ DA':rE AF:'.tE R Q}tqber J! .. z~J o j • THE BACK OF THIS DOCUMENT LISTS VA RIOUS SECURITY FEATU RES • THAT W ILL PROTECT AGAINST C OPY COUNTERFEIT AND ALTERATION. • Please look for the following additional security features before accepting this document. IF NOT PRESENT, DO NOT NEGOTIATE THE DOCUMENT. • Laid lines on the back of document should be in alignment or the document is not authentic - watch for cut and paste. • Microprlntlng -under magnification, the inside border on the front of this document should read: ·standard Register Standardized Security" • Thermochromic Ink -Standard Register mark on back of document fades from blue to clear when heat is applied. • An Artificial Watermark is present and is viewable at an angle. • Security void pattern on front if copied. 003145699 ™ CERTIFICATE OF LIABILITY INSURANCE DATE (MM /DD/YYYY) 11 /20/2008 PRODUCER (5 85)546-37 4 7 FAX: (5 85 )424 -2 798 THIS CERTIF ICATE IS ISSUED AS A MATTER OF INFORMATION Firs t Ni a gara Risk Management , I n c ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER . THIS CERT IFICATE DOES NOT AMEND , EXTEND OR 777 Canal View Boule vard ALTER TH E CO VERA GE AF FORDED BY THE POLICIES BELOW . Suite 100 Roche s ter NY 1 4 6 23 INSU RERS AFF ORDI NG COVERAGE NAIC # INSURED INSURER A Westchester F ire Blastc o Tex as Inc. INSURER B Twin City Fire Ins urance 294 5 9 5 5 14 Eas t Hampton Dr INSURER C. RSUI Indemnity Co INSURER D AIG -American I nt 'l A IG12 3 Ho us ton TX 770 3 9-6156 INSURER E 1v1-w.6.f::L......: THE POLICIES OF INSURANCE LISTED B E LOW HAV E BEEN ISSUED TO THE INSURED N A MED A B OVE FOR THE POLICY PER IOD IND IC A TED . NOTW ITHSTANDING A N Y REQUIREMENT , TERM O R CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT T O W HICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN , THE INSURANCE AFFORDED BY THE POLICIES DESCR IB ED HEREIN IS SUBJECT TO ALL THE TERMS , EX CLUSIONS AND CONDITIONS OF SUCH POLICIES . A'"•"REGATE L IMITS S HOW N M A Y HAV E BEEN REnl ,r ED B Y PAID CLAIMS . INSR ADD .L POLICY EFF ECTIVE POLICY EXPIRATION LIM ITS I Tl> ,.,ccn TYPE OF INSUR A NCE POL ICY NUMBER DATE (MM/DD/YY\ DATE (M M/DD/YY\ GENERAL LIABILITY EACH OCCU RRENCE s 1 ,000,000 -DAMAGE TO RENTED X COMMERCIAL GENERAL LIABILITY PRE MISES i Ea occurrence\ s 50 ,000 -D CLAIMS MADE 0 OCCUR A G22029630002 5/31/2 0 08 5/31/2009 MED EXP (A ny one person ) s 5 ,00 0 -PERSONAL & ADV INJURY s 1 ,000 ,0 00 - GENERAL AGGR EGATE s 2,000 ,000 - GEN 'L AGGREGAT E LIMIT APPLIES PER PRODUCTS -COMP/OP AGG s 2,000 ,000 xl n PRO-n POLICY JECT LDC AUTOMOB ILE LIABILITY COMBINED SINGLE LIMIT 1 ,000,0 00 (E a accident ) s ANY AUTO -B AL L OWNED AUTOS 0 1UENGE 3526 5/23/2008 5/23 /2009 BODILY INJ URY -(Per person ) s X SCHEDULED AUTOS - X HIRED AU TOS BODILY INJURY -s X NON-OWNED AUTOS (Per acc1den l ) -- -PROPERTY DAM AG E s (Pe r acci den t) GARAG E LIABILITY AUTO ON LY -EA ACCIDENT s =1 ANY AUTO OTH ER THAN EAACC s AUTO ONLY AGG s EXCESS /UMBRELLA LIABI LITY EAC H QCTI •RR ENCE s 4 ,0 00 ,0 00 ~ OCCUR D CLAIMS MADE AGG REGATE s 4 ,0 00,0 00 s C ~ DEDU CTI BLE NHN 04 4531 5/31 /2 0 08 5/3 1 /2009 s RE TE NTION S 10 ,000 s D WORKERS COMPENSATION AND I T~~.n tJNs I OT H- ER EMPLOYERS' LIABILITY 1,00 0 ,0 0 0 ANY PROPRIETOR /PA RTNER /EXECUTIVE EL . EACH ACCIDENT s OFFICER/MEMBER EXCLUDED? A OS53 15 626 5/31/2008 5/31/2009 E L DISEASE -EA EMPLOYEE S 1,00 0 ,0 0 0 If yes , describe under 1 ,00 0 ,0 0 0 SPECIAL PRO VISIONS below E L DISEASE -POLIC Y LIMIT s D OTH ER Po llution Liab CPL7588691 5/3 1 /2008 5/31 /2009 Each Occurrenc e $5 ,000 ,000 Aggregate $5 ,000 ,0 00 Retained Limi t $5 0,0 0 0 DESCRIP TIO N OF OPERATIONS/LO CATIO NSNEHIC LESIEX CLUS IONS ADD ED BY ENDORSEMENT /SPECIAL PROVISIONS The City of F o r t Worth and Deltatek Enginee ring for the project o f Repainting of Interior and Exter io r o f North Beach 5.0 Mi l lion Gallon Ground Storage Facility Proj. No . P265 -4851 08-60 1159990100 are named additional in sured by an emdorsement to the coverages other than Workers Compensation and Empl o yers Liabi lity listed her ein with regard to the insured's activities under this project and all premiums arising from the coverages herein shall be the responsibility of the i n sured . CERTIF ICATE HOLDER City of Fort Worth Water Dep artme nt 10 00 Throckmorto n F ort Worth , TX 76 1 02-6212 ACORD 25 (2001 /08) 1f\1c::::n?c;, m 1r.o\ no,, CANCE LLAT ION SHOULD ANY OF THE ABOVE DESCRI BED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF , THE IS SUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CER TI FIC ATE HOLDER NAMED TO THE LEF T, BUT FAILURE TO DO SO SHAL L IMPOSE NO OBLIGATION OR LIAB ILITY OF ANY KIND UPO N THE INSURER , ITS AGENTS OR REP RES ENTATIVES . AUTHORIZED REPRESENTATIVE Joseph Teresi/NHOFER © ACOR D CO RPO RATIO N 1988 D::irn:. 1 nf ? IMPORTANT If the certificate holder is an ADDITIONAL INSURED , the policy(ies) must be endorsed . A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIV ED , subject to the terms and conditions of the policy , ce rtain policies may require an endorsement. A statement on th is certifica te does not co nfer ri ghts to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insu rer(s), authorized representative or produce r , and the certificate holder , nor does it affirmati vely or negatively amend , extend or alter the cove ra ge afforded by the policies listed thereon . ACORD 25 (2001 /08) INS025 (010B)OBa Page 2 of 2 CONTRACTOR COMPLIANCE \VITH WORKER'S COMPENSATION LAW Pursuant to Article 8308-3.23 of Veron 's Annotated Civil Statues, Contractor Certifies that it provides worker's compensation insurance coverage for all of its employees employed on City of Fort Worth Project Number P265-458108-60115990100 . STATE OF TEXAS § HARfl-l 5 COUNTY OF +ARRAN'f § Blastco Texas Inc CONTRA ~CTOR By: ___ ~-'---------- Jay Sop e Q.. (:; C::, I -r::>~ / Title 6C~~~'-- r-,~-G~ l 2--4--OE:::> Date BEFORE ME , the undersigned authority, on this day personally appeared ___ _ =1' :a " 5o V' , known to me to be the person whose name is subscribed to the foregoin in t m e~nd acknowledged to me that he executed the same as th e act and deed of ~S, c.O Je7'6) 1-iC . for the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this _1__ of D -ec . 20~. RENE ARNOLD Notary Public, State of Texas My Commission Expires July 13, 2011 ~{4d} Notary Public in and for the State of Texas Pag e I Of l PART G -CONTRACT THE STATE OF TEXAS § COUNTY OF TARRANT § THIS CONTRACT, made and entered into this _g...1h day of December 2008 by and between the City of Fort Worth , a home-rule municipal corporation loc ated in Tarrant County Texas, acting through its City Manager th ereunto dul y authorized so to do , Party of the First Part, hereinafter tenned "OWNER" and Blastco Texas Inc .. of the City of Houston , County of Harris and State of Texas, Party of the Second Part. Hereinafter tenned "CONTRACTOR" WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned , to be made and perfonned by the Party of the First Part (Owner), said Party of the Second Pati (Contractor) hereby agrees with the said Party of the First Part (Owner) to commence and complete certain improvements described as follows: REPAINTING OF THE INTERIOR AND EXTERIOR OF NORTH BEACH 5.0 MG GROUND STORAGE TANK and all extra work connected therewith, under the terms as stated in the Contract D ocuments , and at his (their) own proper cost and expense to furnish all materials , supplies , machinery, equipment, tools, superintendence, labor, bonds, insurance, and other accessories and services necessary to complete the said construction, in accordance with all the requirements of the Contract Docum ents , which include all maps , plats , blueprints and other drawings and printed or other written explanatory matter thereof, and the specifications thereof, as prepared by the Engineers employed by the Owner, each of which has been identified by the endorsement of the Contractor and the Engineers thereon , together w ith the Contractor's Written Proposal and other parts of the Contract Documents hereto attached , including the Fort Worth Water Department General Contract Documents and General Specifications, all of which are made a part hereof and collectively evidence and constitute the entire contract. G-1 The Contractor hereby agrees to commence work within ten (10) days after the date written notice to do so shall have been given to him , and to substantially complete same with in the time stated in the Proposal. The Owner agrees to pay the Contractor in current funds for the perforn1ance of the contract in accordance with the Proposal submitted therefor, subject to additions and deductions, as provided in the Contract Docum ents and a ll approved modifications therefor, and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the Parties to these presents have executed this Contract in quadruplicate the year and the day first above written. ATTEST: (SEAL) I I City of Fort Worth, Texas (Owner) Party of the First Part Bs__ . .:.~ - Fernando Costa., Assistant City Manager Contract Authorization le)__/ c1) D3 Da t e Jay Soper Approved for the Foti Worth City Water Department: S. Frank Crumb , PE , Water Director G-2 r OFF CIAL f {.vRD llY SECRETARY FT.WORTH . , . / . :,- . -. . . • APPENDIX (Blue),-~ 2.~s· Dark fQRJWO TH Wh it e ----Bronze-..-~ .......... ....._ Fu11ds 111 Action Background 2. 5" IS' I S' I." PROJECT SIGN Figure 30 A 4' • O" -- 3" Radius Sca le J" = /' Dark Blue 4IID~tt~D.g ~ ~3-30_L_och.....,....,,-n"""'G-re_e_n __ T-rail'""·~AI-,lin-. -gt-o-n,""'T'"'ex'-as---76'""'0-12--345----8,--~~~~~~~~~~~~~~~~~-An~d.,....r-ew~T-.Anns~.....;;trong,PhD 817-275-2691 Fax: 817-275-1883 John M. Com, MA, RS Marion K. Armstrong, MSPH, MBA, CIH May 1, 2008 Mr. John Fields Deltatek Engineering 14114 Dallas Parkway, Suite 480 Dallas, TX 75254-1337 Re: North Beach Fort Worth, TX Submitted By: Mr. John Fields Deltatek Engineering LABORATORY REPORT: A8IH1610-1 I Lab Number: A8-1610A-001A Client Description: N . Beach Ext Date Received : 04/24/08 Date Sampled: 04/22/08 Analy te Results Reporting Units DF Method of Analysis Limits Lead < 5.0 5.0 mg/kg 1 EPA 7000 Lab Number: A8-1610A-002A Client Description: N . Beach Int Date Received : 04/24/08 Date Sampled: 04/22/08 Analyte Results Reporting Units DF Method of Analysis Limits Lead <2.5 2.5 mg/kg 1 EPA 7000 ~ Providing a World of Services for over Twenty-Five Years fa' Page one of two Date of Analysis 05/01/081 Date of Analysis 05/01/08 Armstrong Forensic Laboratory, Inc. Report No: A8IH1610-1 Page 2 of 2 Report Notes : 1 . The samples submitted have successfully met the quality control requirements that have been established by Armstrong Forensic Laboratory's internal policies and the analytical method(s) utilized, unless otherwise noted. 2. Unless otherwise noted, sample results are not client blank subtracted. 3. Please note that Armstrong is not responsible for any errors resulting from improper or incorrect sampling procedures, atmospheric conditions at the time of sampling or during shipment, or from shipping conditions or methods . Unless otherwise noted, samples met acceptance criteria for analysis at the time of receipt. 4 . Results relate only to the item(s) submitted for analy sis . 5. HUD defines a Lead-Based Paint as 0.5 % lead by weight (5,000 mg/kg). Respectfully submitted, ARMSTRONG FORENSIC LABORATORY, INC. Laboratory Director TDH RS Certificate 2018 AIHA Accreditation Certificate 101413 AS-1610-1 / dtj R ,-. ·--ci ve d @ A F L, Armstron Forensic Laborato Inc.Qate : ___ -.-·, 12-/-!~~ Custod 330 Loch'n Green Trail Arlington, Texas 76012-3481 817.275 .2691 (voice) 817 .275.1883 (fax) Industrial Hygiene Contact:: j O ~ ,,. F, c t)s Project: C, 1 v e,/ ,:., .'4h, ,l H_ A~• cl... AFL Case No.: /f'-3~.:T /./ /~/D {J~(1c:Trk , I .• ..,-_. __ (_/ I --,~ Client: E. .t ~ / ,ti .,.,,/1 I'( Site: Al,,,L A-1.(!"' s.o,,,, G..s r Date Receiv~ ,._: .;__ . . -,_.. Address: / l{ II'{ /Jq //. s p' , 'Kw ,rlf6trb TAT : /Re.0-111,,. .. ~ Rush Priority IL~f f4 s ,v 7SZS'f- 1 Sampler: JO,,, F,-t' ti~ Lab Services Requested Phone No.: 1/-1.4-: .s 7 'f. 1 '/ IO Fax No.: Cfl,'1·3?'1-#f'iC,/ . P.O.No.: -I\ Sample Information Collection Information l> ~ Lab Use Only Field No. and Date Time Time Total Volume Media Lab No. Sample Location On Off Time {L) Type 001,,,f AJ-8.~t11&'A. e rt' ... 11-.1 , . : ,,. I•: •I ,.,...,. / It ,, Dc7 :2-,:,4 A). fj' /)(! " J;. "• t,.~,--, .. :,, 11>:. j I I ,/ . If .. Notes: Released By: 01 1-:.il. Date/Time V, Received By: (Silmllture) 'ii'~ ']·O~ ff :OO°' (Signature) Released By: / Date/Time . Received C-~. '' » 1,;' /·7 _ ,· : -· (Signature) at Lab By : c..~ /; -:,.1/--1 INTERNATIONAL DIVING SERVICES, L.L. C. 3311 W. DIVISION ST. ARLINGTON, TEXAS 76012 1-866-788-3483 INSPECTION REPORT #1 5 lVIILLION GALLON GROUND NBEACH FORT WORTH, TEXAS GENERAL INFORMATION: Date of Inspection: Tank Name: Tank Size: Tank Type: Diameter: Height: Location: Outbuildings: 09/18/2007 N Beach 5 Million Gallons Welded Metal Ground 155 feet approximately 40 feet approximately 4600 Ray White Rd Pump House Introduction: When IDS performs inspection and in-service cleaning services, we strictly adhere to process of disinfection of all divers and in-tank equipment in accordance with AWWA Standard C652-02 for disinfection. All gear and equipment entering the potable water tank were cleaned and disinfected, and the dressed diver was sprayed off with a 200-PPM Chlorine concentration prior to entry ipto the system. The inspector/ diver utilized a helmet and dry suit and was in direct voice communication with outside personnel. 5 MG Ground N Beach Security Fence: I EXTERIOR INSPECTION This facility is surrounded by a 6-foot by 6-foot security fence. This fence is constructed of chain link and barbed wire. It was in good condition. The external coating was in good condition at the time of inspection. No abnormalities were evident. 5 MG Ground N Beach 2 External Sidewall Plates: The external sidewall plates are in good condition. Staining was noted but no structural abnormalities were documented. Manway Access Hatch: The manway access hatch is in good condition. It measures 24 inches and is located on the east side of the tank. Bleeding corrosion from the bolts was noted but no leaks were reported and the gasket was intact. 5 MG Ground N Beach 3 Foundation: This facility rests on a concrete foundation that was in fair to good condition. Isolated cracks were reported on this facility. External Staircase: i The external staircase was in good condition . It measures 28 inches wide and is constructed with round 1-inch handrails. The staircase is located on the east side of the facility. No structural abnormalities were documented at the time of inspection. Water Level Indicator: The pressure gauge water level indicator is located at the pump house. At the time of inspection, it was operable and in good condition . 5 MG Ground N Beach 4 Overflow Pipe and Flapper: The overflow pipe measures 20 inches and is fitted wit a 20-inch flapper. This pipe and flapper are located on the north side of the tank and discharge 5 8 inches from the ground. The flapper did seal and both the pipe and flapper were in good condition at the time of inspection. Roof Ventilation Structure: This facility is equipped with one 30-inch mushroom -shaped roof ventilation structure that was in good condition at the time of inspection. The vent was equipped with a TCEQ approved 16-inch fine mesh screen, which was in good condition. Some corrosion was reported at the internal roof supports, but no operational abnormalities were noted. 5 MG Ground N Beach 5 External Roof Plates and Anode Cover: The external roof plates were in good condition although thinning paint was noted. No holes or structural issues were noted upon inspection. However, an animal carcass was found on this roof. This facility has 30 anode covers utilized for the cathodic protection system. These anode covers were in good condition at the time of inspection. 5 MG Ground N Beach 6 Water Access Hatch: ;. . j This facility is equipped with one water access hatch measuring 30 by 3 0 inches. This hatch is constructed of steel and was locked with a keyed lock upon arrival of the inspection crew. No "Confined Space Entry" placard was located on this structure. IDS recommend installing a "Confined Space Entry" placard to the hatch to comply with TCEQ and OSHA regulations. Heavy corrosion and delamination of the steel were reported at the hinges and at the internal and external rim. The hinges were so heavily corroded they were breaking off from the structure. This hatch displayed 100% protective coating failure. IDS recommend the water access hatch be replaced to prevent any further deterioration of this facility. 5 MG Ground N Beach 7 INTERIOR INSPECTION Internal Roof Plates Internal View of the Roof Ventilation Structure: The internal roof plates were in poor to fair condition. Condensation, bleeding corrosion, and delarnination of the steel were reported throughout the facility. Each roof support exhibited heavy corrosion and total paint failure. The corroded weld seams and brackets were bleeding onto the sidewall plates. The center support column and roof support columns showed blistering and corrosion nodules. The internal roof and its support structure displayed 100% protective coating failure throughout the facility. 5 MG Ground N Beach 8 Internal Sidewall Plates {above the water line): The internal sidewall plates were in fair to good condition above the water line. Condensation and bleeding corrosion were reported where the support brackets meet the sidewall plates. Corrosion nodules and blistering were present at the weld seams. Protective coating failure was documented at the union of roof and sidewall plates and at the union of hardware and sidewall plates. Water Access Ladder {above the water line): The water access ladder above the water line was in poor condition. Heavy corrosion and delamination of the steel were reported. The top four rungs were completely corroded away and the next six were in a severe state of deterioration. This ladder displayed 100% protective coating failure. IDS recommend that the top 10 rungs of this ladder be replaced or a new structure be installed to ensure safe entrance and exit of this reservoir. 5 MG Ground N Beach 9 Overflow Flume: .i. .. .. The overflow flume and pipe were in poor to fair condition exhibiting blistering and corrosion. The weld seams and brackets displayed protective coating failure on the pipe and at the sidewall plates . Delamination was found at the lip of the flume and , internally, noduling was present. I 00% protective coating failure was documented on this structure. 5 MG Ground N Beach 10 Cathodic Protection: The cathodic protection was in good condition at the time of inspection. All cables were hanging straight and all system components were present. No operational abnormalities were evident. Water Condition: The overall water condition was good. Water clarity was good. No oils, odors, or insects were found in the facility . At the time of inspection, the water temperature was warm and at 95 percent capacity. 5 MG Ground N Beach 11 Internal Sidewall Plates (below the water line): Internal View of the Manway Access Hatch: .. '1 .. The manway access hatch was in fair to good condition below the water line. Blistering and peeling were found at the exterior and interior lip of this hatch. Total protective coating failure was documented. The gasket was intact and did seal and no structural issues were evident. 5 MG Ground N Beach 12 Water Inlet: Water Outlet: .. \."~. ;., .'.' tf . ' The water inlet is an 8-inch pipe and was in fair condition. This pipe exhibited 100% internal protective coating failure and exterior blistering . The water outlet is in fair condition. Internal bubbling and corrosion were noted. Complete protective coating failure was displayed on top and at the floor plates. 5 MG Ground N Beach 13 Water Access Ladder (below the water line): Coating: The water access ladder below the water line was in fair condition. Blistering, pitting, and corrosion nodules were reported over the majority of this ladder. Corrosion and delarnination of steel was noted at the wall brackets. The protecting coating in this facility exhibited 30% peeling, 95% blistering, and 10% pitting. Approximately 95% of this water storage structure exhibited total protective coating failure. 5 MG Ground N Beach 14 Internal Floor Plates: Sediment: The internal floor plates were covered 100%. Please see the post- cleaning portion of this report for details . 5 MG Ground N Beach 15 Post-Cleaning Inspection: The International Diving Services dive team previously performed an in-service cleaning, which consists of removing and disposing of all the sediment and debris in the tank. · .. :"' The sediment layer in this facility averaged 1/8 to 1/2 inch in depth, which covered 100 percent of the floor plates. Debris consisting of corrosion chips and flakes were removed during this cleaning. The after-cleaning assessment shows the floor plates to be in fair condition. Once the sediment was removed, the diver observed a residual staining, blistering, corrosion nodules, and corrosion at weld seams. 100% total protective coating failure was reported throughout this facility. Removal of all sediment and debris from this water storage facility should improve turbidity, clarity, chlorine residuals and the overall water quality. 5 MG Ground N Beach 16 RECOMMENDATIONS: IDS would like to make the following suggestions to improve and extend the life of this facility: 1. Keep this facility on a scheduled maintenance program to maintain the quality of this water storage facility and help preserve the quality of your water. 2. Install "Confined Space Entry" placards on the water access hatch and manway access hatch to comply with OSHA and TCEQ regulations . 3. Replace the water access hatch. 4 . Replace the first 10 rungs in the water access ladder or replace the structure entirely. 5 MG Ground N Beach 17 ill II1I II III IIYIII I I I II IIIII III IYI11111IIill, l lul, l,u,J1111wil'u I1111Ylil lil YII IUiJIIILYl 1111111u IIIIIIIII II II,111111111,IlYIII IYYI II IIIIII L'IO,III,IIA IAl m E. HN oQ <o p 0 o d ed S d �lO�cnAW NI-O H z 0 a aaaaaa�� � d cn CITY OF FORT WORTH, TEXAS NORTH BEACH RESERVOIR PROJECT NO. P265-485108-Wl 159990100 m I I II I YIIUI 11U,lu II III Ii011L111111 UUI11111,I11 u,u UIIIIIIII nIP mII Ili111ulol,Ylllnellm 1u011YIlIlYLu lYIptlllpYlOh IIII tlJlllhi III,J o111uI11111uI1 iV11� PLAN SET NO. File: P;\Fort Worth City Projects\North Beach 5.0 MG GST\Drawings\North Beach Slcowg I Release: 17.0s (LMS Tech) Xrefs: North Beach—Borderowg, North_beach_site—survey.dwg Station: jsimon 06`/27/08 11:45 m 0 z D r co 0 D r rn w 0 RESIDENTIAL N 00013'08" E 250.00' 4m A A A o v— O -I C \ ® A L N.A <' < m rT] k G) ,7 L Lo m m *m 00 c0 co 00 Z. - z2 rn < I 'r• D m to - m IIV/II > y< G) p I- m s,yh n mI x DELTATEK ENGINEERING o m m] 14114 DALLAS PARKWAY, SUITE 480 p DALLAS, TEXAS 75254 J PHONE: 469-374-9800 www.deltatekeng.com i 3 3 3 0 71 m m 0 cn �> O 0 0 z S 00013'08" W 250.00' RESIDENTIAL ] ] NFA 2 m SITE PLAN REPAINTING OF INTERIOR AND EXTERIOR OF NORTH BEACH 5.0 MG GROUND STORAGE FACILITY J FORT WORTH, TEXAS \l m Cn z D r z z m QllTll \ DESIGNED BY: DELTATEK ENGINEERING �^!t* DRAWN BY: J. SIMON 1 NI." 5 125{�y __ REVIEWED BY: DELTATEK ENGINEERING - PLOT SCALE: AS NOTED FILENAME: PROJECT# _ DATE; IDLY 2008 File: P:;.Fort Worth City Projects -North Beach 5.0 MG GST_OrawingsCNorth Beach_Elevations.dwg ( Release: 17.0s (LMS Tech) Xrefs: North Beach_Sorder.dwg Station: jsimon 06/27/08 09:14 �1 IF z Z 0 o mm N 'II •. D NT r — m O m`� r m ITT D O mDX 9z n Z ODz V zm °X o� ym D r m — O X m r D 0, G) A O z z ° m r m rn a, 41'-0" ° Or Cn- -m-In �O F°0a i'I r � D r _ O Z N mcn*z ;0 1 D m to rn IT m rn z = o D o —( D r m D Z 0 z m D Z Dy �O D m D DELTATEK ENGINEERING 14114 DALLAS PARKWAY, SUITE 480 DALLAS, TEXAS 75254 PHONE: 469-374-9800 www.deltatekeng.com z °r of D — m r N / / \ mDm z ° X to z ELEVATIONS AND PLANS REPAINTING OF INTERIOR AND EXTERIOR OF NORTH BEACH 5.0 MG GROUND STORAGE FACILITY �Nv FORT WORTH, TEXAS v-7hp10 J W. \ E SIGNED BY: DELTATEK ENGINEERING DRAWN BY: J. SIMON REVIEWED BY: DELTATEK ENGINEERING PLOTSCALE: AS NOTED FILENAME: PROJECTn DATE: JULY 2009 File. P' Fort Worth City Projects -North Beach 5.0 MG GST-Drowings'_North Beach_Details.dwg I Release•. 17 As (LMS Tech) Xrefs: North Beach_Bordeadwg Station: jsimon 066//27/08 09:32 W 96 z 0 C=7 lv h1 O y x c] x oz b 4y A Q; m! N 4; 0o'O.0 i II c0? C7aNNNN NN i Y i I Y i i i i Y CA 0 lCV,3 N N N N N b 0 !0 4• Q1 .p — LA W �'� UI W (A (A N CD -4 I0k:000D0i 0ON W?V14 L4 N� Y. a■ s a a a a a O (0 J m�.t'10) 0) U1 4 ? N O OD N10) 04. co mi IIII N N N •+ —+ ——. -+ 4•46 4•jpO NN NN Y• a a a a i Y: 41 N N I•••�I� .r —r NC 00010D 4;NN0 ?4.WCiil'W WNNN 0>N Q)0i!00?4.4 ■ l S I ■ ] S a i i I 4•W WNN O 01 0pAl!003 01NN a s a:Ilil;t: a a a: z L71 4• .4 (Ak4 N N —. •P OD. N V t 0 0 Oi = X m-4 rz Z m m Cl) ITT 2 x v n Z rmr- v 0 mz 4 m m o m 7 W `N C x fn W x r� m m I N _ W re ITTk Cn A p x Cu N O x DELTATEK ENGINEERING O m �TJ W m 14114 DALLAS PARKWAY, SUITE 480 DALLAS, TEXAS 75254 PHONE:469-374-9800 www.deltatekeng.com J\ a- 0 N p 0AOm 12" 12 1 ZOmrA m r A 0 w Cn a _ MC) mn� ~ ^N r m ^N N ? o �00 A 00 1-, DEN v SN �G +. O N=A a Cl)'I_\J� -0 A A DEN \ - O �Q0 T L6- (MIN.) N ' z o O A 0 VALVE v� ' U M.H. � . . F N 3" MIN a n0 6" MAX 1 > Z Zm I �I rr C� A 4L N N y O O(7 N' I e NZ � NZ Z ID 'Lon o AO N JZ O A CNm •\\ rrI C`NI 10> m' 'C i0m m OC m C n� D DV A0 -5 co D DO7~1Om m m A toA m m O ,0 n D z p E A C m Thl D D Th7 O GL7 G) T m O 6" 3" m 3 TN -r w m u) A .p D � S z m � mo � p m ru 0 x N 0 T-0" D w a > 7 ry O 0 -0 r m o DETAILS I REPAINTING OF INTERIOR AND EXTERIOR OF NORTH BEACH 5.0 MG GROUND STORAGE FACILITY FORT WORTH, TEXAS T I !I II I\ pw_ �E9 mA Dr- m m u) 0 a Cn z ITT p. AOm ?m Z c "o ?m Z 0 -1O m r P. 0 n at ri J m m rn"' m m r61 p � v ul o m m0 v N r O Z (7 2'-8 3/4" !! J m t ��sl.•.....�// DESIGNEDBYI DELTATCKBNGINEERING t* / DRAWN BY: 1. SIMON r 9AHRAW NIKN!M •, 53254 "; ••= REVIEWED BY: DELTATEKENGINEERING �d�'yrm •Yyp `��� � PLOT SCALE: AS NOTED i 0 FI010 ' FILENAME: PROJECT DATE: JULY 200N i 0 FI010 ' FILENAME: PROJECT DATE: JULY 200N STAINLESS STEEL 16 MESH SCREENS FOR ANTI -TAMPER AND INTRUSION INTO VENT (2 ea.) FLOW PARTITIONS MOUNTED TO LOWER PLA�� STAINLESS STEEL SCREEN MESH ALUMINUM — BACK UP RING STAINLESS STEEL HARDWARE 1/a' x 1.00'l28 THREAD (12ea.) I T" L 12' H I 1 y —I STAINLESS STEEL 36' SCREEN MESH � ! 1" STOP BOLT�� 6/i6 WITH WING NUT dd i.� Q z m � � 2 REO'D BELOW PLATFORM LEVEL � 7 ANTI FALL DEVICE PIVOT DISMOUNT Nor ro scA. r FOR USE AT TOP OF CLIMB WHERE SLEEVE MAY NEED TO PIVOT OR BE REMOVED. +//////��� � 36' LD. VENT OPENING ^Q // � OSTAINLESS STEEL VANDAL RESISTANT VENT 4 SCALE: NTS 2 REO'D y� t ANTI FALL DEVICE PIVOT REST PIECE NOT TO SCALE -�^ RAIL 4P 4 ANTI FALL MOUNT — I'— SECTION STUD LOCK WASHER \�V�t LOCK -NUT NUT WASHER �ti LADDER RUNG RUNG CLAMP —�� LADDER (REF.) RUNG CLAMP ASSEMBLY NOT TO SCALE RUNG CLAMP SPACING SHOULD BE 6' MAXIMUMM� CONNECTING _ ALIGNMENT STRAP � GUIDE CAP SCREWS `� FLAT WASHER y{� OVER SLOTTED HOLE ANTI FALL DEVICE MOUNT SECTION NOT TO SCALE FOR USE AT LANDING POINTS WHERE SLEEVE NEEDS TO BE REMOVED FROM RAIL. ANTI FALL DEVICE DETAILS SCALE: NI5 RAIL TO RAIL CONNECTION NOT TO SCALE FOR USE AT LANDING POINTS WHERE SLEEVE NEEDS TO PIVOT, BUT DOES NOT ALLOW SLEEVE TO BE REMOVED FROM RAIL. a'-o- 1/2' SCHEDULE 40 STEEL PIPE _ I� ( � I� (I ( )� �4' TOE PLATE 3" i 1�. � t/2' 0 STL PIPE POST 3' f'L3 X3X 1/4 WELDED TO TANK ROOF i/a" a'-B' `TANK ROOF PLATE 2OTYPICAL ROOF SAFETY RAIL 4 SCALE: NTS u 7 OLADDER 4 SC; LE: NTS (ADDER SUPPORTS .". "' MAX. >TE: :A10VE INTERIOR DDER INSTALL SS DDER IN TANK INTERIOR =T. RUNGS SHALL BE )N-SLIP ANTI -FALL F-T-CLIMB TANK SHELL 2 7/2'x 3/8' LADDER STRINGER STAINLESS STEEL BOLT, NUT 8 WASHERS 1/2'O BOLT MINIMUM SHELL TANK STEEL BAR 3"xtY2" MIN LADDER STRINGER SLOTTED HOLES IN STRINGER � , WELDED CONNECTIONS SHELL TANK -. O O� BOLTS 12' LADDER SUPPORT BRACKET SCALE: NIS C: U z z z o v � w a o u � � o h � � o > `c - o m m � � ; w a � � � � v J �n � W p !- \/� � C c LL p .. � \���� o W W _F W .7 V �' � rn u d z � My W aHa � ¢az� a � W C] Q ^_ ^W M-� SHEET NO. 4 OF 7 I IOUN] OR OVAL PATCH PLATE r A � � A B -PARENT METAL EDGE OF HOLE IN -�11d.-� PARENT METAL � CLEAR PLAN .:CLERK _TY� ROIND OR OVAL PATCH PLATE , 0 �y�����i�/�" I `/ i/ EPDXYFlILER J `PARENT METAL � SECTION A - A M PATCH DETAIL OF PIT FILL YMTH EPDXY SEAM SEALER � r PIT AFTER SAND BLASTING I1 � I �� / e I_______ / 6I Y LPARENTMETAL ' ' 12'DIAME7ER MA%IMLM PIT EPDXY REPAIR DETAIL WELD FlLLED � i. y �/ D I /�/�i`� - I Y LPARENT METAL 12'gAMETER � y ' 'MAXIMLM PIT WELD REPAIR DETAIL � Q B PARENT METAL PLAN HOLE ENLARGED TO FORMA OOPoO�IN40NTOlR UNFORM ROUNI OPEN HOLE WITH FULL PARENT METAL ROUDD OR OVAL TFI CKNE88. PATCH PLATE CI / < I � /��///%//`� I y Ij , 1 ;, O ```� / I /�-',PARENT hETAL G �i/ � / , FILL HOLE WITH EPDXY FlLIER LROIND OR OVAL PATCH PLATE SECTION B - B HOLE PATCHING DETAIL C I � CRACK OR PoJPTIITE 2• MIN. I NEW REINFORCING PLAI C � L EXISTING TAN( PLATE PLAN 1d T NEW REINFORCING PLATE CRACK OR Rl.P7lliE � EXISTING TAN( PLATE NOTE: GTdNb WELD SMOOTH BEFORE PLACING NEW REII�FORCINO PLATE. SECTI ON C - C RUPTURE OR CRACK REPAIR 56'-0" 28'-0" .I 1 O � I if) LOGO PAINTING DETAIL PWS 48S BLUE FOR LETiEPoNO PWS 735 BROWN FOR ORAPHC 2'MIN. NEW PLATE I %�%�/%% 1 /� /! CONTINUOUS `EXISTING PLATE WELD NOTE: NEW PLATE SHILL BE TFE BALE THCKNESS AS EXISTING PLATE. SPLICE DETAIL k . y*#.S_ Y ZN �;� r� '_' r.*t �;.. r � w 1 a�W C7 �a� U � � w w �� Q�W�H o �' � o � � w °z \ \/ J 9HSET NO. 5 OF � File: P:-Fort Worth City Prbjects_North Beach 5.0 MG GST:Drawings- North Becch_Elevations.dwg I Release: 17,Os (LMS Tech) Xrefs: North Beoch-Border.dwg Station: jsimon 066//27/08 11:15 r r c c 00 On O v U co O r� Orn0 ox MOZ0 r�N p=D >X > mw D9D —► D S — O r m -n 12"-- O 3'-4" Z D O m z o D o� Dmx >D Cnzm pp7- mr LIED nDm O inn mcmCnx D m�0 z�o p m TIT —n m Cn f x DELTATEK ENGINEERING Oa 14114 DALLAS PARKWAY, SUITE 480 Z DALLAS, TEXAS 75254 PHONE: 469-374-9800 www.dettatekeng.com { A N �Z Ina m =Dm CnmD U) mm C 0 0 TIT / °m 1- g8r, p n i Cnz �n O � c D z oc TIT r DETAILS IV REPAINTING OF INTERIOR AND EXTERIOR OF �••BAH2W•NlKhutl, 53254 NORTH BEACH 5.0 MG GROUND STORAGE FACILITY FORT WORTH, TEXAS 7 io 0 \ DESIGNED BY: DELT.ATISK ENGINEERING _ DRA\VN BY J. SIMON REVIEWED EY: DELTATEK ENGINEERING / PLOT SCALE: AS NOTED i FILENAME � PROJECTn i DATE JULY LHIe File: P:_Fort Worth City Projects -North Beach 5.0 MG GST_Drowings_North Beoch_Details.dwg I Release: 17.0s (UJS Tech) Xrefs: North Beach_Barderowg Station: jsimon 06/27/08 1121 m c; ED X N T W r = m 0 T r ° m o r ° r e > ° a c. o ° P, o 0 o� ° e A z O m D 3 �r ED m CiP 1 x DELTATEK ENGINEERING Q m -m 14114 DALLAS PARKWAY, SUITE 480 zz DALLAS, TEXAS 75254 PHONE: 469-374-9800 ` +\ www.deltatekeng.com Z v z ITT Dp ;U FIT to X -0 ED 00Cn r c ED °m 0r OW D Cn;0pITT D myX Z Cn { mCx—I 0 ED 1 . W FIT m�,,m D m m Z W D ED m o —D O r � W ED X m W r r DETAILS III REPAINTING OF INTERIOR AND EXTERIOR OF NORTH BEACH 5.0 MG GROUND STORAGE FACILITY FORT WORTH, TEXAS i DeSIGNEDBY: DGLTATFKENGINFI:RING t*! DRAWN BY 1. SIMON ANRAY NIKNAAI -. '$j2S4• REVIEWED BY; DELTATEK ENGINEERING k •h• Lpp\\�� PLOT SCALE: AS NOTED / PILE NAME PROJECT# DATE: JULY 2008 RAF