Loading...
HomeMy WebLinkAboutContract 40126vf nv SECRETARY CLIENT DEPARTMENT MIKE MONCRIEF MAYOR -· ' CllY SECRETARY L..fotd CONTRACT NO. Y SPECIAL CONTRACT DOCUMENTS FOR NDITION ASSESSMENT PROGRAM Large Diameter Sanitary Sewer Cleaning PROJECT NO.: ICAP09-2 WATER DEPT. NO.: PE45-0707015-539120 CITY OF FORT WORTH WATER DEPARTMENT DALE A. FISSELER, P.E. CITY MANAGER S. FRANK CRUMB , P.E. DIRECTOR, WATER DEPARTMENT PREPARED BY: City of Fort Worth Water Department Engineering Division July 2009 OFF C L RECORD C - \ ' M&CReview Page 1 of2 Official site of the City of Fort Worth, Texas C1TY COUNCIL AGENDA FORT WORTH ---..,.,- COUNCIL ACTION: Approved on 4/13/2010 DATE: 4/13/2010 C REFERENCE NO.: **C-24175 LOG NAME: 601CAP09-2ACE CODE: SUBJECT: TYPE: CONSENT PUBLIC HEARING: NO Authorize the Execution of a Contract in the Amount of $615 ,925 .00 with Ace Pipe Cleaning , Inc., for the Interceptor Condition Assessment Program Contract 2 : Larger Diameter Sanitary Sewer Cleaning (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a Contract in the amount of $615,925.00 with Ace Pipe Cleaning, Inc., for the Interceptor Condition Assessment Program Contract 2 : Larger Diameter Sanitary Sewer Cleaning . DISCUSSION: The Interceptor Condition Assessment Program includes the cleaning and inspection of large diameter sanitary sewers located Citywide . Interceptor Condition Assessment Program Contract 2 consists specifically of work items necessary to perform cleaning of pipelines identified under Contract 1. This project is an integral part of the Fort Worth Wastewater Treatment Program to eliminate and prevent sanitary sewer overflows and bypasses in the wastewater collection system and to comply with United States Environmental Protection Agency proposed regulations known as Capacity , Management, Operations and Maintenance (CMOM). The project was advertised for bid in the Fort Worth Star-Telegram on July 23, 2009 , and July 30, 2009. On August 27, 2009, the following bids were received : BIDDER Ace Pipe Cleaning , Inc. RKM Utility Services Compliance EnviroSystems, LLC TOTAL BID $615 ,925.00 $982 ,650.00 $2 ,498,791 .00 The bid documents included a stipulation that the total quantities listed may not reflect actual quantities and are based on the budgeted amount of $716 ,000 .00 . It was also stipulated that regardless of the dollar amount bid , the Contract would be awarded in the amount of $716 ,000.00 or the amount bid , whichever was lower. Final payments will be made based on actual quantities . Funds were not specifically budgeted for this project in the Fiscal Year 2010 Adopted Budget ; however, the department has identified current year savings to offset the full cost. Ace Pipe Cleaning , Inc., is in compliance with the City's M/WBE Ordinance by committing to 30 percent M/WBE participation. The City's goal on this project is 23 percent. RENEWAL -The Contract includes three one year renewal options under the same terms , conditions and unit prices . http ://apps .cfwnet.org/council _p acket/me _review .asp ?ID= 12 9 17&councildate=4/13/2010 4/21/2010 M&C Review Page 2 of 2 "' This project affects ALL COUNCIL DISTRICTS . FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current operating budget, as appropriated, of the Water and Sewer Fund . Funds were not specifically budgeted for this project in the Fiscal Year 2010 Adopted budget; however, the department has identified current year savings to offset the full cost. TO Fund/Account/Centers Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS FROM Fund/Account/Centers 1) PE45 539120 0707015 $615 .925 .00 Fernando Costa (6122) S . Frank Crumb (8207) David Cooper (8252) http://apps .cfwnet.org/council_packet/mc_review.asp?ID=l2917&councildate=4/l3/2010 4/21/2010 SPECIAL CONTRACT DOCUMENTS FOR INTERCEPTOR CONDITION ASSESSMENT PROGRAM Contract 2 -Large Diameter Sanitary Sewer Cleaning MIKE MONCRIEF MAYOR PROJECT NO.: ICAP09-2 WATER DEPT. NO.: PE45-0707015-539120 DALE A. FISSELER, P.E. CITY MANAGER S. FRANK CRUMB, P .E. DIRECTOR, WATER DEPARTMENT Approved: Andrew T. Cronberg, P.E., Assistant Director, Water Department Approved: Travis M . Andrews , Assistant Director, Field Operations INTERCEPTOR CONDITION ASSESSMENT PROGRAM Contract 2 -Large Diameter Sanitary Sewer Cleaning PROJECT NO.: ICAP09-2 WATER DEPT. NO.: PE45-0707015-539120 July , 2009 David L. Cooper, P.E . Fort Worth Water Department 1000 Throckmorton Street Fort Worth, Texas 76102 ' .. .. PART A PARTB PARTC PART Cl PARTD PARTE PARTF INTERCEPTOR CONDITION ASSESSMENT PROGRAM Contract 2 -Large Diameter Sanitary Sewer Cleaning Project No.: ICAP09-2 TABLE OF CONTENTS NOTICE TO BIDDERS Notice to Bidders Comprehensive Notice to Bidders Special Instructions to Bidders PROPOSAL M/WBE Requirements Proposal GENERAL CONDITIONS SUPPLEMENT ARY CONDITIONS SPECIAL CONDITIONS TECHNICAL SPECIFICATIONS Item 100 Item 200 Summary of Work Large Diameter Sanitary Sewer Cleaning BONDS AND INSURANCE Certificate of Insurance Environmental Impairment Liability Insurance Performance Bond Payment Bond Contractor's Compliance with Worker's Compensation Law PARTG APPENDIX A CONTRACT WASTE HAULER'S PERMIT INFORMATION PART A NOTICE TO BIDDERS NOTICE lO BIDDERS ' • Sealed proposals for the following: FOR: INTERCEPTOR CONDITION ASSESSMENT PROGRAM Contract 2 -Large Diameter Sanitary Sewer Cleaning Project No.: ICAP09-2 Addressed to: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH TX 76102-6311 Sealed proposals for the INTERCEPTOR CONDITION ASSESSMENT PROGRAM CONTRACT 2 - LARGE DIAMETER SANITARY SEWER CLEANING will be received in the office of the Purchasing Manager until 1 :30 P.M., Thursday, August 27, 2009 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. One set of documents will be provided at no charge to prospective bidders. 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 Building, 1000 Throckmorton Street, Fort Worth, Texas, 76102. 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 2:00 P.M. on Thursday, August 6, 2009 in the Water Administration Conference Room, 2"d Floor City Hall, 1000 Throckmorton Street. The Engineer will transmit to all prospective bidders of record 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 in 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 Water Department at 817-392-8240. 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 expiration of ninety (90) days from the date the bids are received. For additional information, contact David L. Cooper, P.E. at 817-392-8252. Advertising Dates: July 23, 2009 July 30, 2009 Fort Worth Water Department Part A -Notice to Bidders Page I of7 7/21/2009 COMPREHENSIVE NOTICE TO BIDDERS Sea~ed prop'o sals for the following: FOR: INTERCEPTOR CONDITION ASSESSMENT PROGRAM Contract 2 -Large Diameter Sanitary Sewer Cleaning Project No.: ICAP09-2 Addressed to: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH TX 76102-6311 will be received at the Purchasing Office until 1 :30 p .m., August 27, 2009 and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers. Contract Documents for this project may be obtained at the Water Department, Municipal Building, 1000 Throckmorton Street, Fort Worth, Texas 76102. One set of documents will be provided at no charge to prospective bidders. 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 Building, 1000 Throckmorton, Fort Worth, Texas, 76102. 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 2 :00 P .M. on Thursday, August 6, 2009 in the Water Department Administration Conference Room, 2"d floor City Hall, 1000 Throckmorton Street, Fort Worth , Texas 76102. The Engineer will transmitto all prospective bidders of record such Addenda as he considers necessary in response to questions arising at the pre-bid conference. The major work will consist of the following (All Approximate): SEWER LINE CLEANING SEWER LINE SONAR INSPECTION (15" -96") (15" -96") 58,850 If 58,850 If Included in the above will be all other miscellaneous items of work as outlined in the Plans , General Contract Documents and Specifications. NOTICES All bidders will be required to comply with Provision 5159a of"Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City of Fort Worth Ordinance no. 7400 (Fort Worth City Code Sections 13-A-221 through 13-A-29) prohibiting discrimination in the employment practices. Bid security may be required in accordance with Special Instructions to Bidders. The City of Fort Worth reserves the right to reject aJJ 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 bids are opened . The award of contract, if made, will be within ninety (90) days after the opening of bids, but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the Contract. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the Addenda Index and Receipt form(s). Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive . Information regarding the status of addenda may be obtained by contacting the Water Departmentat 817-392-8240 . Fort Worth Water Departm ent Part A -Notice to Bidders Page 2 of7 7/21 /2009 COMPREHENSIVE NOTICE TO BIDDERS Bidqers, using the printed copy, shall not separate, detach or remove any portion, segment or sheets from the contract document at any time . Bidders must complete the proposal section( s) and submit the complete specification book or face rejection of the bid as non-responsive. It is recommended that the bidder make a copy of the forms included in the Minority and Women Business Enterprise section for submittal within the time deadline stated below or the bidder may request a copy of said forms from the City of Fort Worth Project Manager named in this solicitation. In accordance with the City of Fort Worth Ordinance No. 15 530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City of Fort Worth contracts. A copy of the Ordinance can be obtained from the office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR W AIYER FORM, GOOD FAITH EFFORT FORM (with "Documentation") and/or the JOINT VENTURE FORM as appropriate . The Documentation must be received no later than 5 :00 p.m ., five ( 5) City ofF ort Worth business days after the bid opening date . The bidder shall obtain a receipt from the appropriate employee of the Water Department to whom delivery was made. Such receipt shall be evidence that the City of Fort Worth received the Documentation. Failure to comply shall render the bid nonresponsive. SUBMISSION OF BID AND AW ARD OF CONTRACT The proposal within this document is designed as a package. In order to be considered an acceptable bid , the Contractor is required to submit a bid for the complete proposal. A bid proposal submittal that is received with the proposal incomplete will be rejected as being non-responsive. The Contractorwho submits the bid with the lowest price, will be the apparent successful bidder for the project. However, the maximum contract amount is $716,000 in accordance with Section D-13 of the Special Conditions. Bidders are hereby informed that the Director of the Water Department reserves the right to evaluate and recommend to the City of Fort Worth City Council the bid that is considered to be in the best interest of the C)tof Fort Worth. For additional information, please contact either Mr. David L. Cooper, P .E . at Telephone Number: 817-392-8252 , or by email: david.cooper@ fortworthgov .org, or Mr. Darrell Gadberry at Telephone Number: 817-392-5021 , or by e-mail: darrell. gadberry@ fortworthgov .org DALE A. FISSELER, P.E. CITY MANAGER Advertising Dates : July 23 , 2009 July 30, 2009 Fort Wo rth Water Department By: _____________ _ Tony Sholola, P .E Engineering Manager, Water Department MARTY HENDRIX CITY SECRETARY Part A -Notice to Bidders Pag e 3 of 7 7/21/2009 SPECIAL INSTRUCTIONS TO BIDDERS (WATER DEPARTMENT) 1. SPECIAL PROJECT PRE-QUALIFICATION REQUIREMENTS: All contractors submitting bids on the project are required to meet the Fort Worth Water Department special pre-qualification requirements for this project prior to submitting bids. Previous pre-qualification by the Fort 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 the financial statement and experience. In addition, the process will establish a bid limit based on an analysis of the contractor's finances. It is the bidder's responsibility to submit documentation for those items listed below, to the Water Department's designated representative, at least fourteen (14) calendar days prior to the date of bid opening. The Water Department may request any other documents it may deem necessary. Any additional documents so requested shall be submitted to the Water Department's designated representative at least seven (7) calendar days prior to the date of the opening bids . (a) COVER LETTER: The cover letter provided by the prospective bidder with the pre- qualification information must include the name of a contact individual that the City may contact for additional information if needed. (b) FINANCIAL STATEMENT: The financial statement required shall have been prepared by an independent certified public accountant or independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status of the submitting company. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. (c) CONTRACTOR EXPERIENCE: 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 comparable projects that were completed no more than three (3) years prior to the date on which bids will be received. References shall be submitted for a minimum of three (3) projects. The three referenced projects must contain a minimum of 30,000 linear feet (total for the three projects) of large diameter (27" diameter and greater) sanitary sewer main cleaning. References must include a contact person name, telephone number, project name and total cost, and the specific work done. (d) PERSONNEL EXPERIENCE: 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 sanitary sewer cleaning projects that the proposed project manager and project superintendent completed within the last three (3) years to demonstrate their ability to perform large diameter sanitary sewer cleaning. The Water Department will review each pre-qualification submittal. From the financial statement, the maximum bid limit will be based on amount of liquid assets times 10. The 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. Fort Worth Water Department Part A -Notice to Bidders Page 4 of7 7/21/2009 (~) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such. (c) The City, in its sole discretion , may reject a bid for failure to demonstrate an acceptable performance, financial statement, equipment schedule, experience and/or expertise. (d) Any proposals submitted by a non pre-qualified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. (e) It is the bidder's responsibility to check with the City to determine issuance of prequalification ; however, the City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or the magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary pre- qualifications. (f) JOINT VENTURES: 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 the 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 that combined, the joint venture has the required experience and equipment. Upon request, the joint venture agreement shall be submitted for review . For additional information contact Mr. John Kasavich, P.E., Fort Worth Water Department at (817) 392- 8480 (Fax 817-392-8195). Pre-qualification submittal should be sent to: Mr. John Kasavich , P.E. Fort Worth Water Department I 000 Throckmorton Street 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 work site to familiarize 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 affecting 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 the performance of the work within the terms of the Contract Documents . Fort Worth Water Department Part A -Notice to Bidders Page 5 of ? 7/21 /2 009 3. 4. 5. 6. 7. 8. 9. .. The Bidder acknowledges by the submission of his bid that he is solely responsible for trench excavation safety as prescribed by the Occupational Safety and Health Administration and HB662 and HB665 as amended by the 72nd Session of the Texas Legislature and amended by the 73rd Session of the Texas Legislature with HB 1569. 2.3. The submission of a Bid will constitute an incontrovertible representation by the Bidder that he has complied with every requirement of the Contract Documents. BID FORM (PROPOSAL): 3.1 Bidders shall use the Bid (Proposal) forms included in these documents . Supplemental data to be furnished shall be included in the same sealed envelope with Proposal. 3 .2 Bid (Proposal) Forms must be completed in ink. The bid price of each item on the form must be stated in words, if specifically requested, and/or numerals; in case of a conflict, words will take precedence . BID SECURITY: A cashier's check or an acceptable bidder's bond payable to the City of Fort Worth in an amount of not less than five percent (5%) of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten (10) days after the contract has been awarded. To be an acceptable surety on the bond, (1) the name of the surety shall be included on the current U.S. Treasury, or (2) the surety must have capital and surplus equal to ten times the limit of the bond. The surety must be licensed to do business in the state of Texas. The amount of the bond shall not exceed the amount shown on the treasury list or one-tenth (1/10) the total capital and surplus. BONDS: A performance bond and a payment bond each for one hundred percent (100%) of the contract price will be required, Reference C 3-3 .7 . WAGE RATES: Not less than the prevailing wage rates established by the City of Fort Worth, Texas, and as set forth in the Contract Documents must be paid on this project. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal , the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas. NONRESIDENT BIDDER: Pursuant to Article 601g , Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. "Nonresident bidder" means a bidder whose principal place of business is not in the State of Texas, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in the State of Texas. This provision does not apply if this contract involves Federal funds . The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications . The failure of a nonresident contractor to do so will automatically disqualify that bidder. Fort Worth Water Department Part A -Notice to Bidders Page 6 of7 7/21 /2009 10. PAYMENT: If the contract amount is $25,000 or less, the contract amount shall be paid within forty- five (45) calendar days after completion and acceptance by the City. 11. 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. 12. 13. 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. · DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Controctor 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 subcontractors' alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accordance with City of Fort Worth Ordinance, No. 13471, as amended by Ordinance No. 13781, 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 ~om the Office of the City Secretary. Fort Worth Water Department Part A -Notice to Bidders Page 7 of7 7/2If2009 FORT WORTH ---...,, . ' .. ,_. City of Fort Worth REv IV 4UG 17 2009 Minority and Women Business Enterprise Specification~ .,r Dep rtm n SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable. If the total dollar value of the contract is less than $25 ,000, the M/WBE oal is not a licable . POLICY ST A TEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis . All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid . M/WBE PROJECT GOALS The City's M/WBE goal on this project is '23 % 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 t imes allocated, in order for the entire bid to be _considered responsive to the specifications . The Offuror shall deliver the MWBE documentation: in person to the appropriate employee of the managing department and obtain a date/time receipt Such receiJ)t shall be evidence th .. t the City rtceived the doc!lfil.e 1tation in th/;:! time allocai'id, A fax~d copywm not be ac:cepted. 1. Subcontractor Utilization Form , if goal is received by 5:00 p .m ., five (5) City business days after the bid met or exceeded : openinQ date, exclusive of the bid openino 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 subcontractinQ/supplier work : openino date , exclusive of the bid openinQ date . 5. Joint Venture Form, if utilize a joint venture received by 5 :00 p .m ., five (5) City business days after the bid to met or exceed ooal. openinQ date, exclusive of the bid openinQ 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 ~ 4LJJ I I 2 °3 mn City of Fort Worth Subcontractors/Suppliers Utilization Form ATIACHMENT 1A Page 1 of 4 )\I\.L. Check applicable block to describe prime City's M/WBE Project Goal: c..3% o..u /t5bt:5<;; .AA &.JJT' f'~R,+-""' ~A-..u iTI\-R-Y ~Er.JER-Cl. ~,01 .A.l l-. Prime's M/WBE Project Utilization: 0 % M/W/DBE NON-M/W/DBE -2- Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications . The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule , conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant , Parker, Johnson , Collin , Dallas , Denton , Ellis , Kaufman and Rockwall counties . Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 151 tier, a payment by a subcontractor to its supplier is considered 2nd tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace , that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division . Disadvantaged Business Enterprise (DBE) is synonymous with 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. Rev . 5/30/03 - fO RTWORTH ~~ ATIACHMENT 1A Page 2 of 4 Primes a re requ ired to identi fy ALL subcont ractors/suppliers , rega rdl ess of status ; i .e ., Minority , Women and non -M/WBEs . Please list M/WBE firms fi rs t, use add iti onal sh eets if necessary. Certification N (check one ) 0 SUBCONTRACTOR/SUPPLIER n T Detail Detail Company Name i N T C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D w Telephone/Fax r B B R 0 B E E C T E A u~vv \ ~-h-~+('i,t.l...~"C Sewe.rC\~~ c..tct \~ B'";l-l.r-(Jpt,iz::l....lA-J ,/ £ CL-T~ l ~) , (0 (00 -OD ~ IA.( µ~VV\. T't \ ~~;,,3 ~ _qo10 \ \AS p lC "' Cy\_ ~11-'33;)~'14'Y4- Rev . 5/30/03 - f ORTWORTH ~·· AJG l , Z /19 ATTAC HMENT 1A Page 3 of 4 Prim es are requ ired to identify ALL subcontra cto rs/suppl iers , rega rd less of status ; i.e ., Minority , Women and non -M/WBEs . Please list M/WBE firms first , use addit ional sheets if necessary . Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER n T T Detail Detail Company Name N i C X M Subcontracting Work Supplies Purchased Dollar Amount Address 8 M w T D V\ Telephone/Fax r B B R 0 B E E C T E A Rev. 5/30/03 - - - - - FOR T WOR TH ~iJG / 1 Z/19 ATTACHMENT 1A Page 4 of 4 ~ Total Dollar Amount of M/WBE Subcontractors/Suppliers $ \~,Q()0.(00 Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ l y;<;: ,000. 0 0 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/addit ion or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted , it will affect the final compliance determination. By affixing a signature to this form, the Offerer further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors , including M/W/DBE(s) arrangements submitted with the bid. The Offerer also agrees to allow an audit and/or examination of any books , records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals , officers , employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract , by an authorized officer or employee of the City . Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal , State or Local laws concerning false statements . Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offerer and barred from participating in City work for a period of time not less than one (1) year. Autho.Ftzed Signature Printed Signature Tttle' Contact Name/Title (If different) 8:c.e e,· p e< t{ t a.~ L Z9 l nc '6l 1 · :3 31 -I l l ~ - Telephone and/or Fax Company Name Address bja.roe.s ovt.@ Cl .Le p~ee . c ~ E-m · Address fiJ r+ \N ov' r\t\ TY: 1 lo l 11 <f-;;)5 ,l) 1 City/State/Zip Date Rev. 5/30/03 - - - FORT.WORTH ·---.--. • a «-" 11,·7 ,zfj City of Fort Worth en Prime Contractor Waiver Form ATTACHMENT 18 Page 1 of 1 PRIME COMPANY NAME : Check applicable block to describe prime I M/W/DBE I I NON-M/W/DBE PROJECT NAME : J,u-p-fl it£U ,o (.O)J{) ITtoJ.J ~ss c>~»1e ...... rr P/!.o G /!-A-M BID DATE eo~nlL+cT '2. -LA-lGr G D1A .-IAE-fE~ {;Jr ;J trt+-t '/ ~twbR-Cit:/t-J.J1JJ&r 7-23-09 City's M/WBE Project Goal: I PROJECT NUMBER 2 3 % 1}£ '15 -Ef!07P/5 ~ S3'7 I W If both answers to this form are YES, do not complete ATIACHMENT 1C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided , if applicable . If the answer to either question is NO, then YOL! must complete ATIACHMENT 1C . This form is only applicable if .both answers are yes. Failure to complete this form in its entirety and be received by the Managing Department on or before 5:00 p.m.1 five (5) City business days after bid opening, exclusive of the bid opening date, will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project , this is your normal business practice and provide an inventory profile of your business . NO The bidder further agrees to provide , directly to the City upon request , complete and accurate information regarding actual work performed by all subcontractors , including 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 w ill 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 know i ng 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 fa ilure 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 Fa x Numbe r Address Ema il Address City/State/Zip Date Rev . 5/30/03 - t - ~UG ; I l 119 ATTACHMENT 1C Page 1 of 3 FORT WORTH a . ---. ~ PRIME COMPANY NAME : PROJECT NAME : :r >JTEJ? .. cEP-ro e.. City of Fort Worth Good Faith Effort Form Co.u O lTIO.U /rQ;-6,~~MtA>f P~o&e..;...AJ. CO-UTR--AC..T 2 -l,M.G.1-c D rlt..u &tf:"R.. SA-~1,A-£-Y ~eu>E~ CL.f.A.JJIJJl-, City's M/WBE Project Goal: I PROJECT NUMBER 23% I CAf>o1-2. n Check applicable block to describe prime I M/W/DBE I I NON -M/W/DBE BID DATE ?-23 -09 If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your DBE participation is less than the City's project goal, you must complete this fonn. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity} for the completion of this project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the 2nd tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev. 05/30/03 - - - - ATIACHMENT 1C • 2.) • Page 2 of 3 Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE subcontractors and/or suppliers from the City's M/WBE Office. __ Yes __ No Date of Listing __ ! __ ....,:/ 3.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? __ Yes (If yes, attach M/WBE mail listing to include name of firm and address and a dated copy of letter mailed .) __ No 4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? __ Yes (If yes, attach list to Include name of M/WBE firm, person contacted, phone number and date and time of contact) __ No NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and documentation faxed. NOTE: If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- thirds (2/3) of the list within such area of opportunity, but not less than ten to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the M/WBEs? __ Yes __ No 6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. (Please use additional sheets, if necessary, and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection Rev. 05/30/03 - - - - - : ADDITIONAL INFORMATION: ATIACHMENT 1C Page 3 of 3 Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1 C will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. Authorized Signature Printed Signature Title Contact Name and Title (if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev. 05130103 - • FORT WORTH • • CITY OF FORT WORm Joint Venture Eligibility Form All questions must be answered; use "NA" if applicable. Joint Venture Page 1 of 3 Name of City project: :i>JIC;llCGJ>TO~ Co.oo iTIO>,; A.sscs~M-E~T PaoG2.AM -Co..vre.A e,T 2 A joint venture form must be completed on~ project RFP/Bid/Purchasing Number: ------------- 1. Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Cellular: Facsimile: E-mail address: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the ·oint venture M/WBE firm Non-M/WBE name: firm name: Business Address : Business Address : City , State, Zip : City , State , Zip : Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: 2 S . f k rfi cope o wor pe orme db th J ' tV tu IY e OID en re: 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 describ ed in joint venture agreement) Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests: 6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include 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 offield operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the M/W BE 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 infonnation , then the participants must infonn 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 debannent in accord with the procedures outlined in the City's M/WBE Ordinance . Rev. 5/30/03 - - Joint Venture P 3 f 3 m n ~ age 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 th e joint venture the stated scope of work , decision -making responsibi lities and payments herei n . The C ity 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, reco rds 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 act ion under Federal , State and /or Local laws/ordinances concerning false __ statements or wi ll ful _misrepresentation of facts. __________________ ------·---------------------------------------------------------------------- Name ofM/WBE fi nn Name of non-M/WBE finn Printed Name of Owner Printed Name of Owner S ig nature o f Owner Si g nature of O wn er Printed Na me of Own er Printed Name of Owner S ig nature of Owner Si gnature of Owner T itl e Title Date Date Nota rization State of ___________________ County of _______________ _ On this ______________ day of ________ , 20 __ , before me appeared and ------------------------------------------ to me pers onally known and who, being duly sworn , did execute the foregoing affidavit and did state that they were properly authorized to execute this affi davit and did so as their free act and deed . Notary Pu b lic --c--,--c-,------------------------ Print Name Notary Public--,-,------------------------ S ignature Commission Expires------------------------(seal) Rev. 5/3 0/03 PARTB PROPOSAL ' . PROPOSAL (This proposal must not be removed from this book of Contract Documents.) TO: City of Fort Worth Purchasing Di v ision 1000 Throckmorton St Fort Worth, TX 76102-6311 PROPOSAL FOR: The furnishing of all materials , equipment and la bor for the cleaning of larg e diameter sanitary sewer lines throughout the City of Fort Worth , and to prov ide a complete and serviceable project designated as: INTERCEPTOR CONDITION ASSESSMENT PROGRAM CONTRACT 2 -LARGE DIAMETER SANITARY SEWER CLEANING Project No.: ICAP09-2 WATER DEPT. NO.: PE45-0707015-539120 Pursuant to the foregoing "Notice to Bidders," the undersigned Bidder, hav ing thoroughl y examined the Contract Documents, including maps , special contract documents , and the General Contract Documents and General Specifications for Water Department Projects , the various sites of the project and understanding the amount of work to be done , and the prevailing conditions , hereby proposes to do all the work, furnish all labor, equipment and material except as specified to be furnished by the City, which is necessary to fully complete the work as provided in the Plans and Contract Documents and subject to the inspection and approval of the Director of the Water Department, City of Fort Worth , Texas ; and binds himself upon acceptance of this Proposal to ex ecute a contract and furnish an appro v ed Performance Bond, Payment Bond, and such other bonds , if any, as may be required by the Contract Documents for the performing and completing of the said work. Contractor propo ses to do the work within the time stated and for the following sums: Fo rt Wo rth W ater De partnent Part B -Pro p osal Page I of 10 7/2 1/2009 PAY ITEM 1. 2. 3 . 4. 5. APPROXIMATE "'QUANTITY lOEA 3 EA 3,150 LF 14,200 LF 4 ,000 LF Fo rt Worth Water De partnent DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS Job Move-In Ze c(1 Dollars & 2<ecu Cents per EA Emergency Job Move-In 7 < -e (0 Dollars & 2 «£CC) Cents per EA Sewer Line Cleaning 15-Inch to 18-Inch Diameter _=c_._____.W~~O ____ Dollars & $ $ $ UNIT PRICE -& __:&- -e- $ $ $ AMOUNT BID ·ff -e- -e- _2_-e~c_c.) ______ CentsperLF $ .2 .co $ lo ,60Q .OU Sewer Line Cleaning 20-Inch to 24-Inch Diameter __,\_W __ O _____ Dollars & __.f_:_f ~+;j~---Cents per LF $ ;)_ . s-0 $ 3 ~, ~ · c{) Sewer Line Cleaning 27-Inch Diameter c \ V\ ~t_..e__ Dollars & --------- __ 2~-e-""'-'<'--"'U"------Cents per LF $ 3 .oo $ l~, ooo . oO Part B -Propos al Page 2 of 10 7/2 1/2009 PAY APPROXIMATE DESCRIPTION O F ITEMS WITH UNIT AMOUNT ITEM ·QUANTITY BID PRICES WRITTEN IN W ORDS PRICE BID 6. 5,000 LF Sewer Line Cleaning 30 -Inch Diameter .r=:ou r Dollars & 7<'.--€ rO Cents per LF $ Lf .Q() $ ;;;..o I ooo ·® 7 . 3 ,200 LF Sewer Line Cleaning 33-Inch Diameter f-:1VL Dollars & 7. ::€ <0 Cents per LF $ s-.ao $ l to , 0(90 · dJ 8. 4,800 LF Sewer Line Cleaning 36-Inch D iameter \=-1V{_ Dollars & 2en) Cents per LF $ s::.oo $ d4 ,0~0 -00 9. 2,700 LF Sewer Line Cleaning 3 9-Inch Diameter £: ~k+-Dollars & -z.-e,o Cents per LF $ y;; .QQ $ 62 1 , w o o .m 10 . 3 ,100 LF Sewer Line Cleaning 42-Inch Diameter E: ~k-+ Dollars & -z..,-e rO Cents per LF $ %.oo $ ;)~ I 000 JD 11. 5 ,000 LF Sewer Line Cleaning 48-Inch D iameter {::_ ·. ~ V\_ ~ Dollars & -z_ ..e -ru Cents per LF $ ~. Ob $ ~ t) , 0(9() . o U Fort Wo rth Water Departne nt Part B -Propos al Page 3 of 10 7/2 1/2009 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT PRICE AMOUNT BID ITEM •QUANTITY BID PRICES WRITTEN IN WORDS 12. 4 ,000 LF 13. 1,200 LF 14 . 1,200 LF 15. 1,400 LF 16. 700 LF Fort Worth Water Departnent Sewer Line Cleaning 54-Inch Diameter ~E:~~L~ev~e.-~V" ___ Dollars & _--z__-=----e~c.......,.(.)__,____ Cents per LF $ l \ · C0 $ 4 \4 1 t) 0 0 _O'.) Sewer Line Cleaning 60-Inch Diameter -:T1~__.\~A.J~.e_\_v_L ___ Dollars & _7~< -P-"---'-<"-=0'------Cents per LF $ l~ . 0 0 $ I L( , '-l O O .(J) Sewer Line Cleaning 66-Inch Diameter f=+--(_+_{e~e~A~--Dollars & _2~-f>....>,........=<.......,.O""'-----Cents per LF $ l~ .0() $ l ~ 1 0(:)0 · cf) Sewer Line Cleaning 72-Inch Diameter ~\ ~W~t~k-~----Dollars & _-t-'--w..c......=...t ...... ) ____ Cents per LF $ d ~ . Q) $ 3 0 I 6 (Jc0. oo Sewer Line Cleaning 84-Inch Diameter __._\ _\A_-'---"-;~C-±j-'----1,-----Dollars & _Z......._--f_,__.._( ..... O=r-----Cents per LF Part B -Proposal Page4 of 10 7/2 1/2 009 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM ·QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 17. 400 LF Sewer Line Cleaning 90-Inch Diameter '""-' v +2:) '4:~re_-e Dollars & $ l°?:>.J()Q.c0 zeco Cents per LF $63 .00 18. 400LF Sewer Line Cleaning 96-Inch Diameter For~ Dollars & 2-e<u Cents per LF $ 40.(X) $ ) ~ ,ooo.cO 19. 300 LF Siphon Cleaning 15-Inch to 18-Inch Diameter 1::-~ 5 kk-e_ V\. Dollars & ) ~. Cb $ CS , 4 (00 .cO 2..e {() Cents per LF $ 20. 300 LF Siphon Cleaning 20-Inch to 24-Inch Diameter E.-; §\A.4-efV\ Dollars & $ ) ~ .OD OU -z_-e '(0 Cents per LF $ ~l "-l O 0 21. 1,000 LF Siphon Cleaning 27-Inch to 30-Inch Diameter / ·E-:~vl-k~~ Dollars & 2-erO Cents per LF $ ) i .00 $ I '6. oao .co 22. 2,000 LF Siphon Cleaning 33-Inch to 42-Inch Diameter E ~~\t\-1-ef'"' Dollars & -Z.-f oO Cents per LF $ 1~.00 $ 3 lo, oo 0 .00 Fort Worth Water Departnent Part B -Proposal Page 5 of JO 7/21/2009 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH ITEM 'QUANTITY BID PRICES WRITTEN IN WORDS 23. 500 LF Siphon Cleaning 45-Inch to 48-Inch Diameter ~O(~ Dollars & 2-ec<) Cents per LF 24 . 300 LF Siphon Cleaning 54-Inch to 60-Inch Diameter YO(~ Dollars & -2-J? ro Cents per LF 25. 3 ,450 LF Sew er Line or Siphon Inspection b y Sonar 15-Inch to 18-Inch Diameter I WO Dollars & -P-; +-±;) Cents per LF 26. 14 ,500 LF Sewer Line or Siphon Inspection b y Sonar 20-Inch to 24-Inch Diameter -w o l Doll ars & f :+:3 Cents per LF 27 . 10,000 LF Sewer Line or Siphon Inspection by Sonar 27-Inch to 30-Inch Diameter lwo Dollars & +: +-±j Cents per LF Fo rt Worth Water Departnent Part B - Pro posal Page 6 of JO $ UNIT PRICE YO .er; $40.U) $ ~.s=a $ .:;. ru $ o2 .\ 0 AMOUNT BID $9<0, o<OO .CD $ I-:), 0<00 . <1) $ ~, lt,.)-_s-.oO $ 3/.tJ,J-~.co $ ~( 000 .00 7/2 1/2009 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM •QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 28. 15,800 LF Sewer Line or Siphon Inspection by Sonar 33-Inch to 42-Inch Diameter -rwo Dollars & :P ~~ Cents per LF $ d--~ $ i/1, soo .@ 29. 5,500 LF Sewer Line or Siphon Inspection by Sonar 45-Inch to 48-Inch Diameter -} LA.JD Dollars & -9 :~ Cents per LF $/).YD $ L?2,,ro.CXJ 30. 5,500 LF Sewer Line or Siphon Inspection by Sonar 54-Inch to 60-Inch Diameter ~ou.r Dollars & -z__-ero Cents per LF $ Lt .Ot) $ :;id ooo .CV I 31. 2,600 LF Sewer Line Inspection by Sonar 66-Inch to 72-Inch Diameter pou...r Dollars & -z_.-e,O Cents per LF $ ~.00 $ 1 o, w O O < ou 32. 1,500 LF Sewer Line Inspection by Sonar 84-Inch to 96-Inch Diameter f= ou.r Dollars & 7..:-e ,u Cents per LF $ 4.00 $ lo I ooo . a O Fort Worth Water Departnent Part B -Proposal Page 7 of 10 7/21 /2009 PAY APPROXIMATE ITEM •QUANTITY TOTAL BID AMOUNT DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS UNIT PRICE 11s-g:2-~.oo In fi g ures $ V ; . $ tx.. Y\ IA-II\. ll r-c__ cL +-' +-1---u,i--._y-,IA ti \A.J ~ ..._tf_ AMOUNT BID In words Y\.1N-V\W"l£(kd. iw tt ~ h'vC-Dollars and --ZerO Cents NOTE:Bid quantities of various items in the proposal are for bid comparison onl y and may not reflect the actual quantities (see Part C , General Conditions, Section C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL, paragraph C2-2.2 INTERPRETATION OF QUANTITIES and Section C4-4 SCOPE OF WORK, paragraph C4-4.3 INCREASED OR DECREASED QUANTITIES). Moreo ver, there is to be no limit on the variations between the estimated quantities shown and actual quantities performed or used. Fort Worth Wate r De partne nt Part B -Pro posal Page 8 of 10 7/2 1/2009 PART B-PROPOSAL (cont.) Within ten (10) days after acceptance of this Proposal , the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of 5% of the Total Amount Bid is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time frame set forth, as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certifies that he has been furnished at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractor or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. (Complete A or B below, as applicable:) / ___ A. The principal place of business of our company is in the State of /Jti~' Nonresident bidders of 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. Nonresident bidders of the State of [WSS O()(j , our principal place of business, are not required to underbid resident bidders. ___ B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. The Bidder agrees to begin the work within ten (10) calendar days after issue of the work order, and to substantially complete the contract within 365 calendar days after beginning the work as set forth in the written work order to be furnished by the Owner. I (we) acknowledge receipt of the following addenda to the plans and specifications , all of the provisions and requirements of which have been taken into consideration on preparation of the foregoing bid: Addendum No. 1 (Initials) ___ _ Addendum No. 3 (Initials) ___ _ Addendum No. 2 (Initials) ___ _ Addendum No. 4 (Initials) ___ _ Fort Worth Water Departnent Part B -Proposal Page 9 of 10 7/2 1/2009 Respectfully Submitted /}e£ 7.t-c t/£AtJ,~ ~ By~ ~ J;i,.icr.,.J Title: 'g '£5 ll)AHIL f/1,Mff'f(_ Address: /st>'l S y /vA.IIA /tx;,J- 'fr&/ /J~1 /tt . ~IP Telephone : .J/J-312 .. //IS Fo rt Wo rth Water Departn ent Part B -Pro posal Page IOof l O 7/21/2009 PARTC GENERAL CONDITIONS PART Cl SUPPLEMENTARY CONDITIONS Cl-1 Cl -1.1 Cl-1.2 Cl-1.3 Cl -1. 4 Cl-1.5 Cl-1.6 Cl-1.7 Cl-1.8 Cl-1.9 Cl-1.10 Cl-1 .11 Cl-1.12 Cl-1.13 Cl-1 .14 Cl -1.15 Cl-1.16 Cl-1.17 Cl-1.18 Cl-1.19 Cl-1 .20 Cl-1 .2 1 Cl-1.22 Cl-1.23 Cl-1.24 Cl-1.2 5 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 .1 C2 -2 .2 C2-2.3 C2-2.4 C2-2 .5 C2-2.6 C2-2 .7 C2 -2 .8 C2-2 .9 C2-2 .1 0 C2-2 .ll PART C -GENERAL CONDITIONS TAB LE OF CONTENTS NOVEMB ER 1, 1987 TABLE OF CONTENTS DEFIN I TIONS Definition of Terms Contract Documents Not i ce to Bidders Proposal Bidder General Conditions Special Conditions Specifications Bond Contract Plans City City Council Mayor City Manager City Attorney Director of Public Works Director, Ci t y Water Department Engineer Con t ractor Sureties The Work or Project Working Day Calendar Day Legal Holiday Abbreviations Change Order Paved Streets and Alleys Unpaved Streets and Alleys City Streets Roadway Gravel Street INTERPRETATION AND PREPARATION OF PROPOSAL Pro posal Form Interp r etat ion o f Quantities Ex a mina t ion of Contra c t Doc u me nts and Site Submitting of Propo sal Rejection of Proposals Bid Security Delive ry o f Prop osa l Wit hd rawing Pro p o sa l s Tel egra ph ic Modi f ic at ion of Proposals Public Opening o f P r o p osals Irregular Proposals C 1-1 (I ) Cl-1 (1) Cl -1 (1 ) Cl -1 (2) Cl-1(2} Cl -1 (2) Cl-1(2 ) Cl-1 (2) Cl-1 (2) Cl-1(3) Cl -1(3) Cl -1(3) Cl-1(3) Cl -1 (3) Cl-1 (3 ) Cl-1 (4) Cl -1(4) Cl-1 (4) Cl-1 (4) Cl-1(4) Cl-1(4) Cl -1 (4) Cl -1(4) Cl-1(5) Cl-1(5) Cl-1(5) Cl -1 (5) Cl-1(6) Cl -1(6) Cl-1(7 ) Cl-1(7 ) Cl-1 (7 ) Cl -1 (7 ) C2 -2 (1 ) C2-2 (2) C2 -2 ( 2) C2-2 (3) C2 -2 ( 3) C2 -2 ( 3) C2-2(4) C2-2 (4) C2-2(4 ) C2 -2(4) C2-2 (5) C2-2.12 C3-3 C3-3.1 C3-3.2 C3-3.3 C3-3.4 C3-3.5 C3-3.6 C3-3.7 C3-3.8 C3-3.9 C3-3.10 ~ C3-3 .ll C3-3.12 , . ~ C3-3.13 C3-3 .14 C3-3.15 C4 -4 C4-4.1 C4-4.2 C4-4.3 C4-4.4 C4-4.5 C4-4.6 C4-4.7 ' l " , CS -5 CS-5.1 CS-5.2 CS-5 .3 CS-5.4 -CS-5.5 CS-5.6 CS-5 .7 CS-5 .8 CS-5.9 ';, ~ CS-5.10 CS-5.11 CS-5.12 CS-5.13 C S -5.14 CS -5.15 CS-5.16 CS-5.17 CS-5 .18 C6 -6 . ~. " f - Disqualification of Bidders AWA RD OF EXE CUTION OF DO CUMENTS Consideration of Proposals Minority Business Enterprise/ Women-Owned 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 Payroll Contractor's Contract Administration Venue S COPE OF WORK Intent of Contract Documents Special Provisions Increased or Decreased Quantities Alteration of Contract Documents Extra Work Schedule of Operations ' { Progress Schedules for Water and Sewer Plant Facilities CONTRO L OF WORK AND MATE RIALS 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 Inspectors Inspection Removal of Defective and Unauthorized Work Substitute Materials or Equipment Samples and Tests of Materials Storage of Materials Existing St r u c t u res a n d Utilities Interruption o f Serv i c e Mutual Responsibility of Co ntrac t o rs Cleanup Final Inspection LEG AL RELATIONS AND PUBL I C RESPONSIBILITY Cl-I ( I ) \- C2 -2 ( 5) C3 -3 ( 1) C3-3 (1) C3 -3 ( 1) C3 -3 ( 2) C3 -3 ( 2) C3-3(2) C3 -3 ( 2) C3-3 (4) C3-3 (4) C3-3 ( 4) C3 -3 (4) C3-3 (7) C3 -3 ( 7) C3 -3 ( 7) C3 -3 ( 8) C4-4(1) C4-4(1) C4-4(1) C4-4(2) C4-4(2) C4-4(4) C4-4(4) CS-5(1) CS-5(1) CS-5(2) C5-5 (2) CS-5(3) CS-5(3) CS-5(3) CS-5(4) CS-5(5) f, CS-5 (5) CS-5(6) CS -5 (6) CS-5 (7) CS-5(7) CS-5 (8 ) CS-5 (9 ) CS -5 (9 ) CS -5 (9 ) ... ,. .. C6-6.1 C6-6.2 C6-6.3 C6-6.4 C6-6.5 C6-6.6 C6-6.7 C6-6.8 C6-6.9 C6-6.10 C6-6.ll C6 -6 .12 C6 -6.13 C6-6 .14 C6-6.15 C6-6.16 C6-6.17 C6-6.18 C6-6 .19 C6-6.20 C6-6.21 C7-7 C7 -7.1 C7-7.2 C7-7 .3 C7-7 .4 ,.. . C7-7.5 C7-7.6 C7-7.7 C7-7.8 C7 -7.9 C7-7.10 C7 -7.11 C7-7 .12 C7-7 .13 C7-7 .14 C7-7 .15 C7-7 .16 C7-7 .1 7 CS-8 CS-8 .1 CS-8.2 ·CS -8.3 CS-8.4 C S -8 .5 Laws to be Observed Permits and Licenses Patented Devices, Materials and Processes Sanitary Provisions Public Safety and Convenience Privileges of Contractor in Streets, Alleys, and Rights-of-Way Railway Crossings Barricades, Warnings and Watchmen Use of Explosives, Drop Weight, etc. Work Within Easements Independent Contractor Contractor's Responsibility for Damage Claims Contractor's Claim for Damages Adjustment or Relocation of Public Utilities, etc. Temporary Sewer Drain Connections Arrangement and Charges of Water Furnished by City Use of a Section or Portion of the Work Contractor's Responsibility for Work No Waiver of Legal Rights Personal Liability of Public Officials State Sales Tax PROSECUTION AND PROG RES S Subletting Assignment of Contract Prosecution of the Work Limitations of Operati~ns Character of Workmen and Equipment Work Schedule Time of Commencement and Completion Extension of Time of Completion Delays Time of Completion Suspension by Court Order Temporary Suspension Termination of Contract Due to National Emergency Suspension or Abandonment of the Work and Annulment of Contract Ful fi llment of Con tract Termina t ion for Co nvenience of the Owner Safety Methods and Practices ME AS UR EME NT AND PAYMENT Measurement of Quantities Uni t Prices Lump Sum Scope of Payment Partial Estimates and Reta i nage Cl-I (I ) C6 -6 ( 1) C6-6 ( 1) C6 -6 ( 1) C6 -6(2) C6-6(2) C6-6(3) C6-6 (4) C6 -6 ( 4) C6-6(6) C6-6(6) C6 -6 ( 8 ) C6 -6 ( 9) C6-6(9) C6-6(10) C6-6(10) C6-6 (10) C6-6(11) C6-6(11) C6-6(11) C6-6(12) C6-6(12) C7-7 ( 1) C7-7 (1) C7-7 (1) C7-7(2) C7-7 (2) C7-7(3) C7-7(4) C7-7(4) C7-7(5) C7-7(5) C7-7(6) C7-7 (6) C7-7(7) C7 -7 (8) C7 -7 (10) C7 -7 (10) C7 -7 (13 ) CS-8 (1) CS -8 (1 ) CS -8(1) CS-8 (1 ) CS-8 (2) I , • C8-8.6 C8-8.7 C8-8.8 C8-8.9 C8-8.10 C8 -8.ll C8 -8.12 CB-8.13 l • ,! Withholding Pc;3.yment ·, Final Acceptance Final Payment Adequacy of Design General Guaranty Subsidiary Work Miscellaneous Placement of Material Record Documents '1' -. ' Cl-1 DEFINTIONS C8-8(3) C8-8(3) C8-8(3) C8-8 (4) CB-8(5) C8-8(5} C8-8(5} C8-8(5) 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 shal·l be understood and interpreted as follows: Cl-1.2 CONTRACT DOCUMENTS: The Contract Documents are all of drawn documents, such as specifications, bonds, etc., which govern the terms and performance o f These are qontained in the General Contract the written and addenda, plans, the contract. Documents and the Special Contrac t Documents. a . ' . ~ GENERAL CONTRACT DOCUMENTS : Docume nts g overn all Water include the following items: The General Contract Department Projects and PART A NOTICE TO BIDDERS (sample) PART B PROPOSAL (sample) PART C -GENERAL CONDITIONS (C ITY) C l-1 ( I ) ' '' " White White Canary Yellow - (Developer) Brown PART D -SPECIAL CONDITIONS PART E -SPECIFICATIONS PERMITS/EASEMENTS PART F -BONDS PART G -CONTRACT (Sample) (Sample) Green El-White E2-Goldenrod E2A-White Blue White White b. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A -NOTICE TO BIDDERS (Advertisement) Same as above PART B -PROPOSAL (Bid) PART C -GENERAL CONDITIONS PART D -SPECIAL CONDITIONS PART E SPECIFICATIONS PERMITS/EASEMENTS PART F -BONDS C 1-1 (I) .. PART G -CONTRACT PART H -PLANS (Usually bound separately) Cl-1.3 NOTICE TO BIDDERS: All of the legal publications either actually pub _lished in public advertising mediums or furnished directly to interested parties pertaining to the work contemplated under the Contract Documents constitutes the Notice to Bidders. Cl-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, company , association, corporation, duly authorized representative, performing the work contemplated constitutes a bidder. persons, firm, partnership, acting directly or through a submitting a proposal for under the Contract Documents, 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 . Wherever there may be a conflict between the General Conditions and Special Conditions , the latter shall take precedence and shall govern. 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 Do c uments they provide the information whi ch the Con tract o r and Owner should have in order to gain a thorough knowledge of the project . Cl-1. 8 SPECIFICATIONS : The Specifications are that section or part of the Cont ra ct Documents whi ch sets forth in detail the require'ments which must be met by all materials, construction, workmanship, equipment and service s in order to r e nder a completed and useful project. Whenever reference i s made to C l-I (2) - .,. ' - - standard specifications , regulations, requirements, statutes, etc., such referred to documents shall become a part of the Contract Documents just as thought they were embodied therein. C 1-1 . 9 BOND : The security furnished performance of the bond or bonds are the writ ten guarantee or by the Contractor for the prompt and faithful contract and include the following: a. b . C. d. Performance Bond (see paragraph C3-3.7) Payment Bond (see paragraph C3-3.7) Maintenance Bond (see paragraph C3-3.7) Proposal or Bid Security ( see Special Instructions to Bidders , Part a and C2-2.6) Cl-1. 10 CONTRACT: The Contract is the 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 supp l emental 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 other parts of the Contract Documents , but they are a 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 Contracts involving the City of Fort Worth is by Charter vested in the City Manager. The terms City and Owner are synonymous. Cl-1. 13 CITY COUNCIL : The duly elected and qualified governing body of the City o f 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. Cl-I (3) .. - ,- . ~ . ' C :...:• ~,,, '":ir.? :: ~: " . Cl-1 .15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth , Texas, or his duly authorized representative . Cl-1 .16 CITY ATTORNEY: of the City of Fort representative. The officially appointed City Attorney Worth, Texas, or his duly authorized Cl-1.1 7 DIRECTOR OF PUBLIC WORKS : The duly appointed official of the City of Fort Worth, referred to in the Charter as the . ~ City Engineer, or his duly authorized representative . . . , Cl-1.18 DIRECTOR, CITY WATER DEPARTMENT: The Director of the City Water Department of the City Texas, or his duly authorized representative , agents. duly appointed of Fort Worth, assistant , or Cl -1 . 19 ENGINEER: The Director of Public Works, the Director their duly -----------of the Fort Worth City Water Department, or authorized assistants, superinten dents, a cting duties entrusted ta them. agents, within engineers, the scope of inspectors, or the particular ,. . Cl-1.20 CONTRACTOR: The person, persons , partnership , company, firm, association, or corporation, entering into a contract with the Owner for the execution of the work, acting directly or through a duly authorized representative. A sub-contractor is a person, firm corporation, or others under contract with the principal contractor, supplying labor and materials or only labor, f o r work at the site of the project . .. Cl-1 .2 1 SURETIES: The Corporate bodies which are bound by such bonds 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 comp leted work contemplated in and covered by the Contract Documents, including but not l imited to the furnishing of all labor , materials, tools, equipment, and incidentals necessary to produce a completed and serviceable project. ,,; Cl-I (4) j. ;I ,._ ........ - - - - Cl-1.23 WORKING DAY: A working day is defined as a calendar day, not including Saturdays, Sundays, and legal holidays , in which the 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 : O O p. m . , with except ions 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 prescribed by the City Council of the City of observance by City employees as follows: be observed as Fort Worth for 1. New Year 's Day January 1 2. M.L. King, Jr. Birthday Third Monday in January 3 . Memorial Day Last Monday in May 4 . Indep e ndence Day July 4 5 . Labor Day First Monday in September 6. Thanksgiving Day Fourth Thursday in November 7 . Thanksgiving Friday Fourth Friday in November 8. Christmas Day December 25 9 . Such other days in lieu of ho l idays as the City Council may determine . When one of the above named holidays or a special holiday declared by the City Council , falls on 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 holiday as the holiday . Cl-1.26 ABBREVIATIONS: Wherever the abbreviations defined herein appear in Contract Documents, the intent and meaning shall be as ~ollows : AASHTO -American Association of State Highway Transportation Official s ASCE - LA W - AS A - HI - American Society of Civil Engineers In Accordance With A WW A -American Water Wo rks Association American Standa rd s Ass o ciati o n Hydraulic Institute C l-I (5) Asph. -Asphalt Ave . -Avenue . .. Blvd. Boulevard CI -Cast Iron CL-Center Line GI -Galvanized Iron Lin. Linear or Lineal lb. -Pound MH -Manhole Max . -Maximum ' MOD -Million Gallons per Day CFS -Cubic Foot per Second Min. -' Minimum t: Mono. Monolithic . f % -Percent um l • R -Radius I.D. Inside Diameter O.D. Outside Diameter Elev . Elevation F -Fahrenheit C -Centigrade In. Inch \, Ft. -Foot ~ St. Street ~ CY -Cubic Yard ' ' Yd. -Yard < SY -Square Yard L.F. Linear Foot D. I. 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 or iginal proposal. All "Change Orders" shall be prepared by the City from informati o n 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: ; -" ' ' C l-I (6) 'i -. < - - - - - - - - - ·"' 1. Any type of asphaltic separate base material. concrete with or without 2. Any type of asphalt surface an oiled surface, with or material. treatment, without. not including separate base 3. Brick, with or without separate base material. 4. Concrete, with or without separate base material. 5. Any combination of the above. Cl-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those defined above for "Paved Streets and Alleys." Cl-1.30 CITY STREETS: A city street is defined as that area between the right-of-way lines as the street is dedicated. Cl-1.31 ROADWAY: The roadway is defined as the area between parallel lines two (2') feet 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 any unpaved 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. C 1-1 (7) ., 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 forms 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 Pro posal 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 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. 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. Such experience must have been on projects completed not more than five (5) years prior to the date on which bids are to be received. The Director o f the Water Department shall be sole judge as to the acceptabi lity of experience for qualification to bid on any Fo rt Wo rth Water Department project . The pro spective bidder shall schedu le the equipment he has available for the project and state that he will rent such additional equipment as may be required to comp l ete the project o n which he submits a bid. C2-2 ( I ) ., - - - - - .. 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 increa~ed or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. 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. Prior to the filing of proposal, bidders are required to read and become familiar with the Contract Documents, to visit the site of the project and examine carefully all local ~onditions, 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 the 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 Ow ner . Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data whi ch are n e cessary for full and complete information upon which the proposal is to be based . It is mutually agreed that the submission of a proposal in pr i ma-facie evidence that the bidder has made the investigations, examinations -and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and a s indicated in the Contrac t Documents will not be all o wed. C2 -2 (2) ... The logs of Soil Borings, if any, showing on the plans are for general information only and may not be correct. Neither the Owner nor the Engineer guarantees that the data shown is representative of conditions which actually exist. C2 -2 . 4 . SUBMITTING OF PROPOSAL: The bidder shal 1 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 the work contemplated or furnish the materials required. All such prices shall be written legibly. In case of discrepancy between the 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 his (her) duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given, and the proposal must be signed by a member of the firm association, or partnership, or by a person duly authorized. If a proposal is submitted by a company or corporation, the company or corporate 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. C2-2.5 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, incomplete bids, erasures, or irregularities of any kind, or contain unbalanced values of any i terns. Proposals tendered or delivered after the official time designated for receipt of proposals 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 in 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 C2 -2 (J) ...... - - - - , - - .. three lowest bidders will be retained until awarded or other disposition is made thereof. of all other bidders may be returned promptly of bids . the contract is The bid security after the canvass C2-2. 7 DELIVERY OF PROPOSALS: 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 marked with the word "PROPOSAL" and the name of 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 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 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 o pening time, no further consideration will be given to the proposal. C2-2 .1 0 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly filed and for which no "N on-consideration Request" has been received will be publicly opened and read aloud by the City Manager or his authorized representative at the time and place indicated in the "Notice to Bidders." All proposals which have been opened and read will remain on file with the owner until C2 -2(4) ' . the contract has been awarded. representatives are invited to be bids. Bidders present or for their the authorized opening of C2-2.ll IRREGULAR PROPOSALS: Proposals shall be considered as being "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 and 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 cannot 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. c. d. e. f. g. h. Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated. 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. The bidder being in arrears on any existing contract or having defaulted on a previous contract. The bidder having performed a prior contract in an unsatisfactory manner. Lack of competency as revealed by the financial statement, experience record, equipment schedule, and such inquiries as the Owner may see fit to make. Uncompleted work which, in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. 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. C2-2 (5) 3 . An equipment schedule showing the equipment the bidder has available for use o n the project. The Bid Proposal of a Engineer, is disqualified shall be set aside and not ,, .. . · ., bidder who, in the judgment under the requirements stated opened. '. r , . C2-2 (6) of the herein, '' ... ;'"-Cl • ·' & '. . ' ·.' PART C-GENERAL CONDITIONS C3-3 AWARD AND EXECUTION OF DOCUMENTS ,, SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS C3 -3. 1 CONSIDERATION OF PROPOSALS: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of brining items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award 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) an/or a Woman-Owned Business Enterprise (WBE) on the contract and the payment therefore. Contractor further agrees, upon request by Owner, to allow an audit and/or an examination of any books, records, or files in the possession of Contractor that will substantiate the actual work performed by the MBE 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 misrepresentati o n may be grounds f o r disqualificati o n o f Co ntra cto r at Owner's discreti o n f or bidding o n future contra c ts with the Owner f o r a per iod o f time o f n o t less than six (6) mo nths. C3-3.3 EQUAL EMPLOYMENT PROVISI ONS: The Co ntract o r shall c o mply with curr ent City Ordinance prohibiting discrimination in empl oyme nt practi c es. The Co ntra c t o r shal l post the required C3-3 (1) ...... - - - • notice to that effect on the project site, and at his request, will be provided assistance by the City o f Fort Worth's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appro priate 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 c annot be withdrawn by the Bidder within forty- five (45) days after the date -on which the proposals were opened. C3 -3. 5 AWARD OF CONTRACT: The Owner reserves the right to withhold final action on the proposals for a reasonable time, not to exceed forty-five (45) days after the date of opening proposals, and in no event will an award be made until after investigations have been made as to the responsibility of the proposed awardee. The award of the contract, if an award is made, will be to the lowest and best responsible bidder. The award of the contract shall not become effective until the Owner has notified the Contractor in writing of such award. C3-3.6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals have been determined for comparison of bids, the Owner may, at its discretion, return the proposal security which accompanied the proposals which, in its judgment, would not be considered for the award. All other proposal securities, usually those of the three lowest bidders, will be retained by the owner until the required contract has been executed and bond furnished or the Owner has otherwise disposed of the bids, after which they will be returned by the City Secretary. C3 -3. 7 BONDS: With the execution and deli very of the Contract Documents, the Contractor shall furnish to, and file with the Owner in the am o unts herein required, the following b o nds: a . PERFORMANCE BOND: A g o od and suff i cient p erf ormanc e b ond in a n amoun t no t le s s than 100 percent o f the amount o f the contract , as eviden ced b y the p r o p o s al and t abulation o r o t h erw ise , guaranteeing the f ul l and f a ithfu l execution o f t h e work and per f ormanc e o f the contrac t, a nd f o r t h e pro t ection o f t he Own er a nd a l l o the r pe r s on s aga inst d a ma ge by r eas o n o f n eglige nce o f t h e Cont rac t or , o r i mp rop er execu t i on o f t h e wo r k C3-3 (2) - b. or the 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. c. 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 CB-8.10. d. PAYMENT BOND: A good and sufficient payment bond, in an amount 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 Statutes of Texas, 1925, as amended by House Bill 344 Acts 56 t h Legislature , Regular Session, 1959, effective April 27 , 1959, and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being constructed under these specifications. Payment Bond shall remain in force until all payments as above stipulated are made. e. OTHER BONDS : Such other bonds as may b~ 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 d o ing business in the City of Fort ~ Worth, Texas, and which is acceptable t o the owner . In order to be ac c eptable, the name of the surety shall be inc luded o n the c urrent U .S . Tr e asu r y list o f a c cept a bl e sureties, and the a mo unt o f b o nd written by any o ne acce ptable company s h all not e x ce ed t he amount shown on the Treasury Lis t for that company. Each b o nd shall be pro perly executed by both the Contractor and the Surety Company . U -3 \3) - - - ,. '\ - - . - .. Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be given the Co ntractor 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 o perative 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 by 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 . 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 Award. By reason of the uncertainty of the market prices of material and labor, and it being impracticable and difficult to accurately determine the amount of damages occurring to the Owner by reason of said awardee's failure to execute said bonds and contract within ten (10) days, the proposal security accompanying the proposal shall be the agreed amount of damages which Owner will suffer by reason of such failure on the part of the Awardee arid shall thereupon immediately be forfeited to the Owner. The filing of a proposal will be considered as an acceptance of this provision by the Bidder. C3-3.10 BEGINNING WORK : The Contractor shall not commence work until authorized in writing to do s o by the Owner . Should the Contractor fail to commence work at the site of the project within the time stipulated in the written autho rizati o n u sually t ermed the "Work Order" or "Proceed Order", i t is agreed that t he surety Co mpany will, wi th i n t en 91 0) d ays aft er the commenceme n t d ate s et f o r t h in such wr i t t en authori za t i on , comm e nce the p h y s ical execution o f the contrac t . CJ-3 .1 1 IN S URANC E: thi s contract unt il under t he Co nt rac t approved by the Th e Co nt rac t o r shall not commence work under h e ha s o b tained a l l t h e i ns urance required Do c um e nt s, and s uc h i n sura n ce ha s be e n Owne r. The p r ime Co n t ra c t or shall be C3 -3 ( 4) responsible for delivering to the Owner the sub-contractor's certifica·te o f ins_urance for approval. The prime contractor shall indicate of 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 fi insurance coverage required herein shall include the coverage of all sub-contractors. a . b. c. ;; COMPENSATION INSURANCE: The Contractor shall maintain, during the life of this con tract, Workers' 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 Workers' compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of his employees not so protected . COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor shall procure and shall maintain during the life of this contract Contractor's Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in an 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. ADDITI ONAL LIABILITY: The Contractor shall furnish insurance as separate policies or by additional endorsement to one of the above-mentioned policies, and in the amoun_t as set forth for public liability and property damage, the following insurance: 1. 2 . 3 . 4. 5. 6 . Contingent Liability (covers General Contractor's Liability for acts of sub-contractors). Blasting, pri or to any blasting being done. Collapse o f buildings or structu res adjacent to excavation (if excavations are to be pe rf ormed adja c ent to same). Damage to underground utilities for $5 00 ,000 . Builder's risk (where above-ground structures are involved). Contractual Liabili ty (covers a ll indemnification requirements o f Co nt ract). c.,-J (5) • -d. -e . - -. f. - g. - - AUTOMOBILE INSURANCE BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain, during the life of this Con t ract, 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 1 imi t 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. 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 be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the Contract. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with satisfactory proof of coverage by insurance required in these Contract Documents in amounts and by carriers satisfactory to the Owner . (Sample attached.} All insurance requirements made upon the Contractor shall apply to the sub-contractor, should the Prime Contractor's insurance not cover the sub-contractor's work operations. LOCAL AGENT FOR INSURANCE AND BONDING: The insurance and bonding companies with wh o m t h e 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 agent, o ne upon whom service of process may be had, and must have 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 C3 -3 (6) t. ~ ' ,. l • ' t , t ' ' .. " I t ~ t , "f -.... i ' ~I" -it any other claimant, any 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 of 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 PAYROLL: A certified copy of each payroll covering payment of wages to all person 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. Cop i es of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of the wage rates sha ll 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 t o 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 pertaining to 'the work governed by the Contract whether it be administrative or otherwise and as such shall be empowered, thus delegated and directed, to settle all material, labor or other expenditures, all claims against the work or any other matter associated such as maintaining adequate and appropriate insurance or security coverage for the project . . . , . . '· ~ .• C3 -3 (7) " ; . .,, ' - - - - - - - - Such local authority for administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. Should the Contractor's principal base of operations be other than in the Fort Worth-Dallas metropolitan area, notification of the Contractor's assignment of local authority shall be made in writing to the Engineer in advance of any work on the project, appropriately signed and sealed, as applicable, by the Contractor's responsible officers with the understanding that this written assignment of authority to a 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 oriented in furthering the work, or other, are governed directly 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 bf working time will be for periods in which work stoppages are in effect fort his reason. C3-3.15 VENUE: Venue of any action herein shall be exclusively in Tarrant County, Texas. C3-3 (8) f SECTIO N C4-4 SC OPE OF WO RK PART C-GENERAL CONDITIONS C4-4 SCOPE OF WORK C4 -4.l INTENT OF CONTRACT DOC UMENTS: It is the definite intention o f t hese Contract Do cum en ts to pro vide fo r a compl e te, usefu l pro j ect which t h e 'con tractor undertakes to construct o r furnish, all in full complianc e with the requirements and intent of the Cont ract Document s. It is definitely understood that the Con t ract o r shall d o a ll wo rk as provided for in the Contract Do c umen t s, shall do all e x tra of special work as may be considered b y the Owner as ne c essary to complete the project in a satisfac t o ry and acceptable manner. The Contractor shall, unless otherwise specif i cally stated in these Contract Documents, furnish all l ab o r, 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 Do cuments, then "special Provisions: covering all such work will be prepared by the Owner prev i ous to the time of receiving bids o r proposal for such work and furnished to the bidder in the form of Addenda. All such "Special Provisions" shall be considered to be a p art of the Contract Documents just as though they were originally written therein. C 4-4. 3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities o f the wo rk to be performed or to e x tend o r shorten the improveme nts a t any time when a nd if found to be ne c essary, and the Co nt r a ctor s hall perf o rm the work as altered, increased or d ec reased at t he unit pri c es. Su c h inc reased or d ecreased quantity sha l l no t be more than 2 5 p e r cent o f the contemp lat ed qua ntit y o f suc h i tern or i terns. When such change s i nc r e a se or d e crease the or i gin al qua n tity of any i tem or items of work to be done or materials to be furnishe d by 25 percent or more, then either party to the contract shall u p on wr itten reques t to the other party be enti tled to a rev i s ed con s i derat i o n u p on t hat po r tion o f t h e work above o r b e l o w t h e 25 percent of the or i ginal quant i ty stated i n the p r opos a l ; s u ch revised cons idera t ion to b e C4-4 (I ) -- - - ·- - - - .. determined by special agreement or as hereinafter provided "Extra Work." No allowance will be made for any changes anticipated profits nor shall such changes be considered waiving or invalidating any conditions or provisions of Contract Documents . for in as the Variations in quantities of sanitary sewer pipes in depth categories, shall be interpreted herein as applying to the overall quantities or sanitary sewer pipe in each pipe size, but not to the various depth categories . C4-4. 4 ALTERATION OF CONTRACT DOCUMENTS : By Change Order, the Owner reserves the right to make such changes in the Contract Documents and in the character or quantities of the work as may be necessary or desirable to insure completion in the most satisfactory manner, provided such changes do not materially alter the original Contract Documents or change the general nature of the project as a whole . Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents . C4-4 . 5 EXTRA WORK: Additional work made necessary by changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents, shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or approved additions thereto; provided, however, that before any extra work is begun a "Change Order" shall be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one or more combination of the following methods: a. Unit bid price previously approved. b. An agreed lump sum. C. The actual reasonable cost of ( 1) labor, ( 2) rental of equipment used on the extra work for the time so used at Associated General Contractors of America current equipment rental rates, ( 3) materials entering permanently into the project, and (4) actual cost of insurance, bonds, and social security as determined by the Owner, plus a fixed fee to be agreed upon but not t o exceed 10% 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 owned by him and used for the extra work. The C4-4 (2) '· d. 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. Should a difference arise as to what does or does 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 an 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 the 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. r ,, C4-4 (3) ; - ·-, - - - ,-.. - ... ... - C4-4.6 SCHEDULE OF OPERATIONS: 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 the percentage of completion plotted vertically. The progress charts shall be prepared on 8 ~ " X 11" sheets and at least five black of 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 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 the work, the date of which he will start the several major 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 direc~ed by the Engineer. The Contract6r 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 Owner. As a minimum, the construction schedule shall incorporate all work elements and activities indicated in the proposal and in the technical specifications . 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 c o ntract requirements. The foll o wing guidelines shall be adhered to in preparing t he c o nstruction schedule: a. Milestone dates and final proj ect completion dates shall be developed to conform to time constraints, sequencing requirements and c o mpleti o n time . C4-4 (4) I I ,J b. The construction process shall be divided into activities with time durations .of approximately fourteen (14) ~ays and construction values not to exceed $50,000 . Fabrication, delivery a :q.d submittal activities are exceptions to this guideline. C. Durations shall be in calendar days and no r mal holidays and weather conditions over the duration of the contract shall be accounted for within the duration of each activity. d. One c ritical 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 schedu le shall , as a minimum, be divided into genera l catt:gor ies 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 ' durat ion. 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 pre-acceptance activities and events in their log ic al sequence for equipment and materials . 1. Preparation and transmittal o f submittals. 2 . Submittal r e view periods. 3. Shop fabrication and delivery. 4 . Erection or installation. . ,. C4 -4 (5) \ - ~ ,... ' ..,.,_ •,., - .- ' - ...... '1· 5. 6. 7. 8. 9 '. 10. Transmittal of manufacturer's operation and maintenance instructions . Installed equipment and materials testing. Owner's o perator instruction (if applicable) Final inspection. Operational testing . Final inspection. 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 the 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 such diligence as will insure its completion within the time specified. C4-4 (6) "' .. .. -... PART C-GENERAL CONDITIONS CS-5 CONTROL OF WORK AND MATERIALS SECTION CS-5 CONTROL OF WORK AND MATERIALS CS-5 .1 AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents . He shall decide a l l questions which arise as to the quality and acceptability of 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, sequences of 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 . He 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 . CS-5.2 CO NF ORMITY WITH PLANS: The finished project in all cases shall conform with lines, grades, cross-sec ti ons , finish, and dimensions shown on the plans or any other requ i rements otherwise 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 Owne r by Change Order . C 5-5 ( I ) ,. ' ; - - - .- - -'· - CS-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 o v e r general conditions and standard specifications, 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 Contract Documents, and the Owner shall be permitted to make such corrections or interpretations as may be deemed necessary for the 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 the 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. CS-5 .4 COOPERATION OF CONTRACTOR: The Contractor will be furnished with three sets of the 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 shal l 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 super intendent and an assistant who are fully authorized to act as the Contractor 's age nt o n the work. Suc h s uperi ntendent and his as s istant shall be capab le of reading and understanding the Contract Documents and shall receive and fulfill instructions fr o m 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 a s the contractor 's agent on the work. Such as s istant project superintendent shall be a resident of C 5-5 (2) ,,. 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 travelling public or the owners of property across which the project extends or the safety of property contiguous to the project routing . The Contractor Engineer and workmanship and shall provide all facilities to enable his inspector to examine and inspect materials entering into the work . the the 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 on a working -day basis. Should the Contractor fail to respond to a request from the ~· Engineer to rectify any discrepancies , omissions, or corrections necessary to conform with the requirements of the project specifications or plans, the Engineer shall give the Contractor written notice that such work or change s are to be performed. The written notice shall direct attention to the 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 show 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 then 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 by 14 feet in fl o or area, substantially construc ted, well heated, air conditioned, lig hted, and weather -proof, so that documents will not be damaged by the elements. C5-5. 7 CONSTRUCTION STAKES : The City , through will furnish the Co ntractor with all lines, C5-5 (3) its Engineer, grades, and : ... . r. - ,,-' - - - ,- ....... - ,. . measurements necessary to the proper prosecutio? and control o f the work contracted for u nder these Contract Documents, and lines, grades and measurements will be established by means of stakes or other customary method of marking a may be found consistent with good practice. These . stakes or markings shall be set sufficiently in advance of c o nstruction operations to avoid de l ay . Such stakes or markings, as may be established for the Contractor's use or guidance, shall be preserved by the Contractor until he is authorized by the Engineer to remove them. Whenever, in the opin i on 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 INSPECTORS: 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 the progress of the work and the manner in which it is being performed, 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 Cont:r:act 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 authority to r eject materials or equipment to suspend work u ntil the questi o n at issue can be referred to, and be decided by, the Engineer. The City Inspector will not, h o wever, be autho rized to revo ke, alter, enlarge, or release any requirement of t hese Con t r a c t Documents, n o r t o a pp rov e or acce pt a n y p ortion or sec t ion o f t he wo rk, no r to iss ue a n y i n s t ruc t ions con t rary t o the re qu irement s of t he Contra ct Docum e nt s. He will i n no cas e a c t as s u p erint e nden t or f o r e ma n o r pe rform any · othe r du t i e s f o r t he Co n tractor , o r in t er fe r e wi t h the manage ment o r o pe ra ti o n o f t h e wo rk . He wil l n ot a cc ept fr o m the Co nt r a c t o r any compens ation in a n y form f o r p e rform i ng any dut ies . Th e C 5-5 ( 4) Contractor shall regard and obey the directions and instruction of the City Inspector or Engineer when the same are consistent with the obligations of the Contract Documents, provided, however, should the Contractor object to any orders or instructions of the City Inspector, the Contractor may within six days make written appeal to the Engineer for his decision on the matter in controversy. C5-5.9 INSPECTION: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work as performed is in accordance with the requirements of the Contract Documents. If the Engineer so requests, the Contractor shall, at any time before acceptance of the work, remove or uncover such portion of the finished work as may be directed . After examination, the Contractor shall restore said portions of the work to the standard required by the Contract Documents. Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the covering or making good of the parts removed shall be paid for as extra work, but should be work so exposed or examined prove to be unacceptable, the uncovering or removing and the replacing of all adjacent defective or damaged parts shall be at the Contractor's expense. No work shall be done or materials used without suitable supervision or inspection. C5-5 .10 REMOVAL OF DEFECTIVE 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 own expense. Work done beyond the lines and grades given or as shown on the plans, except as herein specifically provided, or any Extra Work done without written authority, will be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the Owner. Work so done may be ordered removed at the Contractor's expense. Upon the failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this paragraph, the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost thereof may be deducted from any money due or to become due to the Contractor. Failure to require the removal o f any defe c tive o r unauthorized work shall not constitute acceptance of such works. C5-5 (5) - ...... - - ,,.. 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 pre-construction conference, make written application to Engineer for approval of such substitute certifying in writing that the proposed substitute will perform adequately the functions called for by the general design, be similar and of equal substance to that specified and be suited to the same use and 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 the 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 harmles·s Owner and engineer and anyone directly or indirectly employed by either of them from and against the claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. cs -5. 12 SAMPLES AND TESTS OR 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 otherwise specifically provided. The failure of the Owner to make any tests of materials shall in no way relieve the Contractor of his responsibility of furnishing materials and equipment fully conforming to the requirements of the Contract Documents. Tests and sampling of materials, unless otherwise specified, will be made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of the Owner. The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not , without specific written permission of the Engineer, use the material s represented by the samples until tests have been mad e and the materials approved for use . The Contractor will furnish adequate samples without charge to the Owner. In case of concrete, the aggregates, de s ign minimum , and the CS -5 (6) ' ~ ' I' I I mixing and transporting equipment shall be approved by the Engineer before any concrete is placed, and the Contractor shall be responsible for replacing any concrete which does not meet the requirements of the contract Documents. Tests shall be made at least 9 days prior to the placing of concrete, using samples from the same aggregate, cement, and mortar which are to be used later in the concrete . Should the source of supply change, new tests shall be made prior to the use of the new materials. C5-5. 13 STORAGE OF MATERIALS: All materials which are to be used in the construction operation shall be stored to insure the preservation of the 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 existing utilities are based on the best information available. Omission from or the inclusion of utility locations on the Plans is not to be considered as the 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 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 for which is not made in the 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 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 \ -CS-5 (7) I . ' . .... - ,,,. notification of all utility companies at least forty-eight (48) hours in advance of construction including exploratory excavation if necessary. All verification of existing utilities and their adjustment shall be consid~red as subsidiary work . CS-5.15 INTERRUPTION OF SERVICE: a. b . 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 Division of location, service interruption. Department's time, and Distribution schedule of 2 . Notify each customer personally through 3. responsible personnel of time and schedule of the interruption of their service, or In the event that customer shall be doorknob. cannot be attached The composition, and in personal notification of a made, a prepared tag form to the customer's entrance tag shall be durable in large bold type shall say: "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 Emergency: interruption immediate . I n the event that an occurs , notice shall unforeseen service be as above, but C5-5 (8) The materials excavated and the construction materials, such as pipe, used in the 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 in reference to public convenience and safety which may come to its attention, after twenty-four (24) 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 ca se, the cost of such work done or materials furnished by the Owner or by the City shall be· deducted from 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 clo sed 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 again 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. The Contractor shall at all times conduct his operation and the use of c onstruction machinery so as not to damage or destroy trees and shrubs 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 Engi n eer a written statement s howing all suc h claims adjusted. C6 -6. 6 PRIVILEGES OF CO NTRACT OR IN STREETS , ALLEYS, AND RIGHT- OF -WAY: For the performa n c e of the contract , the Co ntract o r will be permitted to use and occupy such portions of the public street s and alleys, or o ther public places or other rights-o f- way as provided for in the ord inances o f the City , as shown in the Contract Documents, or as may be speci fi cal ly authorized in C6 -6 (3) .,, ~ -, writing by the Engineer. A reasonable a mo u nt o f t oo ls, materials, and equipment for construction purposes ma y be s tored in such space, but no more than is necessary to avoid delay in the c o nstructi o n operations. Excavated and waste materials shall be p i led or stacked in such a way that does not i nterfere with the use of spac es that may be designated to be left free and unobst r u c ted, o r inc onvenienc e o ccupants of adjac ent proper t y. If the stree t is occupied b y ra i lway t racks, the work shall be car ri ed o n in suc h manne r a s not to inte r fere with the o perati o n of trains, load i ng or u nl o ading o f c ars, e t c . Ot h er c ontractors of the Owner may, for all purpo ses required by the contract, enter upon the work and premises used by the assistance for the completion of adj oi ning work. Any additional grounds desired by the Contractor for his use shall be provided by him at his o wn cost and expense. C6 -6. 7 RAILWAY CROSSINGS : When the work encroaches upon any right-of-way of any railway, the City will secure the necessary easement for the work . Where the railway tracks are to be crossed, the Contractor shall observe all the regu l ations and instructions of the rai l way company regarding the methods of performing the work and take all precautions for safety of pro perty and the public. Negotiations with the railway c o mpanies for permit s shall be done by and through the City. The Contracto r shall give the City notice not less than five days prior to the time of his intention to begin work on that p o rtion of the project which is re l ated to t he rai l way pro perties. The Contractor will not be g i ven e x tra or additional compensation for such railway crossings un l ess specifically set forth in the Contract Documents . C6 -6. 8 BARRICADES, WARNINGS AND WATCHMEN : Where the work is carried o n in o r a djacent to any street, al l ey, o r publi c pla c e, the Contractor shall, at his own expe nse, furnish, erect, a nd maintain such barricades, fences, lights and danger signals , and shall provide s uc h wat c hmen, and s h all take all suc h ot h er precaut ionary me asures fo r the pro tecti o n of pers o ns o r pro p er ty a n d o f the work as a re n e c essa ry . Bar ri cades and f enc es sha ll be p a int e d i n a color tha t will b e v isib l e a t n ight . From sunset to sunrise the Contractor shall furnish and maintain at least one easily visible burning light at eac h barri c ade. A sufficient number o f barricade s shal l be erected and maintained to keep pedestrians away, and vehicles fr o m being drive n o n o r into , a n y work u n der con s t r uc t ion o r being maint a ined . The Contractor shall furnish watchmen and kee p them at their respective as s ignments in su f f i cient numbers to protect the work and prevent ac c ident o r damage . C6 -6(4) All installati o ns and procedures shall be consistent with the provisions set forth in the "1 9 80 Texas Manual on Uniform Traffic Control Devi c es for St reets and Highways", issued u nder the authority of the "State of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d, Vernon's Civil Statutes, pertinent sections being Secti o n Nos. 27, 29, 30 and 31 . The Contractor will not remove any regulatory sign, instructional sign,· street name sign , o r 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 870-8075), to remove the sign . In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referenced manual, and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Divisi o n to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. The Contractor will be held responsible for 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 hav e been c om pleted and accepted b y the Owner . No c o mpensati o n, except as spe ci f ic a lly pro vided in the s e Co n tra ct Docume n t s, wi l l b e pai d to the Co nt ractor fo r the wo rk and mate r ials i nvolve d i n the const ru cting, provi d ing, and mai n tain i ng of bar r icades, sign s, f ence s, a nd lights or for s alari es of watchm en, f o r the subsequent remova l and d i spo sa l of s uc h ba rrica de s , signs, o r for any o ther inc ide ntals ne c essa ry f o r t he prop er pro te c ti o n, sa f ety , a n d con v enienc e of the publi c C6-6 (5) . ' --. ' - .. during the contract period, subsidiary to the several prices are requested in the as this items for Proposal. work is considered to be which unit or lump sum 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 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 (24) hours in advance of the use of any activity which might damage or endanger property along or adjacent to the work. Where the use of explosives is to be permitted on the project as specified in the Special Contract Documents, or the use of explosives is requested , the Contractor shall submit notice to the Engineer in writing twenty-four (24) 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 . All claims arising out of the use of explosives shall be investigated and a written report made by the Contractor's insurers to the Engineer within ten (10) days after receipt of written notice of the claim to the Contractor from either the City or the claimant. The city shall proceed to give notice to the Contractor of any such claim. The use of explosives may be suspended by the Engineer if any complaint is received and such use shall not be resumed until the cause of the · complaint has been addressed. Whenever explosives are stored or kept, they shall be stored in a safe and secure manner and all storage places shall be plainly marked "DANGEROUS EXPLOSIVES" and shall be under the care of a competent watchman at all times. All vehicles in which explosives are being transported shall be plainly marked as mentioned above and shall, insofar as possible, not use heavy traffic routes. C6-6. 10 WORK WITHIN EASEMENTS: Where the work passes over , through, or into private property, the Owner will provide such right-of-way or easement privileges as the City may deem necessary for the prosecution of the work. Any additional rights-of-way or work area considered necessary by the Contractor shall be provided by him at his own expense. Such C6 -6 (6) additional rights-of-way or work area shall be acquired for the benefit of the City. The City shall be notified in writing of 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 trees, shrubbery, plants, lawns, fences, culverts, curbing and all other types of structures or improvements, and 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 along adjacent to the work. The Contractor shall notify the proper representatives of owners or occupants of public or private lands or 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 damage 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 the non-execution thereof on the part of the Contractor, he shall restore or have restored at his own 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 replac ing 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 o f the property and the Engineer. C6-6 (7) . ' , ' 1j. • All fences encountered and removed dur i ng construction of this project shall be restored to the original or a better than original condition upon completJon of this project. When wire fencing, either wire mesh or barbed wire is to be crossed , the Contractor shall set cross braced posts on either side of permanent easement before the fence is c ut . Shou l d additional fence cuts be necessary, the Contractor shall provide cross braced posts at point of the proposed cut in addition to the c r o ss 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 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, rebuilt 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 or to become due to the Contractor under this Contract. C6-6.ll INDEPENDENT CONTRACTOR: It is understood and agreed by the parties hereto that 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 exclusiv e control of and the exclusive right to control the details of all the work and services performed hereunder, and all persons performing same, and shall be sole l y responsible for the a c ts and omissions of its officers, agents, servants, e mployees, contractors, sub contrac t o rs, li c ensees inv i tee s. Th e d oc tr ine o f r e s ponde n t s u pe rio r s hall n o t a pp ly a s between Own e r and Contractor, it s of f icer s, agent s, em p loyee s, contrac t ors and sub con tractor s , and nothing herei n sha ll b e cons t r u e d a s creating a partnership or j o in t e nt erp ris e b e t wee n Owner a nd Con tract or . C6-6 (8) l C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Con tractor covenants and agrees to indemnify City's engineer and architect , and their personnel a t the project site for Contractor 's sole negligence. In addition , Contractor covenants and agrees to indemnify , hold harmless and defend, at its own expense, the Owner, its officers, servants and employee s, from and against any and all claims or suits for property l oss, property damage, personal injury, including death, arising out o f, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, emp l oyees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and em ployees and any damage, loss or destruc tion to property of the Owner ari sing from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made unt.il Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. C6-6 .13 CONTRACTOR'S CLAIM FOR DAMAGES : Should the Contractor claim compensation for 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 25 ':h day of the month succeeding that in which any such damage is claimed to have been sustained, the Contractor shall file with the Engineer an itemized statement of the details and amount of such alleged C6-6 (9) ' . ' 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 herein required, the Contractor's claim for compensation shall be waiv ed, 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 c hange, mo ve, 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 their 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 diversions. 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 c onstructi o n will be a d e q ua t e ly pro te c ted . C6 -6 .1 6 AR RAN GE MENT AND CHA RGE S FO R WATE R FU RN I SHED BY THE CI TY: When the Co ntractor de s ire s to us e Ci t y water i n connection with a ny cons t r uction work, h e sha l l make compl et e a n d s ati s factor y arrangement s with the Fort Wo r t h Ci t y Wa t e r De p artme nt f o r so doing. C6-6 (10) ..• City water furnis h ed to the Contra c tor shall be delivered to the Contractor fr o m a connecti o n on an existing City main. All piping req uired beyond t h e point of delivery shall be install e d by the Co ntractor at his o wn e xpense. The Cont ract o r's re sp o nsibility in the use of all existing fire h ydrants and /o r va lves is de t ail e d i n Secti o n E2 -1 .2 USE OF FIRE HYDRANTS AND VALVES in these General Contra c t Do cuments. When meters are used to measure the water, the charges, if any , f or water will be at the reg ular established r ates . When meters are not used, the charges, if any, will be as prescribed by the City Ordinance, or where no o rdinanc e applies, payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department . C6-6 .17 USE OF A SECTION OR PORTION OF THE WORK : Whenever, in the op i nion of the Engineer, any section or p o rtion of the wo r k or any structure is in suitable condition, it may be put into use upon the written order 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. Al l necessary repairs and removals of any section of the work so put into use, due to defectiv e materials or workmanship, equipment, or to deficient o peratio ns on the part of the Contractor, shall be preformed by the Contractor at his own expense. C6 -6.18 CONTRACTOR'S RESPONS I BILITY FOR THE WORK: Until written a ccept a nce by the Owner as prov i ded for in these Contra c t Documents, the wo r k 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 p a rt thereof by acti o n o f the e l ements o r fr o m a ny cause whats o e v er, whether arising f rom the executi o n o f n o n -executi o n o f the work. The Co n t ra c t o r s hall rebui l d, r e pa ir , r esto r e, and make good at h i s o wn expense a l l injuries or d a mage to any portio n of t he wo r k occasioned b y any o f the causes here in . C6-6.19 NO WAIVER OF LEGAL RIG HTS: Inspecti o n by the engineer or any order by the Owner by payment of money or any payment for or acceptance of a n y work, or any extens i on of time, or any possession t aken by the City shall not operate as a waiver of any provision o f the Con t ract Docume n ts . Any wai ver of any breach or Co n tract shall not b e held to be a waiver of any other or subsequent breach . C6 -6 ( 11 ) • The Owner reserves the right to correct any error that may be discovered in ariy estimate that may hav~ been paid and to adjust t he same to meet the requ i rements of the Contra c t Do cuments . C6-6 .20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the provisions of these Contract Doc u ments or in exercising any power of authority granted thereunder, there shall be no liability upon the authorized representat i ves of the Owner, either personally or otherwise as the y are agents and representatives of the City . C6-6.21 STATE SALES TAX: On a contract awarded by the City of Fort Worth, an organization which qualifies for exemption pursuant to 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 by the Contractor in lieu of the tax shall be subject to and shall comply with the provisions of State Comptroller's Ruling . 011, and any other applicable State Comptroller 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 -owned 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 to 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. Limited Sale, Excise and Use Tax permits and information can be obtained from: Comptro l ler of Publi c Acc o unts Sale Tax Divisi o n Cap itol S t a tion Aus t in , TX C6-6 (12) PART C-GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS C7-7. 1 SUBLETTING: The Contractor shall perform with his own organization, and with the assistance of workmen under his immediate superintendence, work of a value of not less than fifty ( 50%) percent of the value embraced in 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 to the same requirements regarding 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 representative. C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer, sublet, convey, or otherwi.se 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 resolutioh of the City Council and concurred in by the Sureties. If the Contractor does, without such previous consent, assign, transfer, sublet, convey, or otherwise dispose of the contract or his right , title, or interest therein or any part thereof, to any person or persons, partnership, company, firm or corporation, or does by bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any state, 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 c o ntract shall be r etained by the Owner as liquidated damages f o r the reason that it wo uld be impracticable and ex t remely difficu lt to fix the a c tua l damages. C7 -7 .3 PR OSE CUTI ON OF THE WORK: Pri o r t o begin ning any constructi o n op erati o n, the Contrac tor shall submit to the Engineer in fi v e or more copies, if requested by the Engineer, a pro gress schedu l e preferably in chart or diagram f o rm, or a C7-7(1) .. r.> 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 also 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 u nder 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. 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 the 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 LIMITATIONS OF OPERATIONS: The working operations shall at all times be conducted by the Contractor 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 the 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 OR WORKMEN AND EQUIPMENT: Local labor shall be used by the Contractor when it is available . The Contractor may bring in from outside the Cit y of Fort Worth his key men and his superintendent . All other workmen, including equipment operators, may be imported only after the local supp ly is exhausted. The Contractor shall employ only such superintendents, foremen, and workmen who are careful, competent, and fully qualified to perform the duties or tasks assigned to them, and the Engineer may demand and secure the C7-7 (2) 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 be found to be incompetent, disrespectful, intemperate, dishonest, or otherwise objectionable or neglectful in the proper performance of his or their duties, or who neglects or refuses to comply with or carry out the directions 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 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 p~operty will result from its use. C7-7. 6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of work completed as defined in Cl- 1. 23 "WORKING DAY" 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 than the Thursday preceding . b. An y wo rk to be done o n the p r oject on such a specific S aturday, Su nday o r Legal Ho l i day mu st be, in the o pin ion o f t he En gi neer, essent i al t o the timely com pl e ti o n o f the pro ject. The Engineer's decision shall be final in response r e quest for approval to work on a specific Saturday, C 7-7 (3) to such a Sunday or ) ' • Legal Holiday, and no extra compensation shall be allowed to the Contractor for any work performed on such a specific Saturday, Sunday or Legal Holiday. Calendar Days shall be defined in Cl-1.24 and the Contractor may work as he so desires. C7-7.7 TIME OF COMMENCEMENT AND COMPLETION: The Contractor shall commence the working operations within the time specified in the Contract Documents and set forth in the Work Order. Failure to do so shall be considered by the Owner as abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit. The Contractor . shall maintain a rate of progress such as will insure that the whole work will be performed and the premises cleaned up in accordance with the Contract Documents and within the time established in such documents and such extension of time as may be properly authorized by the Owner. 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 have 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 unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but limited to acts of the public enemy, acts of the Owner, fire, flood, tornadoes, epidemics, quarantine restrictions, strikes, freight embargoe s, or delays of sub- contractors due to such causes. When the date o f completion is based on a calendar day bid, a request for extensi o n of time because of inclement weather will not be con s idered. A request f or 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 bona fide attempt to secure delivery o n schedule. This shall include efforts to obtain the supplies and materia l s from alternate sources in case the first source cannot make delivery. C7 -7 (4) f .\ ' . 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 may 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 pre sented by the Contractor to the Engineer and if by him found correct, shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers 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 which 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 after the time specified in the Contract increased time granted by the Owner , or increased by additional work or materials contract is signed, the sum per day given C7 -7(5) remain uncompleted Docum ents, or the as automatically ordered after the in the following r \, schedule, unless otherwise specified in other parts of the Contract Documents, will be deducted from monies due the Contractor, not as a penalty, but as liquidated damages suffered by the Owner. AMOUNT OF CONTRACT LIQUIDATED DAMAGES Less than $5,000 $35.00 $5,001 to 15,000 45.00 5,001 to 25,000 63.00 25,001 to 50,000 105.00 50,001 to 100,000 154.00 100,001 to 500,000 210.00 500,001 to 1,000,000 315.00 1,000,001 to 2,000,000 420.00 2,000,001 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 impossible or very difficult to accurately estimate, 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.ll 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 event 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 o r any other u nfavorable conditions whi ch in the opinion of the Owner or Engineer cause further p rosecution of the work to be unsatisfactory o r detrimental to the interest of the project . During temporary suspension o f 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. C 7-7 (6) If it should become necessary to suspend work for an indefinite period , the Contractor shall store all materials in such manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. Should the Contractor not be able to complete a portion of the project due to causes beyond the control of and without the fault or negligence of, the Contractor as set forth . in Paragraph C7-7.8 EXTENSION OF THE TIME OF COMPLETION, and should it be determined by mutual consent of the Contractor and the Engineer that a solution to allow construction to proceed is not available within a reasonable period of time, then the Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the Engineer that construction may be resumed. Such reimbursement shal 1 be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. No reimbursement shall be allowed if the equipment is moved to another construction project for the City of Fort Worth. The Contractor shall not suspend work without written · notice from the Engineer and shall proceed with the work operations promptly when notified by the Engineer to so resume operations. C7-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: Whenever, because of National Emergency so declared by the President of the United States, or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, materials, and equipment for the prosecution of the work with reasonable continuity for a period of two months, the Contractor shall, within seven days, notify the City in writing . giving a detailed statement of the efforts which have been made and listing all necessary items of labor, materials, and equipment not obtainable. If, after investigation, the Owner finds that such conditi on s exist and that the inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect o f the Contractor , then 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 may request the C7-7 (7) : 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 no anticipated profits on work which has not been performed. C7-7; 14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRACT: The work operations on all or any portion or section of the work under Contract shall be suspended immediately on writ ten order of the Engineer or the Contract may be declared cancelled 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 operations by Contractor is the work within the specified progress of insufficient time. to the work complete 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 to pro mptly make good any defe c t in mate ri als or workmanship, or any defects o f any n at u re t he co rrecti o n o f wh ic h has be e n dire c ted in writing by the Engineer o r the Owner. C7-7 (8) ' "' • I " '• h. i. j . k. J. f 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. 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. If the Contractor fail to carry on acceptable manner. shall, the for any working cause whatsoever, operation in an 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 cancelled, 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 the 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 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 Document~. 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. In case the Sureties do not, within the specified time, exercise their right and option to assume the contract responsibilities, or that portion thereof which the Owner has ordered the C7-7 (9) 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 part thereof as it may deem necessary, and the Contractor hereto agrees that the Owner shall have the right to take possession of and use any materials , plants, tools, equipment, supplies, and property of any kind provided by the Contractor for the purpose of carrying on the work and to procure other tools, equipment, materials, labor and property for the completion of the work, and to charge to the account of the Contractor of said contract expense for labor, materials, tools , equipment , and all expenses incidental thereto . The expense so charged shall be deducted by the Owner from such monies as may be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid for the work completing the contract, but the expense to be deducted shall be the actual cost of the owner of such work. In case such expenses shall exceed the amount which would have been payable under the c o ntract if the same had been completed by the Contractor, 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 a manner that does not hinder or interfere with 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 TERMINATI ON FOR CONVENIENCE OF THE OWNER: A. NOTI CE OF TERMINATI ON: The perf orman c e o f t he wo rk u nder th i s contra ct may b e te rm inat e d b y the Owner i n wh o le, o r fro m t ime t o time i n p art, in accord a n c e with t his section, whenever the Owner sha l l determi ne that such termination is i n the best interest o f the Owner. Any such termination shall be affected by C7-7 (IO ) B. mailing a notice of 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 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 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. 2. 3. 4. Stop work under the contract on the date and to the extent specified in the not i ce of termination; 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; Terminate all orders and subcontracts to the extent that they relate to the performance of work terminated by the not5ice of termination; Transfer title to the Owner and deliver in the manner, at the times, and to the extent, if any, directed by the Engineer: a . b. the fabricated or unfabricated in process, completed work, other material produced as acquired in connection with parts, work supplies and a part of, or the performance the notice of of, the work terminated by terminati o n; a nd the completed, or partially drawings, information and which, if the contract had would have bee n required to the Owner . c om pleted plans, other property been completed , be furnished to 5. Complete performance of such part o f the work as shall no t have been terminated by the notic e o f termination; and C7-7 ( 11 ) F ( 6. Take such action as may be necessary, or as Engineer may direct, for the protection preservation of the property related to contract which is in the possession of contractor and in which the Owner has or acquire the rest. the and its the may C. TERMINATION CLAIM: Within 6 0 days after 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 provisions of Item C7-7.16 (C), the Contractor and 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 work . pursuant hereto; provided, that such agreed amount or amounts shall never exceed the total contract price as reduced by the amount of payments otherwise made and as further reduced by the contract price of 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 in the event of failure of 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. FAILURE TO AGREE: In the event of the failure of the Con.tra ctor and the Owner to agre e as provided in C7- 7. 16 (D) upon the whole amount to be pa i d to the Contractor by reason of the termina ti on of 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 Contracto r the amounts de termined. No amount shall be due for lost or anticipated pro f its. C7-7 (12) L F. DEDUCTIONS: In arriving at the amount due the G. contractor under this section, there shall be deducted (a) all unliquidated advance or other payments on account theretofore made to the Contractor, applicable to the terminated portion of this contract; (b) any claim which the Owner may have against the Contractor in connection with this contract; and (c) the agreed price for, or the proceeds of 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. 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 the notice of termination), such equitable adjustment as may be agreed upon shall be made in such price or prices; nothing contained herein, however, shall limit the right of the Owner and the contractor to agree upon the amount or amounts to be paid to the 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: Nothing 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 Amendment of Contract" or any other right which 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 f o r their enf o rcement. The Contractor shall comply with federal, state, and local laws, ordinances, and regulations to protect person and property from injury, including death, or damage in connection with the work. C7-7 (13 ) . ... PART C-GENERAL CONDITIONS ca-a MEASUREMENT AND PAYMENT SECTION ca-a MEASUREMENT AND PAYMENT SECTION cs -8. 1 MEASUREMENT OF QUANTITIES: The determination of quantities of work performed by the Contractor and authorized by the Contract Documents acceptably completed under the terms of the Contract Documents shall be made by the Engineer, based on measurements made by the Engineer. These measurements will be made according to the United States Standard Measurements used in common practice, and will be the actual length, area, solid contents, numbers, and weights of the materials and items installed. cs -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, damages claims, taxes, and all other items not specifically mentioned that may be required to fully construct each i tern of the work complete in place and in a satisfactory condition for operation. CS -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 . CS -8 .4 S CO PE OF PAYMENT: The Co nt r actor shall re c eive and acc ept the c o mpen s at ion, as herein pro v ided, in full paym ent f or furnishing all l abor, t o ols, materia l s, and i ncidenta l s f o r performing all wo rk c o ntemplated 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 C8-8 (1) •, 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 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 final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfection, or damage shall have been discovered on or before the final inspection and acceptance of work or during the one year guaranty 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. CB-8. 5 PARTIAL ESTIMATES AND RETAINAGE: Between the 1 st and 5 th day of each month the Contractor shall submit to the Engineer a statement showing an estimate of the value of the work done during the previous month, or estimate period, under the Contract Documents. Not later than the 10 th 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 ($100. 00) in amount, 90% of such estimated sum will be paid to the Contractor if the total contract amount is less than $400,000, o r 95% o f such estimated sum wil l be paid to the Co ntractor if t he to tal contra c t am o unt is $4 0 0,000 or greater, within twenty - f i ve (2 5 ) days after the regu l ar est imate peri o d. The City will h ave the o ption of preparing estima tes o n forms furnished by the City. The pa r tial estimate may include acceptable nonperishable materials delivered to the work whi c h are to be incorporated into the work as a permanent part thereof, but which at the time C8-8 (2 ) -~ 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 estimate rendered following the discovery o.f 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 responsibil.:j.ties 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. CS -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 . CS-8.7 FINAL ACCEPTANCE: Whenever the improvements provided for by the Contract Documents have ·been completed and all requirements of the Contract Documents 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, who will within a reasonable time make such final insp ec tion, 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 init iate the processing of the final estimate and recommend final acceptance o f the project and final payment therefor as outlined in CS-8.8 below. C8-8 . 8 FINAL PAYMEN T: 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 Co ntra ctor , 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 . C 8-8 {3) . . .. All prior estimates upon which payment has been made are subject to necessary corrections or revisions in the final payment. The amount of the final estimate, less previous payments and any sums that have been deducted or retained under the provisions of the Contract Documents, will be paid to the Contractor within 60 days after 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 to 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 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 said Contract Documents, all approved mo dificati o ns thereof, and additions and alterations thereto ap p r oved in wri ting b y t h e Owner. The b urden of pro of of such compli a n c e s hall be up o n the Co ntracto r to show that he has compli e d wi t h the said r equ i reme nts o f t h e ·Contra c t Do cuments, a pproved mo difi c at ions t he r e o f, and a l l appro ved additi o ns a n d alterati o ns theret o . C8-8 (4) ,.. CS-8.10 GENERAL GUARANTY: Neither the final certificate of payment nor any provision in the Contract Documents n o r partial o r 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 guaranty 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 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 i tern. Surface restoration, rock excavation and cleanup 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 fo r the project . CS -8. 13 RECORD DOCUMEN TS: Contrac t or shall keep o n 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 c o nstruction process . These shall be delivered to Engineer upon c o mpleti o n of the work . 71 ' ... - -- SECTION Ct: SUPPLEMENTARY CONDITIONS TO PART C -GENERAL CONDITIONS A. General 8. C. D . These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in foll force and affect. C8-8 .5 PARTCAL ESTIMATES AND RETAlNAGE: Page C8-8 (2), should be deleted in its entirety and replaced with the following: Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the I 0th 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 estinmtes may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a pennanent part thereof, but which at the time of the pay estimate have not been so installed. If such materials are included within a pay estimate, payment shall be based upon 85% of the net voice value thereof The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate . For contracts of less than $400,000 at the time of execution, retainage shall be ten per cent ( 10%). For contracts of $400,000 or more at the time of execution, retainage shall be five percent (5%). Contractor shall pay subcontractors in accord with the subcontract agreement within five (5) business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payments to subcontractors will authorize the City to withhold foture payments from the Contractor until compljance with thjs paragraph is accomplished. · It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be s ubject to correction in the estimate rendered following the discovery of the mjstake in any previous estimate. Partial payment by Owner for the amount of work done or of its quality or sufficiency or acceptance of the work done; shall not release the Contractor of any of its responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provi s ions of this contract. Part C -General Conditions: Paragraph C3-3 . l l of the General Conditions is deleted a nd replaced with D-3 of Part D -Special Conditions. C3-3. I l INSURANCE: Page C3-3 (6): Delete s ubparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING " Revised 10 /24/02 Pg . I E. C6-6. l 2 CONTRACTOR'S RESPONSIBUTY FOR DAMAGE CLAIMS: Page C6-6 (8), is deleted in its entirety and replaced with the following: F. Contractor covenants and agrees to indenmify City's engineer and architect, and their personnel at the project site for Contractor 's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold hannless and defend, at its own expense , the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death , arising out of, or alleged to arise out of, the work and services to be perfonned hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such iniury. damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the perfom1ance of any of the tem,s 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 Owner, its officers, servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate , refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work perfonned under a City Contract. INCREASED OR DECREASED QUANTITIES: Part C -General Conditions, Section C4-4 SCOPE OF WORK, Page C 4-4 (1), revise paragraph C4-4.3 INCREASED OR DECREASED QUANTITIES to read as follows: The Owner reserves the right to alter the quantities of the work to be perfom1ed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted he rein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the yarious depth categories. -. G. C3-3 . I l INS U RANCE: Page C3-3 (7 ): Add subparagraph ''h. ADDITIONAL Revised 10/24/02 Pg. 2 '" .- ,.. -.. ....... - ,.... INSURANCE REQ U IREM E NTS " a . The City , its offic ers, e mployees and serva nts shall be endorsed as an additional in sured on Contractor's in surance policies excepting employer's liability in suranc e co ve rage under Contractor's workers' compen sa tion insurance policy . b. Certificates of in surance shall be deli vered to the City of Fort Worth , contract admini strator in the . re spective de partment as specifi ed in the bid do cuments , 1000 Throckmorton Street , fort Worth , TX 76102 , prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a w a iver of the insurance requirement s specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal , and/or material change in policy terms or co verage. A ten days notice shall be acceptable in the event of non-payment of premium . e . Insurers must be authorized to do business in the State of Texas and have a current A.M . Best rating of A: Vll or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention limits , on each policy must not exceed $10 ,000.00 per occurrence unless otherwise approved by the City. g . Other than worker's compensation insurance, in lieu of traditional insurance , City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage . h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recov ery in fa vor of the City. i. City shall not be re spon s ible for the direct pa yment of in surance premium co sts for contractor's in surance. j . Contractor's in surance policie s shall each be endorsed to pro vide th at such insuran ce is prin1.ary protect ion and any se lf-funded or commercial co ve ra ge ma int ain ed by City shall no t be c a ll ed upon to co ntribute to lo ss rec ove ry . k . In the co ur se of th e pro jec t , Co nt ra ctor sha ll re po rt , in a t im e ly n1.a nn er, to City's offi ci a lly des ign ated co ntra ct adminis tra to r any kn own loss oc curre nc e whi c h c o uld give ri se to a li a bility c laim or law suit or whi ch could re sult in a property lo ss. l. Contractor's li abi.l ity shall not be lim ited to the spec ified amounts_ of in s ura nce requir ed here in . Revise d 10/24/02 Pg . 3 H. m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8( I) ts deleted in its entirety and replaced with the following: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for perfonning 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 obstrnctions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph CS-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the constrnction 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. I. CS-8.10 GENERAL GUARANTY: Delete CS-8.10, General Guaranty at page C8-8(4) is deleted in its entirety and replaced with the following: Neither the final certificate of payment nor any provision in the Contract Documents, nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the 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 daniage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of I 00 percent of the amount of the contract which shall assure the performance oft he general g1iaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. Revised Pg. 4 l 0 /24/02 r ' ' . - .- J. K. Any reference to any shorter period of time of warranty contained elsewhere within the specifications shall be resolved in favor of this specifications, it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project. In the Special Instructions to Bidders , TPW contracts place the following in lieu of the existing paragraph 2. Part C -General Conditions, Section C2-2 fNTERPRETATION AND PREPARATION OF PROPOSAL, Page C2-2 (4) exchange paragraphs C2-2 .7 , C2-2.8 and C2 -2.9 with the following: C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders ." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal W<,lS dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, P.O. Box 17027, Fort Worth, Texas 76102 . C2-2.8 WITHDRAWING PROPOSALS : Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals , provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time , and provided further , that the City Manager is satisfied that a written and duly authenticated confinnation of such telegraphic communication over the signature of the bidder was mailed prior to the propo sal opening time . [f such confirrnation is not received within forty-eight ( 48) hours after the propo s al opening time , no further cons ideration will be giv e n to the proposal C 3-3.7 BONDS {CITY LET PROJ ECTS): Reference Part C , General Conditions , da ted November 1, 1987; (City let projects) make t he following revisions : I. Page C 3-3 (3); the paragraph a fter paragraph C3-3 .7d Othe r Bond s should be revi se d to read : Revi sed 10/24/02 Pg. 5 " ' ' .. L. In order for a surety to be acceptable to the City , the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100 ,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City , in its sole discretion, will determine the adequacy of the proof required herein. 2. Pg . C3-3(5) Paragraph C3-3. l l INSURANCE delete subparagraph "a. COMPENSATION INSURANCE". 3. Pg. C3-3(6), Paragraph C3-3. l 1 INSURANCE delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING". RIGHT TO AUDIT: Part C -General Conditions , Section C8-8 MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following : C8-8. l4 RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during nonnal 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 forther agrees to include in all its s ubcontracts hereunder a provision to the effect that the s ubcontractor agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract , have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract, and further, that City shall ",: have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcon tractor reasonable advance notice of intended a udit s. ( c) Contractor and subcontractor agree to photocopy s uch documents as may be reques ted by the C ity. The City agrees to reimburse the Contractor for the cost of copies as follows: I . 50 copi es and under -l O cen ts per page Re vised Pg . 6 l 0/24 /02 .. . ' . -~ ..... M . N. 0. 2, More than 50 copies -85 cents for the first page plus fifteen cents for each page thereafter SITE P REPARAT ION: The Contractor shall clear rights-of-way or easements of obstrnction which must be removed to make possible proper prosecution of the work as a part of this project constrnction operations . The contractor's attention is directed to paragraph C6-6. l O work within easements, page C6-6(4), part C -General Conditions of the Water Department General Contract Document and General Specifications. Clearing and restoration shall be considered as incidental to constrnction and all costs incurred will be considered to be included in the Linear Foot price of the pipe. Reference Part C -General Conditions, Section C6-6.8 BARRICADES, WARN IN GS AND WATCHMEN: 1. Wherever the word Watchmen appears in this paragraph, it shall be changed to the word flagmen . 2. In the first paragraph, lines five (5) and six (6), change the phrase take all such other precautionary measures to take all reasonable necessary measures. MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS ENTERPRISE/WOMEN -OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted in its entirety and replaced with the following: Upon request, Contractor agrees to provide to Owner complete and accurate information regarding actual work perfonned by a Minority Business_ Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work perfom1ed by an MBE and/or WBE. The misrepresentation of facts ( other than a negligent misrepre s entation) and/or the commission of fraud by the Contractor will be grounds for tennination of the contract and/or initiating action under a ppropriate federal, s tate or local laws or ordinance s relating to fal s e statements ; further , a ny such misrepresentation ( other than negligent mi srepre s entation) a nd/or commiss ion of fraud will re s ult in the Contractor being detennined to be irres pons ible a nd barred from participating in City work for a period of time of not less than thee (3) years . Revised 10/24 /02 Pg . 7 P. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258 , Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258 , Texas Govei-runent Code. Such prevailing wage rates are included in these contract documents . (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract ; and (ii) the actual per diem wages paid to each worker. These records shall be open at all rea sonable hours for inspection by the City. The provisions of Section C-1, L. Right to Audit (Rev. 9/30/02) pertain to this inspection. ( c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above . (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. I . ·•. Revised Pg. 8 I 0/24 /02 PARTD SPECIAL CONDITIONS - PART D -SPECIAL CONDITIONS ~ D-1 GENERAL: Subject to modifications as herein contained, the Fort Worth Water Department's General Contract Documents and Specifications, effective January I , 1978 , with the latest revisions , are made a part of the Contract Documents for this project. The Plans, Special Conditions and Special Provi s ions Documents, and the rules , regulations , requirements, in s tructions , drawings or details referred to by manufacturer's name, number or identification included therein as spec ifying , 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 Owner shall generally, but not necessarily, follow the guidelines listed below: I. Plans 2. Special Contract Documents and Specifications 3. General Contract Documents and Specifications The following Special Conditions shall be applicable to this project and shall govern over any conflicts with the General Documents under the provisions stated above. D-2 PROJECT DESIGNATION: Work under these Special Documents shall be perfonned under the following Fort Worth Water Department Project Designation: INTERCEPTOR CONDITION ASSESSMENT PROGRAM Contract 2 -Large Diameter Sanitary Sewer Cleaning Project No.: ICAP09-2 D-3 MINORITY AND WOMEN BUSINESS {M/WBE) ENTERPRISE COMPLIANCE: An M/WBE goal of 7 percent has been established for this project and all M/WBE requirements are applicable . Please refer to Part Cl Supplementary Conditions to Part C , Section B, Item D MINORITY AND WOMAN BUSINESS (M/WBE) ENTERPRISE COMPLIANCE for a detailed description of the M/WBE requirements. D-4 PRE-PROJECT CONFERENCE AND SUBMlTT ALS: Before the project notice to proceed is iss ued , a pre-project conference s hall be held with representatives of the City Water Department and the s uccessful Contractor. Contractor shall s ubmit a Spill Prevention Plan , a Safety Plan , an equipment list and a list of personnel and contact names, their phone numbers and email address. D-5 PERl'\11TING, INSURANCE AND ADDITIONAL REQUIREMENTS: Seven days prior to initiating operations, the Contractor shall apply for an Environmental Site Pennit with the City of Fort Worth Water Department, Pretreatment Services Divi s io n (817) 8 7 1-8305 . All vehicles and equipment used in the tran s portation , storage and disposal of debris removed during cleaning operations are required to meet criteria as described in City ofFo rt Worth Ordinance No. 12 274, Article VII "L iquid Wa ste s'.'. A copy of this Ordinance is available for rev iew a t the office of the Engineer. T he Con tracto r 's tran s porters mu s t be registered with the Texas Commissio n on Environmental Quality (TCEQ). All so lids or semi-solids resulting from the work s hall be characterized by the Contractor. The Contractor s hall dispose of the waste at the Cold Springs Proce ss ing facility.an approved disposal s ite for this waste classification. All mate rials s hall be removed from the s ite , at a minimum , at the end of each workday. Waste may not be sto red in a TCEQ permitted mobile closed container for more than 4 days. Fort Worth Water Department Part D -Special Co nditions Pagel of 13 7/21 /2009 The Contractor shal I prepare and submit a "Spi 11 Prevention and Counter Control Plan " that will address handling of any spills to the environment. If an accidental discharge or spill occurs during the work, the Conhactor is responsible for taking appropriate actions to prevent harm to human health and the environment as required liy applicable Federal , State and local laws . The Fort Worth Depa1tment of Environmental Management and Water Department Pretreatment Services shall be contacted immediately . Registered transporters must maintain copies of their TCEQ registration letter and application in all vehicles used on the project. The transporter must maintain a record of each individual collectioiand deposit in the form of a trip ticket. (See City of Fort Worth Ordinance No. 12274, Article VII , Section 12.5-711 , (k).) Environmental Site Inspections can be made at any time during the duration of the project. Proof of proper TCEQ registration and trip ticket records must be provided immediatelywhen requested . Both State and City will perform environmental site inspections during the course of the project. The Contractor WILL NOT BE ALLOWED to apply chemicals or biological materials for the purpose of root control or grease removal on this project. D-6 DETERMINATION AND INITIATION OF WORK: The Engineer, or his representative, shall determine and designate to the Contractor the location of the sewer main requiring cleaning by issuing a Work Order. The Engineer shall notify the Contractor that a Work Order is ready and fax the Contractor a copy of the Work Order notification with maps. The Contractor is to provide his fax number to the Engineer at the Pre- Construction Conference. Single or multiple work orders may be issued at one time. The Owner reserves the right to issue Work Orders utilizing one or any combination of the various bid items contained within theontract. The Contractor shall initiate work within seven (7) working days of the date the Work Order is faxed to the Contractor, and continue work on the Work Order until it has been completed. The Contractor shall furnish and supply sufficient equipmert and personnel to complete the Work Order in the amount of time provided for i1the Work Order. Should the Contractor fail to start any Work Order within the time specified, he shall add the necessary work crews and equipment to prosecute the work to complete the Work Order or Work Orders in the time provided thereof. D-7 WORK ORDER COMPLETION TIME: Refere.nce Part C, General Conditions, Section C7-7 Prosecution and Progress, paragraph C7-7. IO Time Of Completion, the ft rst two subparagraphs sh al I not apply and shall be superseded by the following: · The time of completion of each individual Work Order is an essential element of this contract. Each Work Order issued will have a maximum number of calendar days allowed for the completion of that s peci fie Wk Order. The number of calendar days specified wi II be calculated as fol lows: The total estimated cost for the specific Work Order divided by 11,000 (rounded up)+ 30 days= Number of Calendar Days allowed for completion of the Work Order. If a new Work Order is issued before the expiration of Calendar Days of the previous Work Order, the number of Calendar Day s for the new Work Order will be added to the calculated completion date of the previous Work Order. Failure by the Contractor to complete the individual Work Order within the s pecified time allowed will be interpreted as liquidated damages suffered by the Owner. For each calendar day that any Work Order shall remain uncompleted after the time s pecified in the Work Order, or the increa sed time granted by the Owner. or as automatically increa sed by additional work or materials o rdered afterthe Work Order is iss ued , the sum per day, per W ork Order, as outlined in the sc hedule under Part C , Section C7-7 Pro sec ution and Progre ss paragraph C7-7. I 0 Time of Completi o n , will be deducted from m o nie s due the Contractor. fort Worth Water Department Part D -Special Condi ti ons Page 2 of 13 7/2 1/2009 D-8 BID QUANTITIES: Bid quantities of the various items in the Proposal are for bid comparison only and maY.not retl ~ctthe actual quantities(See General Conditions_C2-2.2 and C4-4 .3). Moreover, there is to be no limit on th e variattons between the estimated quantities shown and the actual quantities performed. D-9 LIQUIDATED DAMAGES: The Contractor shall pay liquidated damages of twenty-five dollars ($25.00) per day per Work Order, for failure to begin a Work Order within seven (7) working days of the date the Work Order is faxed to the Contractor. Failure to complete the project within the stipulated constniction time on the Work Order will result in liquidated damages being deducted from monies due the Contractor. Liquidated damages will be in the amount stipulated in these contract documents, under D-7 , and as outlined in Section C7-7. IO Time of Completion of the general contract documents. D-10 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 I , through OCTOBER 31 }Vith 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 I 0:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of I hour. However, the Contractor may begin work prior to I 0:00 a.m . if use of motorized equipment is less than I hour, or if equipment is new and certified by EPA as "Low Emitting",or equipment 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 . D-11 JOB MOVE-IN: A Work Order may contain one or more deployment locations. One "PROJECT MOBILIZATION AND SETUP" fee will be paid to the contractor per Work Order issued, regardless of the number of deployment locations included. D-12 EMERGENCY JOB MOVE-IN: The Owneror Engineer shall determine when an emergency situation shall exist. When emergency work is required , the Contractor shall mobilize to the said location within twenty-four (24) hours after being given notification from the inspector and/or Project Manager. The Contractor shall make all necessary arrangements for bypass pumping, setting up barricades, notifying citizens, etc. After the emergency work has been completed, there will be no additional Job Move-In charges paid to remobili:.re back to the previous project location. D-13 LIFE OF CONTRACT: It is contemplated that Work Orders will be 'issued to the Contractor for work to be performed under this Contract for not to exceed 365 calendar days following the date of the Notice to Proceed or expenditure of $716 ,000 whichever s hould occur fir st. The Contractor s hall be required to complete any work covered by a Wo rk Order iss ued prior to that date of tennination but will not be required to accept an y Work Order for executio n dated after that date of termination. If the co s t of the w o rk performed under thi s Contract is le ss than $7 16 ,000 at the end of the 365 calendar day period , at the City 's o ption and the Contractor 's-concurrence, the Project may be extended to the$716,000 maximum price . D-14 OPTION TO RENEW: The City has the right to renew this contract for THREE (3) o ne y ear terms/expenditures under the same terms, conditions, and unit price s. The City s hall give the C o ntractor at lea s t s ixty (60) days notice prior to the expiration o f one year from the date o f the Notice to Proceed if it c hooses to execute the o ption to renew . Fort Worth Water De partment Part D -Special Co nditi ons Pag e 3 of 13 7/2 1/2009 0-15 INDEMNIFICATION: CONTRAC TOR cove na nt s and ag rees to , and doe s hereby , indemnify and hold harmle ss and defend the CITY , its officers, age nts , and employees , fr om and against any and all suits or claims f6r damage s or injurie s, including death, to any and all perso ns or property, re s ulting fr om an y negligent act of omission or commission on the part of CONTRACTOR, it s o ffic e rs , agents , se rvants , emplo yee s or subcontractors in the performance of this Agreement , and CONTRACTOR doe s hereby ass ume all liability and responsibility for injuries , claims or s uits for damages , to per so ns · or property , of what soeve r kind o f character, whether real or asserted , occurring during or ari s in g out o f the performanc e of thi s Agreement ,a s a re s ult of an y negligent act ofomiss ion or commis s ion on the part of CONTRAC TOR, it s officers , agents , servants , employees or subcontractors in the performance of this Agre ement , provided , ho weve r, that CON T RACTOR 's liability shall be limited to that establi shed in Article 6252-19 , Texas Revis ed C i vil Statut es, and other applicable state statute s and constitutional prov1s1ons. D-16 TERMINATION OF CONTRACT: If the Contractor shall be adjudged bankrupt , or ifhe should make a general assignment for the benefit of his creditors , or if a receiver should be appointed on account of his insolvency , or if he should persistently or repeatedly refuse or should fail , except in cases for which extension of time is provided , to s uppl y enough properly skilled workmen , equipment or proper material s, or if he should fail to make prompt payment to Subcontractor or for material or labor, or persistently disregard laws , ordinances or the instructions of the Owner, or otherwise be guilty of a substantial violation of any prov is ion of the Contract then the Owner upon the certificate of the Owner that sufficient cause exists to justify such action may without prejudice to any other right or remedy and after giving the Contractor seven (7) days written notice tenninate the employment of the Contractor and take possession of the premises and of al I materials , tools , and appliance thereon and finish the work by whatever method the Owner may deem expedient. In such case , the Contractor shall not be entitled to receive an y further payment until the work is finished . If the unpaid balance of the Contract Price shall exceed the expense of finishing the work , including compensation for additional managerial and administrative service , such excess shall be paid to the Contractor . If such expense shall exceed such unpaid balance the Contractor shall pay the difference to the Owner as herein provided and the damage incurred through the Contractors fault shall be certified by the Owner. In the event of termination of Contract before completion of the work due to abandonment of the project or di scontinuance thereof, the Contractor will be paid in proportion to the work completed and in progress as per scope of work described in the Contract Documents aid in accordance with the unit price schedule . D-17 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW I . Worker's Compen sation Insurance Coverage a. Definitions : Ce11i fication of coverage ("certificate"). A cop y o f a certificate o f in sur ance , a certificate of auth ority to self-insured issued by the comm iss bn, or a coverage agreement (TWCC-81 , TWCC-82 , TWCC-83 , or T WCC-8 4 ), s howing statutory work e rs' compen sati on in s urance cov era ge for the per so n 's or e ntitie s' empl oy ee s providing se rvice s on a pnject for the durati on o f th e project. Durati o n o f the projec t include s the time fr om the beg innin g o f the work on the project until th e Co nt ra ct or's /pe rso n's work on the project has bee n co mpl eted and acc e pted by the gove rnm ental entity . Per so ns pro v idin g servi ces on the proje ct ("S ub co ntra c to r" in 406 .096 ) include s all pers ons or entitie s perfo rmin g a ll or pa11 o f the serv ices the Co ntract o r has undert aken to perform on the proj ect , rega rdl ess o f wh eth er th at person contra cted direc tl y with th e Co ntractor and reg ardle ss of wheth er that pe rso n ha s empl oy ees. Thi s in c lude s, with out limit ati on, indep e ndent Co ntracto rs, s ubcontractors, lea s in g compani es, moto r carri e rs, ow ner-o perat ors, empl oy ees o f an y such entity , or emplo yees o f an y Fo rt Wort h Water De partm ent Part D -Spec ial Co nditi ons Pag e -l of 13 7/2 1/2009 - - . .. entity that furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling , or delivering equipment or materials, or providing labor, transportation , or other services related to a project. "Services" does not include activities unrelated to the project such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. b. The Contractor shall provide coverage based on proper reporiing of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.01 I ( 44) for all employees of the Contractor providing services on the project, for the duration of the project. c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. e. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project, and 2) no later than seven days after receipt by the Contractorfi new certificate of coverageshowing extension of coverage, if the coverage period shown on the curren_t certificate of coverage ends during the duration of the project. f. The Contractor sh al I retain al I required certificates of coverage for the duration of the project and for one year thereafter. g. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery within ten ( 10) days after the Contractor knew or should have known of any change that materially affects the provision of coverage of any person providing services on the project. h. The Contractor shall post on each project site a notice in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 1. The Contractor shall contractually require each person with whom it contracts to provide services on a project to : 1) Provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements which meets the statutory requirements of Texas Labor Code. Section 401 .0 I 1 ( 44) for all of its employees providing services on the project, for the duration of the project: 2) Provide to the Contractor prior to that person beginning wo rk on the project, a ce11ificate 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. Fort Worth Water Department Part D -Special Co nditi ons Pa ge 5 of 13 7/21 /2009 3) Provide the Contractor, prior to the end of the coverage, a new certificate of coverage showing extension of coverage if the coverage period shown on the current certi fie ate of cover!tge ends. during the duration of the project: ' 4) Obtain from each other person with whom it contracts, and provide to the Contractor: a. a certificate of coverage, prior to the other person beginning work on the project and; b. a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project: 5) Retain all required certificates of coverage on file for the duration of the project and for one year thereafter: 6) Notify the governmental entity in writing by certified mail or personal delivery, within Ten ( I 0) days after the person knew or should have known, of any change that materially affects the provision of coverage of any personproviding services on the project; and 7) Contractually require each person with whom it contracts, to perform as required by paragraphs (I) -(7) with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage-insured, with the commission's Division of Self-insurance Regulation. Providing false or misleading information may subject the Contractor to administrative, criminal, civil penalties or other civil actions. k. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. 2. The Contractor shall post a notice on each project site in form ingall persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Workers Compensation Commission rules. Th is notice must be printed with a title at least 30 point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to theworker population. REQUIRED WORKERS' COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this project must be covered by workers' compensation insurance. This includes person providing, hauling, or delivering equipment or materials or providing laboror 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 1-512-440-3 789 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. Fort Worth Water Department Part D -Special Conditions Page 6 of 13 7/21 /2009 - - - - D-18 WAGE RATES: The labor classifications and minimum wage rates set forth herein have been prede tennined by the City Council of the City of Fort Worth , Texas, in accordance with statutorJequirements, as being the prevailing classifications and rates that shall govern on all work performed by the Contractor or any Subcontractor o~ the site of the project covered by these Contract Documents. In no event shall less than the following rates of wages be paid: Fort Wo rth Wa ter De partme nt Part D -S pe c ial Co nditi o ns Page 7 of 13 7/2 1/2009 City of Fort Worth Highway (Heavy) Construction PrevaU in o Waoe Rates For 2008 Class ificat i o ns A ir Tool Operato, A s phalt Rake: A s phalt Sho•,e,er l,s phal: D i strilhltor Oo.,r.!t or A s phah Pav,nc Machine Opera tor 3 atcrung Plar t 'Ne,g'le r 3rocm or S·n·e-eper Oper a tor S1.lldoz e r Operator Ca1roente r (Rouc h i Cor,crete Firus-"ler-Paying Cor,crete Fi ni s lier -Structur es ·::or ,cn.te ,=>av no Cu rbirc Mach. Ooer . Concrete ?.n·,na F in is r ,in.:, \lach . Oper Concrete Pav ,ng Jo nt :':e3ler Oi;-er. Concrate Pav,na ::·aw Ope<. Cor ,cr;;te Pavng !:pre .. der Ope r. Concrete Rubber C ra11e. Clamshe ll. Backh,oe. De mc k. Oragl :ne. Sh cvel :l,;ctric,3n r •agg e r =or m B Jilder-S1ru c ture s rorm Sette r-Paw ,g & Cur bs Fo1.ndafon Dr,11 Op,1 r.:1 to1, Cr.lwl e r Mo•Jnted ro1,ndat,on D rll Ooer3to,. -n.. ck P,'oo r ,t ed Fro nt E"IO Load er I Laborer -CCITT'm o n '.._aborer-U t li1y ',lee.h a me \!ill,ng M ach ·ne Cperat-0r. ;:ine G rade \l ix er Cpe rator \lo'.or G r ader Ope r a:or (r·ne Grade } \lo:or Grader Operaior R ougl'I Oi ·e, Pail'lter. S tr u-?tu r es Pavement Mark ino M ac "l 1'1 e Ooe,r "'ip e L ayer Ro l'er. Steel \l\ihe e l Pan :-M i~ Pave "n e n:s Roi.er , Steel 'Nh ee l C1h er Fl atwi'eel o.r Tampi ng Ro l'.er , 0 r ev matic . Se l!-Pr epe 'le d :':-er .aper R;1 ,-,forci r-o Steel Set:er 1"'a 'lira ; R e1nfo•cing St ee l S et .,r 1Str•Jctur e ) Hou rl v R ate s $1 ') G,6 $13()9 SB BO $13(l'9 $12 .79 $14 15 sg ea $13 .22 s 12 eo $12 85 $13 27 $12 00 s 13 e3 s1.c e,J $13 .~ $14 eJ $10 a1 $14 12 $19 .12 $8.43 $11 .0.3 $11 8 3 $13 07 $16 30 $12 62 $Q 19 $10 t}5 $16 ll7 $11 83 $11 58 $1 5 20 $14N $13 17 $10 C4 $11 C4 $11 :s $1) >i2 $11 Qi $14M $16 2;1 C l a ss ificat io n s S craper Oi:-e r a1or Servicer Slio Form Mact-ire Ooeutor Sore .. ~er 3ox Ope ra tor Tr acto• ooe,ator. Craw .er T"°" Tracto, operator. Pne1.ma t •c Tra·,•e lir,c \f ixer C'1erator Truck Dri',er -S irgte A xl e (L ght) Truck Ori'.'er-Siral-e A xl e 1Heaw) Tr"Jck D rive.r -Tard ... m Axle Semi-Trailer Truck D rive,-_owbo•,!Fklat Truck D river-Tran si: M i x Wagon Dr II . Bo r ng Mact ne. Po st Hole Dr lie r '/Ve ldet '.'York Zone 3.1rr,cad~ S e-rvice r Sou r•:e is AGC of Te•as (:-l.wy . f-',,y l.t il ,ti?S l ndi.st•i a l B r a rich) N'KN.acce ss gpogov:da\•1sbaconl Hrlv Rts S 11.42 S 12 .32 $12 .3 3 $10.92 S 12.'30 s ,2.,;i1 S 12.03 S l 0.?1 $1 1.47 $1 1.75 S'4.9J s 1:::.oa S'.4 .00 $13 .57 s 10.og D-19 WEEKEND, HOLIDAY AND NIGHT WORK: Req ues ts to wor k o n wee kend s, Ho lidays, or N ig ht wo rk mu st be submitted to and a pp rove d by th e Eng in ee r fo rty -e ight ( 48) ho ur s befo re th e wo rk is to be co ndu cted. N ig ht wo rk; (betwee n th e ho ur s o f 7:00 p.m . and 7:0 0 a.m .) s ha ll o nl y be auth orize d by th e Eng in eer when fl ow co nd itio ns an d/or traffic co nd itio ns inhibit th e no rma l wo rk of th e Co ntracto r d ur ing dayt im e ho ur s. The Co nt rac to r sha ll be no ti fi ed o f the dec isio n to a ll ow weeken d , ho li day or ni g ht wor k wit hi n 24 ho ur s of th e recei pt o f th e re q uest. 0-20 DELA YS : The Co ntrac to r sha ll rece ive no co mpe nsat io n fo r de lays or hind ra ne es to th e work , exce pt when d ir ec t a nd unavo id ab le ext ra cos t to th e Co nt racto r is ca used by the fa il ure of th e C ity to prov id e in fo rm ati o n o r mater ia l, if any, whi c h is to be furni shed by th e C ity . When s uc h extra co m pe nsatio n is clai med, a writt en statement th e reof sha ll be pr ese nt ed by th e Co ntr ac to r to the Ow ne r, and if by h im fo und co rrec t, sha ll be a pp rove d a nd re ferred by him to th e Co un c il for fin a l ap prova l o r di sa pp rova l; a nd the ac ti o n th e reo n by th e Co un c il sha ll be fin a l an d b ind in g . If de lay is ca use d by s pec ific orde rs g ive n by the Ow ne r to sto p wo rk , o r by th e pe r fo rm ance o f ex tra Fo rt Wort h Water Depart men t Part D -Special Condi t ions Page 8 of 13 7/2 1/2009 work, or by the failure of the City to provide material or necessary instructions for carrying on the work , then such de la); will en\itle the Contractor to an equivalent extension of time, his application for which 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. D-21 EXAMINATION OF SITE: rt sh al I be the responsibi I ityof the prospective bidder to visit the Work Order sites and make such examinations and visual inspections as may be necessary to determ ineall conditions which may affect the completion of the Work Order. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. D-22 ACCESS TO THE WORK: It is anticipated some of the sanitary sewer line segments scheduled for cleaning are located on private property. Access to these manholes is generally provided by existing easements and/or right-ot:.ways; however, the legal access may be covered with private improvements such as fences, landscaping, outbuildings, etc. In such cases the Contractor shall work with the Property Owner to find alternative methods of access and obtain a signed agreement that outlines the method. Provisions of all agreements for replacement of removed or damages private property relative to the alternate access method shall be the responsibility of the Contractor. D-23 SITE RESTORATION AND DAMAGE TO PRIVATE PROPERTY: The Contractor shall be responsible for restoring the site to original or betterconditionsaftercompletionofhis operations subject to approval of the Owner. Replacement shall be in kind or better. At the Contractor's discretion, digital photos may be taken of existing conditions for documentation. The burden of proof as to pre-project site conditions is the sole responsibility of the Contractor. The Contractor shall immediately repair or replace any damage to private property, including but not limited to fences, walls, pavement and water and sewer services, at no cost to the Owner. All costs for site restoration , repair or replacement to private property and documentation sh al I be considered subsidiary to the project contract price and no additional payment will be allowed. D-24 EXISTING UTILITIES: 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 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 any other utilities and structures both above and below ground during operations. The Contractor is liable for all damages done to such existing facilities as a result of his operations and any and all costs incurred for the protection and/or temporary relocation of such facilities shall be subsidiary to the contract amount. NO ADDITIONAL COMPENSATION WILL BE ALLOW E D . 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 ty pe of original mate rial and construction or better unless otherwi se shown or noted on the plans, at his own cost and expense. The Contractor shall immediatelynotify the Owner of the damaged utility or se rvice line . He s hall cooperate with the Owne rs of a l I utilities to locate existing underground facilities and notify the Owner at o nc e o f a ny c o nflicts in g rad es and a li gnments. In case it is necess ary to c han g e o r m ove th e pro pe rty of a ny O w ne r o f a public utility~uch property s hall no t be m oved o r interfere d with until o rdered to do so by the Owner. Th e ri g ht is re se rved to the Owner o f public utiliti es to e nter upon the limits of the project for the purpos e o f making such changes or repairs of their property that may be made nece ss ary by perform a nce of thi s c o ntract. D-25 PROJECT ACTIVITIES OVER PIPELINES : l.t is a pparent th at ce rt a in project ve hicl es co uld ex ceed the load bearin g c a paci ty o f th e pipe under shall o w bury c o ndition s. ft will be the re s pon s ibility o f the Contractor to Fo rt Worth Water Department Part D -Spe c ial Co nditi ons Pag e 9 o f 13 7/2 1/2009 protect the existing lines from these possible excessive loads . Any damage to the exi sting pipe will be repaired or replaced by the Contractor, at the Contractor 's expense , to the sati s faction of the City . 1 t D-26 SAFETY ST AND ARDS AND ACCIDENT PREVENTION: With respect to all work performed under this Contract the Contractor shall : 1. Comply with the safety standard s provi s ions of applicable laws , building and construction codes and the Manual of Accident Prevention in Construction published by the Associated General Contractors of America , the requirements of the Occupational Safety and Health Act o f 1970 (Public Law 91-596 and s ubsequent amendments), and the requirements of Title 29 of the Code of Federal Regulations , Section 1910 or CJ26 as applicable . 2. Exercise ev ery , precaution at all times for the prevention ofaccidents and th e protection of person s (including e mployees) a nd property . 3 . The attention of the Contractor is directed to the Requirements (including permitting and recording) of the Confined Space Entry regulations that are under OSHA. D-27 CONFINED SPACE ENTRY PROGRAM: The Contractor shall produce a written document explaining the confined space entry program to be implemented on this project. At a minimum , the submitted program shall be in compliance with all applicable OHSA requirements regulating confined space entry. D-28 SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: I. A warning sign not less than five inches by seven inches , painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks , power shovels , drilling rigs , pile drivers , hoisting equipmentor similar apparatus . The warning sign shall read as follows: "WARNING -UNLAWFUL TO OPERA TE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LLNES." 2 . Equipment that may be operated within ten feet of high voltage lines s hall have in s ulating cage-type of guard about the boom or arm , except back hoes or dippers , and insulator links on the lift hook connections. 3. When necessary to work within six feet of high voltage electric lines , notification shall be given the Power Company (TXU Gas and Electric Utilitie s/ONCOR) who will erect temporary mechanical barriers , de-energize the lines , or raise or low er the line s. The work done by the Power Company shall not be at the expen se of the City of Fo11 Worth . The notifying department shall maintain an accurate log of all such calls to the Power Company , and s hall record action taken in each ca se . 4. The Contractor is required to make arrangem ent s with th e T XU Ga s and Electric Utilitie s/ONCOR Compan y for the temp o rary relocation or rai s ing of high vo lta ge linesit the Co ntra cto r's sole cos t and expen se . 5 . No pe rso n sha ll wo rk w ithin s ix fe et of a high vo lt ag e line with o ut protecti o n ha v in g been taken as o utlin ed in Para g raph (3). D-29 TRAFFIC CONTROL: The Co ntract o r s ha ll be res po ns ibl e for pro v idin g traffic co ntrol durin g the executi o n o f thi s proj ec t con s istent with the provi s ion s se t forth in the "Late st Editi o n Texas Manual on Uniform Traffic Co ntrol De v ic es for Stre ets and Hi g hwa ys ·' iss ued und ethe a uth o rity o f the ·'St ate o f Texa s Uni fo rm Act Regul atin g Traffic o n Hi g hw ays;· codified as Arti c le 6 70 I cl Yemon 's C ivil Statute s, pertinent secti ons be in g Sec ti o n Nos. 27 , 29 , 30 and 3 1 and a lso in acc o rd a nc e with the fo ll o win g additi o nal requirement s : Fort Worth Water Department Part D -Spec ial Co nditi ons Page 10 of 13 7/2 1/2009 I. The C o ntractor's a ttention is dire cted to Pa rt C , General Co nditi o ns, Section C 6-6 LEGAL RELATIONS AND PUB LIC RESPONSIBILTY, paragraphC6-6 .8 BARRACAD ES, WARNINGS AND WATCHMEN, which :. requires that the Contractor shall furnish barricades, flares , etc ., for the protection of the public and the work. 2 . The cost of the traffic control shall be included in the price bid for other items as bid in the Proposal , and no other compensation will be allowed. 3. The Contractor shal I limit his work within one continuous lane of traffic at a time tom inim ize interruption to the flow of traffic . 4. Work s hall not be performed on certain lo c ations/streetsduring "peak traffic periods" as determined by the City Traffic Engineer and in accordance with the a pplicable prov is ion of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas ." When work activities are located in or near high traffic areas or when specifically directed by the City, the contractcr will be required to obtain a ·"Street Use Permit" prior to starting work. As part of the "Stret Use Permit" a traffic control plan is required. When work activities are located in or near a state right-of-way , the Contractor shall comply with all applicable Texas Department of Transportation regulations. D-30 PROTECTION OF TREES, PLANTS, AND SOILS: All property along and adjacent to the Contractors' operations including lawns , yards, shrubs, trees, etc. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work. By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming. removal. or root pruning) can be done on trees or _shrnbs growing on public property including street rights-of-way and designated alleys . This permit can be obtained by calling the Forestry Office at 871-5738. All tree work shall be in compliance with pruning standards for Class II Pmning as described by the National Arborist Association. A copy of these standards can be obtained by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due the Contractor by the City . D-31 TREE PRUNING: A. REFERENCES: National Arbori st As sociation 's "Pruning Standards for Shade Trees". B . ROOT PRUNING EQ U IPMENT 1. Vibratory Knife 2. Vermee r V-1550RC Ro o t Prun e r C. N ATU RAL R ESO U RCE S PR OTEC T ION FENCE 1 . Steel ·'T " = Bar s take s, 6 feet lo ng. 2 . Smoo th Ho rse-Wire : 14-1/2 g au g e (medium g au g e) or 12 g au ge (h e av y g auge ). 3. Surveyor 's Pla stic Flaggin g : "Tundra" wei g ht , Internati o nal flu o re scent oran g e or red col o r. 4 . C o mbinati o n Fence : Commerci a ll y manu fac tured co mbination so il separato r fabric o n wire me sh backing as s ho wn o n the Drawin g s . D. ROOT PR UNING Fo rt Worth Water De partm ent Part D -S pe c ial Co nditi ons Page 11 of 13 7/2 1/2009 1. Survey and stake location of root pruning trenches as directed by the Engineer. • 2 . Using the approved specifiedequipment,make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone. 3 . Backfill and compact the trench immediately after trenching. 4 . Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the Engineer. 5. Within 24 hours, pnine flush with ground and backfill any exposed roots due to construction activity . Cover with wood chips of mulch in order to equalize soil temperature and minimize water loss due to evaporation. 6. Limit any grading work within conservation areas to 3-inch maximum cut or fill , with no roots over I- inch diameter being cut unless cut by hand or cut by specified methods, equipment and protection. E. MULCHING: Apply 2-inches to 4-inches of wood chips from trimming or clearing operation on areas designated by the Engineer. F . Tree Pruning shall be considered subsidiary to the project contract price. D-32 TREE REMOVAL: Trees to be removed shall be removed using applicable methods, including stump and root ball removal , loading, hauling and dumping. Extra caution shall be taken to not disrupt existing utilities both overhead and buried. The Contractor shall immediatelyrepairor replace any damage to utilities and private property including, but not limited to , water and sewer services, pavement, fences , walls, sprinkler system piping, etc., at no cost to the Owner. All costs for tree removal, including temporary service costs, shall be considered subsidiary to the Work Order price and no additional payment will be allowed. D-33 MANHOLE EXPOSURE: When it is necessary to expose manholes in unpaved areas or under asphalt pavement, the Contractor shall expose the manholes in order to have access for the sewer cleaning. Manhole exposure less than one (I) inch deep in asphalt pavement or less than twelve( 12) inches deep in unpaved areas shall be considered subsidiary to the unit price bid for cleaning various diameter sanitary sewer mains on this project and the Contractor shall notify the Owner and Engineer of any manholes thus exposed. For manholes not meeting the above criteria, the Contractor shall immediatelycontact Kirit Patel by fax at the City ofFort Worth Field Operations Division at (817) 392-8382 and David Cooper at the Fort Worth Water Depattment Engineering Division at (81 7) 392-8195 with the following information : manhole number, lateral number, station and/or address. and action required. The City shall expose all manholes not conforming to the criteria outlined above. D-34 PLACING WORK IN SERVICE: Since all work involved is with existing facilities ,serviceofsanitary - sewers shall be maintained at all times. D-35 WATER USAGE: Water usage by the Contractor for the purpose of sewer line investigation shall be - taken from approved fire hydrants via a 2" meter obtained by the Contractor from the Owner. The meter shall be us ed o nly on this project. One fire hydrant wrench will be is sued with each 2" meter. The deposit for the 2" meter and fire hy drant wrench is the re s ponsibi I ityof the Contractor . Only fire hydrant wrenches or open-ended wrenches may be used on fire hydrant o perating nuts. The amount of dep os it for the fire hydrant meter is $1 ,000.00 (One Thousand Dollars ). The Contracto r is re s pon s ible to return the meter for reading on a monthl y basi s . Meter reading fee is applicable for this project; however, there will be no charge for water us age for the purpos e of sewer line cleaning. D-36 SPILL PREVENTION AND RESPONSE PLAN: The Contractor s hall produce a written document explaining the spill prevention and re s pon se plan(s) to be implemented on this project. At a minimum. the s ubmitted s pill prevention and response plan shall include contingency plans addressing sewer back-ups into Fort Worth Water D~p artment Part D -Special Co nditi o ns Page 12 of 13 7/21 /2009 homes/businesses, including a 24 hour a day response requirement, sanitary sewer overflows from manholes, and le aj<ageor s pill containment during sewe r debris removal or transport. The s pill prevention and response plan shall also include operational procedures, a list of responsible parties and duties , and the notification procedures to be implemented in case of and emergency s pill as defined herein . Fo rt Worth Water De partm ent Part D -Spec ial Co nditi ons Page 13 of 13 7/2 1/2009 - PARTE TECHNICAL SPECIFICATIONS Item 100 Summary of Work Interceptor Condition Assessment Program Contract 2 -Large Diameter Sanitary Sewer Cleaning Project No.: ICAP09-2 PARTl GENERAL 1.01 SCOPE A. The Contractor shall complete the work as specified in the plans and specifications . B. The work is located throughout the City of Fort Worth, Texas. Specific sanitary sewer cleaning location(s) will be defined in the Work Order(s) provided to the Contractor. 1.02 WORK COVERED BY CONTRACT DOCUMENTS A. The work covered by these Contract Documents consists of the Cleaning and Sonar inspection of various large diameter sanitary sewer mains within the Fort Worth Water Department's sanitary sewer collection system. B. In the Contract Documents the words "furnish", "install", and "construct" shall mean for the contractors to furnish all labor, tools, material, and miscellaneous items necessary to complete the work as specified and in the locations detailed in the work order(s). C. The scope of work to be completed is defined by the work order(s) and these specifications. Any part, appurtenance, or miscellaneous item of work which is reasonably implied or normally required to make the cleaning and inspection satisfactorily and complete, even if not specifically required by the drawings and/or specifications, shall be provided by the Contractor at no additional cost. In general terms, the work consists of furnishing all labor, materials, equipment, tools, and related items as required to complete the Cleaning and Sonar inspections. D. Comply with applicable building codes and environmental requirements 1. Comply with city, state, and national codes as a minimum or the requirements of these documents if more stringent than codes. 2. Comply with city, state, and national environmental requirements. E. The work to be provided under this Contract is not necessarily limited to the foregoing descriptions. Accordingly, the Contractor shall thoroughly study the Contract Documents to fully understand the extent of the work. Fort Worth Water Department Part E-Technical Specifications Item 100-Summary of Work Page I of2 7/21/2009 1.03 DESCRIPTION OF BID ITEMS The following descriptions are intended to clarify the nature of the work required for this project. Each bid item includes all labor, materials, equipment, and incidentals necessary to complete the item. Bid Item 1 -Job Move-In: Contractor shall be compensated for one Job Move-In for each Work Order submitted by the Owner to the Contractor. Job Move in price shall include all materials, equipment, and labor necessary to initiate the work defined within the Work Order within seven days from receipt (See Special Conditions Item D-11 ). Bid Item 2 -Emergency Job Move-In: Contractor shall be compensated for one Emergency Job Move-In for each emergency work order submitted by the Owner to the Contractor. Emergency Job Move-In price shall include all materials, equipment, and labor necessary to begin the work defined within the emergency Work Order within twenty-four hours from receipt (See Special Conditions Item D-12). Bid Item 3-18 -Cleaning of Various Diameter Pipe: Work shall include all labor, materials, and equipment necessary to perform sewer main cleaning, of the diameter specified. The required section must be free of roots, grease, and all debris. All depository material and/or debris must be removed from the pipe section and disposed at Owner authorized disposal location. Contractor shall include within his unit price bid costs for transportation of debris to disposal site. Owner shall pay disposal costs. Provide Owner with trip tickets for debris disposal. Work shall include all dewatering, flow control, plugging , etc. necessary to regulate the flow within the pipe section in order to properly clean the pipe . Bid Item 19-24-Siphon Cleaning-Various Diameters: Work shall include all labor, materials, and equipment necessary to perform siphon cleaning, of the diameter specified. The required section must be free of roots, grease, and all debris. All depository material and/or debris must be removed from pipe section and disposed at Owner authorized disposal location. Contractor shall include within his unit price bid costs for transportation of debris to disposal site. Owner shall pay disposal costs. Provide Owner with trip tickets for debris disposal. Work shall include all dewatering, flow control, plugging, etc., necessary to regulate the flow within the pipe section in order to properly clean the pipe. Bid Items 25-32 -Sonar Pipeline Inspection-Various Diameters: Work shall include all labor, materials, and equipment necessary to perform a pre and/or post cleaning sonar inspection of siphons. Contractor shall include within his unit price bid all costs for data storage, data transmission, and data analysis. Sonar data shall be utilized by Owner for determination of cleaning quantities and as a verification of the effectiveness of the cleaning process. Fort Worth Water Department Part E-Technical Specification s Item 100 -Summary of Work Page 2 of2 7/21/2009 Part 1 -General Item 200 Cleaning and Sonar Inspection Interceptor Condition Assessment Program Contract 2 -Large Diameter Sanitary Sewer Cleaning Project No.: ICAP09-2 The work covered by these specifications consist of furnishing all equipment, materials, labor, supervision and incidental items necessary to perform cleaning and sonar inspection of the sanitary sewer collection system. Selected equipment shall be capable of cleaning and inspecting spans of sewer lines up to 1,500 linear feet or greater. Part 2 -Equipment 2.1 Cleaning Equipment The City of Fort Worth Water Department Pre-Treatment Division must inspect all equipment used by the CONTRACTOR for cleaning of sewer lines or capturing and transporting debris and material removed from the sewer collection system. Contact Marlene Gates at (817) 871-8305 for scheduling of inspections. Information regarding City of Fort Worth vehicle permits and certifications can be found in Appendix A, Permits and Forms. All costs associated with local permits and certifications of vehicles are the responsibility of the CONTRACTOR. All vehicles used on this project must also be certified by the TCEQ and proof of this certification must be provided to the City. Refer to Part D Special Conditions, Item D-5 Permitting and Additional Insurance Requirements for more information. A. HIGH-VELOCITY JET (HYDROCLEANING) EQUIPMENT: All high-velocity sewer cleaning equipment shall be constructed for ease and safety of operation. The CONTRACTOR shall have a selection of two or more high-velocity nozzles. The nozzles shall be capable of producing a scouring action from 10 to 60 degrees in all size lines designated to be cleaned. The equipment shall carry its own water tank, auxiliary engines, pumps, and hydraulically driven hose reel. B. HYDRAULICALL YPROPELLED EQUIPMENT: The equipment used shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in diameter to the pipe being cleaned and shall provide a flexible scraper around the outer periphery to ensure removal of grease. If sewer cleaning balls or other equipment that cannot be collapsed are used, special precautions to prevent flooding of the sewers and public or private property shall be taken by the CONTRACTOR. Damages or claims resulting from backups and flooding shall be the responsibility of the CONTRACTOR. C. MECHANICALLY POWERED EQUIPMENT: Bucket and/or winch machines shall be in pairs with sufficient power to perform the work in an efficient manner. Machines will be belt operated or have an overload device. Machines with direct drive that could cause damage to the pipe will not be allowed. A power rodding machine shall be either sectional or continuous rod type capable of holding a minimum of 750 feet of rod. The rod shall be specially heat-treated steel. To ensure safe operation Fort Worth Water Department Part E -Technical Specifications Item 200 -In spection Page l of 67/21/2009 the machine shall be fully enclosed and have an automatic safety clutch or relief valve . Mechanically powered equipment shall only be used when authorized by the ENGINEER and shall be done onl~ when other cleaning methods are shown to be ineffective . 2.2 Sonar Inspection Equipment Sonar equipment must be specifically adapted for use in sanitary sewer systems using high frequency sound waves to locate and map irregularities within the pipe environment creating continuous sonar images recorded in "real time" mode . Part 3 -Execution 3.1 Sewer Line and Siphon Cleaning A. General Sewer Line Cleaning Sewer line cleaning shall be performed with hydraulically propelled high-velocity jets, and/or mechanical powered equipment. Equipment shall be based on field conditions such as access to manholes, type and quantity of debris to be removed , size of sewer, and depth of flow. Selected equipment shall be capable of cleaning spans of sewer main up to 1,500 linear feet. Hydraulic or mechanical means shall be used to remove all dirt, grease, rocks, sand, and other materials and obstructions from the sewer lines. The CONTRACTOR shall provide a mechanism to prevent debris from moving downstream from the line segment being cleaned. The method of cleaning for each segment shall be based on site conditions and shall be approved by the ENGINEER. The equipment and methods selected shall be satisfactory to the ENGINEER. B. Root Removal Roots shall be removed in within the cleaning limits and shall be considered part of sewer cleaning procedures. Special attention should be given during the cleaning operations to ensure complete removal of roots from the joints. Chemical means of root control or removal MAY NOT be used on this project. C. Grease Removal Grease shall be removed within the cleaning limits and shall be considered part of sewer cleaning procedures. Special attention should be given during the cleaning operations to ensure the complete removal of grease from the top of the pipe. Procedures may include the use of mechanical equipment such as rodding machines, bucket machines and winches using root cutters and porcupines, and equipment such as high-velocity jet cleaners, and hot water. Chemical means of grease removal using and EPA approved chemical degreasers MAY NOT be used on this project without prior authorization from the City. D. Debris Removal Fort Worth Water Department Part E-Technical Specifications Item 200 -Inspection Page 2 of67/2l/2009 All debris resulting from the cleaning operations shall be removed and transported by the • r· CONTRACTOR to locations designated by the City at the end of each work day. Under NO circumstances will the CONTRACTOR be allowed to accumulate debris at the work site beyond the stated time. Reference Part D, Special Conditions, subparagraph D-5 "Permitting and Additional Insurance Requirements" for more information about the collection, handling, transport and disposal of the debris. All solid or semi-solid debris shall be removed and transported by the CONTRACTOR to the Cold Springs Processing Facility located at 1300 Cold Springs Road, Fort Worth, Texas 76102. The contact person for Cold Springs Processing is Gary Beavers, who can be reached at (817) 332- 4939. The CONTRACTOR's cleaning equipment shall have permits in accordance with all applicable Federal, State and Local regulations. The City, at its own expenses, will dispose the debris generated from this project. CONTRACTOR shall provide the City and the ENGINEER with a detailed plan for tracking the amount of debris removed as part of this project. The City will supply trip-ticket books to be used by the CONTRACTOR. One copy of each ticket will be supplied to the designated disposal site, the CONTRACTOR will keep one,. two copies will be given to the City, and one to the ENGINEER. Tickets will be filed on a work order basis to all parties by the CONTRACTOR, including the permit numbers for vehicles used on the project daily. The CONTRACTOR shall also be required to submit its own TCEQ Liquid Waste Hauler paperwork to the City. E. Vault and Manhole Cleaning Walls shall be washed using a high pressure jet capable of 1,500 psi. Debris from the vault or manhole shall be vacuumed and disposed of in the same manner as debris removed from sewer main cleaning. F. Cleaning and Inspection Notification The success of the Fort Worth Water Department Sewer Cleaning and Inspection Program is dependent upon close coordination of the City and CONTRACTOR activities affecting Fort Worth Water Department customers in an effort to maintain customer cooperation. The following are the requirements for notifying affected customers of cleaning and television inspection activities. All procedures must be followed: 1. A notice ("flyer") in English and Spanish shall be provided to each residence and business a minimum of two (2) full working days prior to working in the area. The Notification flyer will inform the occupants of the purpose of the work, what might possibly occur, and telephone numbers to call in case of questions or problems. The master flyer for Notification will be provided to the CONTRACTOR for use in making all necessary copies of the flyer on white paper for distribution to residences and businesses. 2. CONTRACTOR shall, on a daily basis, document all distribution of flyers. Documentation at a minimum shall include maps showing areas notified, date, and name of person completing the notification. The CONTRACTOR shall provide this information to the ENGINEER and the City (David Cooper and Kirit Patel) by fax at (817) 451-2208, (817) 392-8195 and (817) 871- 8382, respectively on a daily basis. Fort Worth Water Department Part E-Technical Specifications Item 200 -Inspection Page 3 of67/21/2009 CONTRACTOR shall schedule work to be completed within five (5) working days from the day notices are distributed. If the work is unable to be completed in the notified area befor~ the end of 5 working days, the area will be re-notified. G. Cleaning Precautions During sewer cleaning operations, satisfactory precautions shall be taken in the use of cleaning equipment. When hydraulically propelled cleaning tools (that depend upon water pressure to provide their cleaning force) or tools that retard the flow in the sewer line are used, precautions shall be taken by the CONTRACTOR to ensure that the water pressure created does not damage or cause flooding of public or private property being served by the sewer. When additional water from fire hydrants is necessary to avoid delays in normal work procedures, the water shall be conserved and not used unnecessarily.No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant or as restricted by the OWNER. The CONTRACTOR shall use a backflow prevention device mounted on the fire hydrant in cases were the fire hose connected to the deaning equipment is considered susceptible to contamination, regardless of the backflow configuration on the cleaning equipment. The CONTRACTOR shall be responsible for any damage caused by his actions during this project. H. Remediation of Backups into Buildings Backups into buildings that occur during cleaning, inspecting, plugging or bypass pumping activities require immediate remediation using the services of a local firm specializing in cleaning and disinfecting residences and businesses. The firm used by the CONTRACTOR shall be approved prior to issuance of the Notice-to-Proceed, and shall provide a protocol that will be implemented for various scenarios that may occur. Upon discovery that a backup has occurred, the CONTRACTOR will immediately notify the Water Department Field Representative who will investigate the incident. The CONTRACTOR shall dry up the spill immediately and dispatch the cleaning service to professionally clean and disinfect the area. The cleaning service firm shall be at the customer site within three hours of notification of backup occurrence, or otherwise scheduled by customer. All communication will be through the Water Department Field Representative (Kirit Patel) at (817) 994-5610 (cell phone). Documentation of the remediation services provided shall be given the Water Department Field Representative. Should customer refuse the remediation services, CONTRACTOR shall provide a business card and contact name should customer want to schedule remediation at ,a later date. Refusal of remediation services shall be documented by the CONTRACTOR and provided to the Water Department Field Representative. 3 .2 Sonar Inspection A. General Fort Worth Water Department Part E-Technical Specifications Item 200 -Inspection Page 4 of67/2l/2009 The purpose of the sonar inspection shall be to document observations as stated in the City of Fort -: Worth Water Department CCTV Inspection and Defect Coding Program, and/or as a pre-cleaning evaluation. Contractor shall be required to reveal and document sewer line operational and structural conditions and/or cleaning results. The CONTRACTOR shall warrant to the OWNER any and all claims from infringement of patents and shall save harmless the OWNER and his Representative from loss on account thereof. B . Sonar Inspection Procedures Sonar inspection shall be performed according to the Sonar System manufacturer 's recommendation as it pertains to survey rate in inches per second. The sonar inspection system shall operate in real time mode with continuous interior scanning over full 360 degrees. Digital data shall be recorded at full resolution. C. Sonar Inspection Documentation SONAR INSPECTION LOGS: Location records of the sewer mains inspected shall be kept and maintained by the CONTRACTOR in a digital format. These location records shall clearly show the stationing location in relation to the upstream manhole. NO VHS TAPE RECORDINGS ARE REQUIRED NOR ACCEPTED AS A FINAL DELIVERABLE UNDER THIS CONTRACT. Hard copies of the inspection reports shall be bound and submitted to the OWNER with the digital data. The digital information shall contain multiple video inspection records and files that store each line segment as a unique digital record. Combining multiple segments on one form or digital record is not permitted. The CONTRACTOR shall provide a digital video file of the inspection. These digital video files must include the location of the line segment at the same time that the inspection is performed. As a minimum, the video file shall display manhole numbers and footage at all times. DIGITAL RECORDINGS: The purpose of digitally recording shall beto supply a visual record of all line segments that are inspected . Slow motion or stop-motion playback features may be supplied at the option of the CONTRACTOR. Title of the video record shall remain with the OWNER. The CONTRACTOR shall have all digital video and necessary playback equipment readily accessible for review by the OWNER during the project. The digital video file shall be a deliverable and will be required for completion of the work for each segment inspected. The digital video files (recorded on the approved digital storage media) shall be indexed with the line segment and labeled appropriately on the disc. Video and reports may be turned in via hard copy , CD-Rom, removable hard drive or DVD Data disk. Video recordings shall be processed by CONTRACTOR and delivered to the OWNER after completion of sonar inspection for review. A line segment shall be considered complete for payment once the CCTV, Sonar and Laser inspection and report has been delivered to the OWNER, and reviewed and accepted. Fort Worth Water Department Part E-Te chnical Sp ec ifications Item 200 -In spe cti on Page 5 of67/21 /20 09 3.8 Measurement and Payment A. Debris Disposal i The cost of collecting and transporting debris is subsidiary to the unit prices bid for the various diameter sewer lines cleaned. The actual cost of the debris disposal will be paid by the City directly to Cold Springs Processing. B. Sewer Line and Siphon Cleaning Sewer line and siphon cleaning of the various sized lines shall be paid at the unit price bid per linear foot of each pipe for actual length ofline cleaned. Measurement of the actual length ofline cleaned shall be made from center of manhole to center of manhole. When a partial line segment is cleaned, measurement shall be made from center of manhole to termination point of actual line cleaned as validated by post-cleaning CCTV inspections. Cleaning of manholes and vaults shall be considered incidental to the unit price bid per linear foot of the connecting pipe(s). Acceptance of sewer line cleaning shall be made upon the review of CCTV and/ or sonar data, if the results are to the satisfaction of the Engineer. Internal CCTV and/or sonar inspection shall be the sole means used to determine if the cleaning is satisfactory. If inspection shows the cleaning to be unsatisfactory, the Contractor shall be required to re-clean and CCTV the line segment until the cleaning is shown to be satisfactory, at no additional cost to the city . Acceptance of siphons cleaned shall be made upon review of sonar inspection data, if the results are to the satisfaction of the Engineer. Sonar inspection data shall be the sole means of determining if the cleaning is satisfactory. If sonar inspection data shows the cleaning to be unsatisfactory , the Contractor shall be required to re-clean and re-inspect the siphon until the cleaning is shown to be satisfactory, at no additional cost to the City . Acceptance of manholes and vaults shall be made by the Engineer based on visual inspection of the structure. C. Sonar Inspection Measurement and payment for sonar inspection of the various size siphons shall be paid at the unit price bid per linear foot. Measurement of the actual number of feet inspected shall be made from center of manhole to center of manhole. When a partial line segment is inspected, measurement shall be made from center of manhole to termination point of actual inspection. Fort Worth Water Department Part E-Technical Specifications Item 200 -Inspection Page 6 of67/21/2009 .. - PARTF BONDS AND INSURANCE f l l - - - . CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Article 8308-3.23 of Veron's Annotated Civil Statues , Contractor Certifies that it provides worker's compensation insurance coverage for all of its employees employed on City of Fort Worth Project Number ICAP09-2. STATE OF TEXAS § COUNTY OFT ARRANT § CONTRACTOR By : ~ /J.edcE '5°Atl'JZ-Jb,J R €-1 lo1t111L /f/lfltl/l'J~ Title Date ~~EFORE ME, the undersigned authority, on this day personally appeared 'Bn.<Le ~ O',.f • .S (fY\ . known to me to be the person whose name is subscribed to the foregoin instrument, and acknowledged to me that he executed the same as the act and deed of L vt-L \A.<._fe r the purpose and consideration therein expressed and in the capacity therein sta ed. GIVEN UNDER MY HAND AND SEAL OF OFFICE this ~fo~f ~lb£/-; jH'"_. 2004 CARMEN K. CARLENTINE Notary Public, State of 1exas My commission Exp1res August 24, 2011 ~46 ~ Notary Public in and for the State of Texas --~--~ /•.:... --J 4 •• ........ /"• ............. '-.· ·/·. .· ....... · -Page l Of l ; THE STATE OF TEXAS COUNTY OF TARRANT That we, (1) ACE PIPE. Bo n d No. 105343322 PERFORMANCE BOND § § § KNOW ALL BY THESE PRESENTS : ,. . . CLEANING, INC., as Principal herein, and (2) Trave I e r s Casua I ty a n d Su r ety Compa n y of America a corporation organized under the Jaws of the State of (3) Co nn ecticu t and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Wo~ a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of six· HUNDRED FIFTEEN THOUSAND f\!!NE HUNDRED lWE!\!TY FIVE DOI ' ARS AND NO CENTS {$615,925.00} for the payment of which sum we bind ourselves , our heirs, executors, administrators, successors and assigns , jointly and severally, firmly .by these presents. WHEREAS , Principal has entered into a certain written contract with ·the Obligee dated the _day of . APR I ·3 2010 2009, ~ copy of which is ~ttached hereto and made a part hereof for all purposes, for the construction of: :t:nterceptor Condition Assessment_ Program Contract 2: Large · Diameter Sanitary Sewer Cleaning NOW; THEREFORE, the condition of this obligation is such, if the said Principal shall ;:-faithfully perform the work in accordance with tl1e plans, specifications, and contract document.s ~ l and shall fully indemnify and hold harmless the Obligcc from all costs and damages which '·: Obligee may suffer by reason of Principal's default, and reunburse and repay Obligee for all ~· . . . . .-, outlay ·and expense· that Obligee may incur in making good such default) then this obligation· ~ . . ;'.shall be void; .otherwise, to remain in full force -and .effect. . PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the 1 i:Texas Government Code, as amended, and all liabilities on this bond shall be determined in ,,·; ;~rdance with the provisions of such statute, to the same extent as if it were copied at length l"i flterein. •·. IN WITNESS WHEREOF, the duly authorized representatives of the Princip~ and the ~:urety have execut ed this instrument. t -~ ,, f~. l I 1 1 . ~ ! f . 1 : [ l : ' I I f ' ' 1 : I : .. I I I . j..: I ; . : . i ! , : I ; . . ' I '. I ! I I ! I I : .I :, I : i : ' : I '· ! : i' I I • : I f . ; . ,· ; : . I : : i '. ? . I i : : 11 : ., !' .. , I !. i I : : i J: . I ' : ! l'i _i : ;i ' i \ ; :II l. '. I ;'. i . •.:, ·:· l 1 l .. : l[ ti . . ·, ·1· ! r. . 11: I ;_11 ;I ,·1i :I '/1 · i ·I .: :1 :.1 '. i f. i ·1 ,.! i .. ) i ; I ·. I , I .I . l . i .. :i I II I 11 fl I II SIGNED ~nd SEALED this~-day of_~_A_P_R _1 _3 ~2..._01-=-0 _ __, 20_. ATIEST: (Principal) Secretary (SEAL} Witness as to Principal ATIEST: · · \J~~ sec:r+ry Ace Pipe C leanin g, In c. PRINCIPAL By:~ / -Name:. /jLuur. ~<'Jo..] Title: · ftq,oN~ h16/L -..._ .... Address: 1509 Sy I v1in i a CT. • Fort Worth, TX 7611~ · . -... '"' .... _ ........ ------------ Travelers Casua lty and Surety Company of America SURETY By:·~~~-~ Name:..,....------------Attorney in Fact Marva Mi Iler Address: -~o n_e~T-o~we_r_. s_q.,,..ua.,.,.r_e -- Hartford, CT 06183 Telephone Number. 800. 747 .3719 NOTE: (1) . Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attaehed to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. TRAVELERSJ IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675-3130 (267) 675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on . companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53 .202, Property Code, effective September 1, 2001 . ~ TRAVELERS J Attorn ey -In Fact No . 22 139 8 WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmi ngton Casualty Company Fideli ty an d Guaranty Insurance Company Fi delity and Guaranty Insurance Underwriters , Inc . St. Paul Fire and Marine In surance Company St. Pau l Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. Q Q 3 12 4 7 3 4 KNOW ALL MEN BY THESE PRESENTS : That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury In surance Company are corporations duly organized under the laws of the State of Minnesota , that Farmington Casualty Company, Travelers Casualty an d Surety Company, and Travelers Casualty and Surety Company o f America are corporations duly organ ized under the laws of the State of Connecticut , that Uni ted States Fidelity and Guaranty Company is a corporation du ly organized under th e law s of the State of Maryland , that Fidelity an d Guaranty In surance Company is a corporation duly organized under the laws of the State of Iowa , and that Fidelity and Guaranty In surance Underwriters , Inc., is a corporation duly organized under the laws of the State of Wi scons in (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoi nt Carol F. Tasc io ui , Evonne Brown . Adele M. K o rc zak . Grace Villarreal. Gail Schroeder. Ci nd y Genslinger. Gina M. Damato . Th omas A. Pi c tor. Erik Ja nssens . J ane Bronson. Michael Damewood. Rose ma ry Muliere. Kath leen M . Anderson , Vae nessa Sims. Lui sa Cata lan o. Marva Mill er. Th o mas N. T ag ue , Brenda D . Hockberger. M eredith Da y, Carlin a A. Jewell. T ara S. Pe te rse n , T odd D. Barani ak. Dale F. Po qu e tte , Oscar F. Rin con. Hea th er Meyer. Mo is es Alcantar. James P . Fa ga n . Amar Pa te l. Heath er J. Meneghetli. Jo hn C. Reddin g. Stephanie Miller. Phil Horvat h. Grace Lawrence. David Le tc he r, And rew Stontz, Je nnife r Seppi. Ann Mulder. and Gabriel Jacqu ez of the City of Naperville/Chicago , State of Illinoi s , their true and lawful Attomey(s)-in-Fact, each in their se parate capacity if more than one is named a bove , to sign , execute , seal and acknowledge any and all bonds , recognizances, co nditi onal und ertakings and other writings obligatory in the nature thereof on beh alf of the Companies in their business of guara nteeing th e fidelity of persons, g uaranteei ng th e performance of contracts and executing or guaranteein g bond s and undertakin gs required or permitted in any actions or proceedings allowed by law. State of ILLINOIS Co unty of/DU PAGE On this / day of 2009 , befor e me personall y appea red Marva M ill er , known to me to be the Attorne y-in-Fact of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERIC A , the corp oration that ex ecu te d the w ithin in strument and acknowl edged to me th at such corporation exe cuted the sa me. IN WITN ESS WH EREOF, I have hereunto set m y h and and affi xe d my officia l sea l th e day an d yea r in this certifica te firs t wri tten above. BRENDA D. HOCKBERGER /., II g ~ NOTARY PUBLI C -STATE OF ILLINOIS U 1 ~ MY COM M ISSION EXPIRES FEB 4 .-20 12 (N t p bl' ) ' 0 ry ti I C State of Connecticut City of Hartford ss. By: 14th July 2009 On this the day of , before me personally appeared George W. Thompson, who acknow ledge d himself to be the Senior Vice Pres ident of Farmington Casualty Company, Fide lit y and Guaranty In surance Company, Fidelity and Guaranty Insurance Unde rwri te rs, Inc ., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury In suran ce Company, Trave lers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and U nit ed States Fide lit y and Guaranty Company, and th at he , as such , being a uthori zed so to do , executed the foregoing instrument for the purposes therein conta ined by sign in g on behalf of th e corporations by himself as a duly au th orized officer. In Witness Whereof, I hereunto set my hand and official sea l. My Commission expires the 30th day of Jun e, 2011. 58440 -4-0 9 Prin te d in U .S.A . \... Marie C. Tetreault , Notary Public WA RNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BO RD ER WARNING: THIS POWER OF ATIORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty In s urance Company , Fidelity and Guaranty Insurance Underwriters , Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolution s are now in full force an d effect, reading as follows : 1 RESOLVED , that the Chairman , the Pres ident , any Vice Chairman, any Executive Vice President, any Senior Vice President , any Vice President , any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as hi s or her certificate of authority may prescribe to sig n with the Company's name and seal with the Company's seal bonds , recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking , and any of sa id officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her ; and it is FURTHER RESOLVED , that th e Chairman, the President , any Vice Chairman , any Executive Vice President , any Senior Vice President or any Vice President may delegate a ll or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary ; and it is FURTHER RESOLVED , that any bond , recognizance , contract of indemnity, or writing obligatory in the nature of a bond , recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President , any Vice Chairman , any Executive Vice President, any Senior Vice President or any Vice President , any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company 's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal , if required) by one or more Attorneys-in-Fact and Agents pursuant to the power presc ribed in hi s or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED , th at th e signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents , Re sident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakin gs and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be va lid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile sea l shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I , Kori M. Johanson , the undersigned, Assistant Secretary, of Farmington Casua lty Company, Fidelity and Guaranty In surance Company, Fidelity and Guaranty Insurance Underwriters, Inc ., St. Paul Fire and Marine Insurance Company, St . Paul Guardian Insurance Company , St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and ha s not been revoked. 'APR I 3 2010 IN TESTIMONY WHEREOF , I have hereunto set my hand and affixed the seals of said Companies this ____ day of __________ ~, 20 Kori M. Johans To verify the authe nti city of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond .com. Please refer to the Attorney-In-Fact number, the above-named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATIORNEY JS INVALI D WITHOUT THE RED BORDER Bo n d No. 105343322 PAYMENTROND THE STATE OF TEXAS COUN'TY OF TARR.A.NT ' § § § KNOW ALL BY THESE PRESENTS: That we, (1 ), ACE PIPE CLEANING, INC. as Principal herein, and (2) Tr ave, e r s _ca_s_ua_l_t _y _a_nd_Su_r_et_v_c_o_m_p a_n_y _o_f _A_me_r_i c_a~------a corporation organized ·and existing under the laws of the State of (3) Co nn e c:t i c ut as surety, are held and firmly bound unto the City of Fort Worth, a-municipal corporation located in Tarrant and Denton Counties; Texas, Obligee ·herein, in the amount of SIX HUNDRED · FIFTEEN THOUSAND NINE · HUNDRED lWENTY . FIVB DOLLARS AND Np CENJS ($615,925.00)for the payment whereot: the said Principal and . Surety bind. themselves and th~ir heirs, executors, administrators, successors and assigns, jointly . . and severally, finnly by these presents: · WHEREAS, the Princi d into a certain written · contract with the Obligee dated the __ day of · 20 ~ which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the following project: 'Interceptor Condition Assessment Program Contract 2:· Large Diameter Sanitary Sewer Cleaning NOW, THEREFORE, THE CONDIDON OF TillS OBLIGATION IS SUCH, that if the said Principal ~hall faithfully make payment to each and every claimant (as defined i~ Chapter · 2253, Tex.as Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as am.ended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have execu~ed this instrument. I I 1!· I 11 : • I ~: • APR 1 3 2010 SIGN~ and SEALED this ___ day of ________ ____, 20_. ATTEST:· Ace Pipe C leanin g, Inc . PRINCIPAL By:~ Name: /3~cE JA,,.u.i (Principal) Secretary Titl~: g~ r1>A11tl.-rl1«L.. (SEAL) Address: 1509 Sylvania CT . fort Worth, IX 76111 Witness as to Principal . A1TEST: · NOTE: (1) (2) (3) Travelers Casualty a nd Surety Company of America SURETY · , By:~f?b/~ Name: ----------A tt om e y in Fact Ma rv a Mi I I er Address: One Tower Square ---------Hartford, CT 06 183 Telephone Number: soo.747.3719 Correct .name of Principal (Contractor). Correct name of Surety. St.ate of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract ... -: TRAVELERSJ IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at : Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675 -3130 (267) 675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on . companies, coverages, rights or complaints at: Texas Department ofinsurance P .O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is give n to comply with Section 2253-021, Government Code, and Section 53 .202, Property Code , effective September 1, 2001 . -~ WARNING: THI S POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTO RNEY TRAVELERS J Farmington Casualty Company Fidelity and G uara nty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company Attorney -In Fact No . 22 13 98 St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of Americ a United States Fidelity and Guaranty Company Certificate No. Q Q 312 4 7 4 7 KNOW ALL MEN BY THESE PRES ENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian In surance Company and St. Paul Mercury In suran ce Company are corporations duly organized und er the laws of th e State of Minnesota, that Fannington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualt y and Surety Company of America are corporations duly organized under the laws of the State of Connecticut , that United States Fidelity and Guaranty Company is a corporation duly organized und er the laws of the State of Maryland , that Fidelity and Guaranty In s urance Company is a corporation duly organized und er the laws of the State of Iowa , and th at Fidelity and Guaranty In surance Underwriters, In c., is a corporation duly organized under the laws of the State of Wisconsin (herein coll ectively called th e "Comp anies"), an d th at the Companies do hereby make , constitute and appo int Caro l F. Tasciotti. Evonne Brown. Ade le M. Ko rczak. Grace Vill a rreal , Gail Schroeder. Cindy Genslinger, Gina M. Damato. Thomas A. Pictor, Erik Janssens. Jane Bronso n. Michael Damewood. Rosemary Muliere. Kathleen M. Anderson . Vaenessa S im s . Lui sa Catalano, Marva Miller. Thomas N. Tague. Brenda D. Hock he rger. Meredith Day . Carlina A. Jewell. Tara S. Petersen. Todd D. Baraniak. Dale F. Poqu ette. Oscar F. Rincon . Heat her Meyer. Moises Alcantar. J a mes P. Fagan . Amar Pate l. Heath er J . Meneg hetti. John C. Reddin g . Stephanie Miller. Phil Horvath , Grace Lawre nce. David Le tcher. Andrew Stontz . Je nnife r Seppi. An n Mulder. and Gabriel Ja cquez of the City of Napervi ll e/Chicago , State of lll inois , their true a nd lawful Attomey(s)-in-Fact , eac h in their separate capaci ty if more than one is named above , to sig n , execute , seal and acknowledge any and all bonds , recog nizances , conditional undertakings and other writin gs obli gatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of person s, g uaranteeing the performance of contracts and executing or guaranteeing bond s and undertakings required or permitted in any actions or proceedings allowed by law . State of ILLINOIS County of DUPAGE kn t b . , 2009 , before me personally ap d . On this ~ day of own o me to e the Attorney-m-Fact of TRAVELERS CASUALTY AN peare Marva Miller . that exe uted the within instrument and acknowledged to me thats h ~ SURETY COMP ANY OF AMERICA, the corporation uc corporat10n executed the same. IN WITNESS WHEREOF, I have hereunto _set my hand and affixed my official seal the day and year in this certificate first written abo ve. BRENDA D. HOCKBERGER g ~ NOTARY PUBLIC · STATE OF ILLINOIS (/ MY COMMISSION E XPIRES FEB 4. 2012 A A ~ ..-"I (Notary Public) ~ State of Connecticut City of Hartford ss . u Y· /~eorg"(fJ Thomp son, tj1ice President 14th Jul y 2009 On this the d ay of , before me perso nally appeared George W. Thompson , who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine In surance Company, St. Paul Guardian In surance Company, St. Paul Mercury Insurance Company, Travelers Casualt y and Surety Company, Travelers Casualty an d Surety Company of America , and United States Fidelit y and Guaranty Company, and that he, as s uch, being a uth orized so to do, executed th e forego in g instrument for th e purposes th erein contained by s ignin g on behalf of the corporations by himself as a du ly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commiss ion expires the 30th day of June, 2011. 58440-4-09 Printed in U .S.A . \... Marie C. Tetreau lt, Notary Publi c WARNING : THIS POWER OF ATTORNE Y IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATIORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Board s of Directors of Farmington Casualty Company, Fid~ity and Guaranty Insurance Company , Fidelity and Guaranty Insurance Underwriters , In c., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company , Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America , and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect , reading as follows: RESOLVED, th at the Chairman , the President , any Vice Chairman , any Executive Vice President , any Senior Vice President , any Vice President , any Se~ond Vice President , the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Sec re tary may appoint Attorneys-in-Fact and Agents to act for and on behalf of th e Company and may give such appointee such authority as his or her certificate of authority may pre sc ribe to sign with the Company's name and seal with th e Company's seal bonds, recognizances, contracts of indemnity , and other writings obligatory in the nature of a bond , recognizance, or conditional undertaking, and any of said officers or the Board of Direc tor s at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED , that the Chairman, the President , any Vice Chairman, any Executive Vice Pres id en t , any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary ; and it is FURTHER RESOLVED , that any bond , recognizance , contract of indemnity , or writing obligatory in the nat ure of a bond , recognizance, or conditional undertaking shall be valid and binding upon th e Company when (a) signed by the President, any Vice Chairman , any Executive Vice President , any Senior Vice President or any Vice President, any Second Vice Preside nt, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary ; or (b) duly executed (under seal, if required) by one or more Attorney s-in-Fact and Agents pursuant to the power prescribed in hi s or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of a uthority ; and it is FURTHER RESOLVED , that the signature of each of th e following officers: President , any Executive Vice President , any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, a nd th e seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Pre sidents , Resident Assistant Secretaries or Attorneys-in-Fact for purpo ses only of executing and attesting bonds and undertakings and other writings ob li gatory in the nature thereof, a nd any such Power of Attorney or certificate bearing such facsimi le signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be va lid and binding on the Company in th e future with respect to any bond or understanding to which it is attached. I , Kori M. Johanson , the undersigned ,Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc ., St. Paul Fire and Marine Insurance Company , St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company , Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney exec uted by said Companies, whic h is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF , I have hereunto set my hand and affixed the seals of said Companies thi s 0 ~ {APR l y~f_20_10 ____ ,20 Kori M . Johans To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney-In-Fact number, the above-named individual s and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATIORNEY IS INVALID WITHOUT THE RED BORDER THE STATE OF TEXAS COUNTY OF TARRANT KNOW ALL BY THESE PRESENTS: § § § Bond No . 105343322 MAINTENANCE BONO That ACE PIPE CLEANING, INC. ("Contractor"),as principal, and, Tr ave I e r s Casua lty a n d.Su r ety Company of Amer i ca acorporationorganizedunderthelawsoftheStateof~-- Co nnect i cut ("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, ("Cifyj in Tarrant C_ounty, Texas, the sum of SIX HUNDRED FIFTEEN THOUSAND . NINE . . !"(UNDRED ·TWENTY FIVE DOLLARS AND NO CENTS ($615,925.00}, lawful money of the United · . . . .. States, for payment of which sum well and truly be made unto said City and its successors , said . Contractor and Surety do hereby bind themselves, their heirs, executors, administrators, assigns and successors , jointly and severally. This obligation is conditioned, however, that -WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the~of . APR~ 3 ZO.l~ 20_;. a copy of which is hereto attached and made a part hereof, for the performance of the .following described public improvements: . Interceptor Condition Assessment Program Contract 2: Large Diameter sanitary Sewer Cleaning the same being referred to herein and in said contract as the Work and being designated as -project . . . number(s) PE45-0707015-539120 and said ~ntract, including all of the spec rfications, conditions, addenda, change orders and written instruments referred to therein as Contract ·oocuments being incorporated herein and being made a part hereof; 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 a period of after tha 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 {2l years; and WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period, if in the opinion of the Director of the City of Fort Worth Departme_nt of Eng ineering, it be necessary; and, : I i . . I ; i I. Ii' Ii ·i ! : i 'i r :: :p ' .:i I .,, I; ::: .. j I i : I I·. I ! I: I ··~--··~· --,,. ......... , --···· ...... . ...... -·-···----··-·······---· ·-~· ··--··-··-.-.-.... : ': ~~: ... ;-·=--· · -: : · .:.-... · ---~:--:-..•• ;~~;..:.:; ......... :;:;;.,s1;1:.;:.~"V;:;.r_;s;;;::.;. ..... :.,: ;.::::::. . ... · -··-·:: -, ... : ..... : ,_ ... , .. _;,~i··;:;~~r·. . .... _ _. ..... "'."""·~,.~,,~,.....,.,. .,~ I --.. -. -·-·-----·· .. ·--·---····---·- g I I I . I I - I - I WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstr,uct said Work as herein provided. NOW·THEREFORE, if said Contractor shall Keep and perform its said agreement to maintain, repair'or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. . . This obligation shall be a continuing one and successive recoveries may be had hereon for success"ive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument Is exe uted in ____ 9 __ counterparts, each of which shall be deemed a~ origin~!, this~ day of I PR 1 3 2010 · , A.O. 20_. ATIEST: (SEAL) Secretary AlTEST: ·(SEAL} Secretary Ac e Pi pe Cl ea nin g, Inc . Tr a ve l e r s Casua lty a nd Su r e ty Compa ny o f Ame ri c~ Surety By: Name: Ma rva Mi I fe r ':··· . Title: Atto rn e y-In -Fa c t One Towe r Sq ua re Ha rtf o r d , CT 06 183 Address '• .-::.:.: ">:' :•, ',.", ' ' • ', " I '••••• •~••••~ TRAVELERS] IMPORT ANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675-3130 (267) 675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on. companies, coverages, rights or complaints at: Texas Department oflnsurance P.O. Box 149104 Austin, TX 78714~9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53 .202, Property Code, effective September 1, 2001. . ..... WARNING : THIS POWER OF ATIORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERS J Farmington Casualty Company Fidelity and G uaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire a nd Marin e Insurance Company St. Paul Guardian Insurance Company Attorney-In Fact No. 221398 St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No . Q O 312 4 7 5 6 KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota , that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut , that United States Fidelity a nd Guaranty Company is a corporation duly organized un der the laws of the State of Maryland , that Fidelity and Guaranty In surance Company is a corporation duly organized under the law s of the State of Iowa, and that Fidelity and Guaranty In surance Underwriters , In c., is a corporation duly organized under the laws of the State of Wisconsin (here in collectively called the "Companies"), a nd that the Companies do hereby make, constitute and appoint Caro l F . Tasciolli . Evonne Brown. Adele M. Korczak. Grace Villarreal. Gail Schroeder, Cindy Genslinger. Gina M. Damato . Thomas A. Pictor. Erik Janssens. Jane Bronson. Michael Damewood. Rosemary Muli e re. Kathl een M . Anderson, Yaenessa Sims. Lui sa C a talano . Marva Miller. Thomas N. Tague, Brenda D. Hockberger. M e red ith Day. Carlina A. J ewell . T ara S. Petersen. Todd D. Baraniak. Da le F. Poq uell e. Oscar F. Rincon. Heath er Meyer. Moises A lcan tar. J ames P. Fagan. Amar Patel. H eath er J. Meneghetti. John C. Redding . Stephanie Miller. Phil Horvath . Grace Lawrence. David Letcher. Andrew Stontz. J en nife r Seppi. Ann Mulder. and Gabriel J acq uez of th e City of Napervi ll e/Chicago , State of Illin o is , their true a nd lawful Attorney(s)-in-Fact, each in th eir se parate capacity if more than one is named above, to sign , execute, seal and acknowledge any and all bonds , recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons , guaranteeing the performance of contracts and executing or guaranteeing bonds and und ertakings required or permitted in any action s or proceedings allowed by law. State of ILLINOIS County of DVPAQ.g On this d 14th -'-• he beretQJ1ffi,,,x:,::e,::,d ,._;, t::.:h::.:is'...::::==:=--------- ~ . ayof 0 me to be the Attome . · _ , 2009 tha \'!X ecuted the with. . y in-Fact of TRAVELERS CA _, before me personaJly a m Instrument and kn SUALTY AND ppeared M ac owledged to me that SURETY COMP AN arva Miller IN WITNESS WHEREOF, I have h such corporation executed the same . y OF AMERICA, the corporati o;1 I . ereunto set my hand and affi .. I I . IXed my official seal the da a . BRENDA D. HOCKBERGER y nd ye ar m th is certificate fi . NOTARY PUBLIC -STATE OF ILLINOIS g rst Written above MY COMMISSION EXPIRES FEB 4 .. 2012 / /1 yJ . 4./&i~ .,~J 11 (No (aryPublic) 4Le.,b~ e State of Connecticut City of Hartford ss. 14th Jul y 2009 On this the day of , before me personally appeared George W. Thompson , who ac kn ow ledgeo himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company , Fidelity and Guaranty In surance Underwriters, Inc., St. Paul Fire and Marine In surance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of Americ a , and United States Fidelity and Guaranty Company, and that he , as such, being authori zed so to do , executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a du ly authorized officer. In Witness Whereof, I hereunto set my hand and offic ial sea l. My Commission expires th e 30th day of Jun e , 20 11 . 58440-4-09 Printed in U.S .A. '-Mari e C . Tetre ault , Notary Publi c WARNING : THIS POWER OF ATIORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATIORNEY IS INVALID WITHOUT THE RED BORDER .- This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, lnc ., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect , reading as follows: ~ RESOLVED , that the Chairman , the President , any Vice Chairman , any Executive Vice President , any Senior Vice President , any Vice President, any Second Vice President , the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company 's name and seal with th e Company 's seal bonds, recognizances , contracts of indemnity, and other writings obligatory in the nature of a bond , recognizance , or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED , that the Chairman , the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED , that any bond , recognizance , contract of indemnity, or writing obligatory in the nature of a bond , recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President , any Vice Chairman , any Executive Vice President , any Senior Vice President or any Vice President , any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary ; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED , that the signature of each of the following officers: President , any Executive Vice President, any Senior Vice President , any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the sea l of the Company may be affixed by facsimil e to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents , Resident Assistant Secretaries or Attorneys-in-Fact for purposes on ly of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I , Kori M. Johanson , the undersigned ,Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty In surance Underwriters, Inc ., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company , Travelers Casualty and Surety Company of America , and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. 'APR 1 3 2010 IN TESTIMONY WHEREOF , I have hereunto set my hand and affixed the seals of said Companies this ____ day of ___________ , 20 C ~ Ko ri M. Johan s To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney-In-Fact number, the above-named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATIORNEY IS INVALID WITHOUT THE RED BORDER - PARTG CONTRACT THE STATE OF TEXAS CITY OF FORT WORTH, TEXAS CONTRACT KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT APR 1 3 2010 This Contract made and entered into this the __ day of A.D ., 20_, by and between the CITY OF FORT WORTH, a home-rule municipal corporation situated in Tarrant, Denton, Parker, and Wise Counties , Texas, by and through its duly authorized Assistant City Manager, ("Owner"), and (Contracting Company Name here), ("Contractor") Owner and ACE PIPELINE CLEANING, INC. Owner and Contractor may be referred to herein individally as a "Party" or collectively as the "Parties ." WITNESSETH: That said parties have agreed as follows : 1. That for and in consideration of the payments a:nd agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows : Interceptor Condition Assessment Program Contract 2: Large Diameter Sanitary Sewer Cleaning That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Water Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. 3 . The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Department of Water (Engineering) of the City of Fort Worth . 4. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 365 Calender days. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contrac=t---, Documents within the time so stipulated, plus any additional time allowed as providbd in the General OFFI . _c ~D CITY SECRETARY FT. WORTH, TX J Conditions, there shall be deducted from any monies due or which may thereafter become due him, the &um of $315.00 Per working day, not as a penalty but as liquidated damages, the Contractor and his ~urety shall be liable to the Owner for such deficiency . 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6 Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence . In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers , servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such iniury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees .. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 7 . The Contractor agrees, upon the execution of this Contractor, and before beginning work, to make, ex ecute and deliver to City of Fort Worth the following bonds in the name of the City of Fort Worth in a sum equal to the amount of the Contract. The form of the bond shall be as herein provided and the surety must first be acceptable to the requirements of the Chapter 2253 of the Texas Government Code, as Amended. A . If the total contract price is $25 ,000 or less, payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the Owner. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 1 B . If the contract amount is in excess of $25 ,000, a Payment Bond shall be executed, in the amount .. of the Contract, solely for the protection of the claimants supplying labor and material in the ~rosecution of the work. C If the Contract amount is in excess of $100,000 , a Performance Bond shall be executed, in the amount of the Contract conditioned on the faithful performance of the work in accordance with the Plans, Specifications, and Contract Documents . Said bond shall solely be for the protection of the Owner. D . A Two-year Maintenance Bond in the name of the Owner is required for all projects to insure the prompt, full and faithful performance of the general guarantee contained in the Contract Documents . 8 . The Owner agrees and binds itself to pay, and the Contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a , shall be SIX HUNDRED FIFTEEN THOUSAND NINE HUNDRED TWENTY FIVE DOLLARS AND NO CENTS ($615,925.00). 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Owner. Any request for any sublease or assignment shall be made in writing and submitted to the Director of the Engineering Department. 10 . The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas , a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein . 11. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in §. counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in ~ counterparts with its corporate seal attached . OFFICIAL ECO CITY SECRETARY FT. VVOR HT 1 � � t � < < � ` � f � � � r r � � � 1 � Done in Fort Worth, Texas , this the _ ay ~ _3_z_0_10,......CA.D ., 20 _ . • 'f RECO~D~:. l (JA . J J BY :~ DIRECTOR, DEPARTMENT OF WATER Contract. ltuthoriiatioa L\-0 Oa te Aei.~ff, e/c,w,~ CONTRACTOR BY :~C6~~ ?'zfu111Ai /J1/JN«t£ TITLE /stfJ Sylv'M,-A er. 14 Jtb/t, ~. ADDRESS ;6 /// CITY OF FORT WORTH FERNANDO COSTA , ASST CITY MANAGE R ATTEST: CITY SECRETARY (SEAL) APPROVED AS TO FORM AND LEGALITY : OFFICIAL RECORD CITY SECRE fARY FT. WORTH, TX . --- '·, ·- APPENDIX A WASTE HAULER'S PERMIT INFORMATION l Requirements for City of Fort Worth Waste Hauler Permits and Inspections All documents listed below are to be retained in our Waste Hauler's permanent file: ( ) Application for Permit: All information filled-in, signed and dated. ( ) Agreement for Disposal: Required if septage or chemical toilet waste is disposed of at Village Creek. All information filled in, signed and dated. ( ) Copy of current TCEO Registration Certificate. ( ) Copy of current Insurance Certificate for each vehicle. ( ) Copy of current Manager of Operations Driver's License The following items are required to be installed before the inspection appointment: 1. All required stickers 3 inches in height on both sides of truck in contrasting color: a. TCEQ Registration Number b. TCEQ Sludge Sticker c. Fort Worth Waste Hauler Registration Number d. Discharge port labeled "Discharge Port" e. Current Inspection Sticker f. Current Vehicle Registration Sticker g. Company name and phone number h. Trucks carrying water: labeled with volumes of waste and water with dividing line 2. Waste and water tank required to be loaded over 50% for inspection. 3. License plate mounted on vehicle. 4. For trucks carrying both fresh water and waste, an air gap two times the diameter of the supply line or RPZ Backflow Preventer must be installed. CITY OF FORT WORTH WATER DEPARTMENT PRETREATMENT SERVICES DIVISION Application For Liquid Waste Transportation Permit (Please complete all pages of the application) 1. Name of business 2. * Physical address of business 3. * City State ZIP ----------- 4. Mailing address of business 5. City State _______ ZIP __ _ 6. Name of owner 7. Manager of operations 8. Manager's driver's license# __________ State ______ _ 9. Business telephone(s) ---------------------- 10. Cell telephone(s) ----------------------- 11. Emergency notification telephone(s) ----------------- 12. E-Mail Address ------------------------ 13. Name, address, telephone number of corporation/parent company (if applicable) ___ _ 14. Indicate below all the types of liquid waste to be transported: ( ) Grease Trap Waste ( ) Septic Tank Waste (Septage) ( ) Sand/Grit Trap Waste ( ) Chemical Toilet Waste TCEQ# ----------------Expiration Date ___ _ * NOTE: P. 0. Boxes are not acceptable. Must state street address. 15. Within the five years preceding the date of application, have you been convicted of a , misdemeanor or felony that has been punishable by confinement and/or by a fine exceeding $500.00 and which directly relates to the duty or responsibility in operating a liquid waste transportation business? Yes ( ) No ( ) Explain If Yes: 16. Do you currently have fines or charges pending from other municipalities relating to the liquid waste transportation business? Yes ( ) No ( ) Explain If Yes: 17. Complete the attached "Drivers License List" on Page 3 and "List of Vehicles to be Permitted" on Page 4. Show all information requested for each driver and vehicle to be permitted. 18. Total number of vehicles to be permitted today is--------------- 19. List below the permitted disposal site(s) to be used by the vehicles on this permit application . Show name of contact person, address and telephone number for each site. 20. Please provide COPIES of proof of insurance of all vehicles to be used by your company. 21. Please provide a COPY of the operation manager 's drivers license. 22. Please provide a COPY of the Texas Commission of Environmental Quality Registration issued to your company to dispose of waste. Schedule of Fees: Septage charge -$16. 09 per 1,000 gallons Monthly Service Charge-$4.50 2 General Fees: Permit Fee each vehicle-$300.00 Trip Ticket Books-$10.00 each 23. Certification Statement: This application is to be signed by the owner of the business , or , officer of a corporation, after adequate completion of this form and review by the person signing below. "I have examined and am familiar with the information submitted in this application. I believe that the information submitted is true, accurate and complete. I agree to accept and to abide by all applicable ordinances and regulations of the City of Fort Worth. I understand that falsification of any information submitted shall be cause for termination of the Liquid Waste Transport Permit. I acknowledge that this permit authorizes the transport of only those liquid wastes listed above in item 14 and I understand that no hazardous waste or industrial waste is to be transported or mixed with liquid waste hauled under this permit. Any person willfully or negligently violating PERMIT conditions is subject to a fine of two thousand dollars ($2,000) for each offense. Each day that a violation is permitted to exist shall constitute a separate offense. Further , the CITY may issue Notice of Violation , conduct show cause hearings, revoke this PERMIT and initiate legal actions to enforce the Ordinance and PERMIT conditions. The CITY may invoice the PERMITTEE for costs incurred for any cleaning, repair, or replacement work caused by a violation or discharge, and in the event PERMITTEE fails to make payment of any such invoice , the CITY may suspend Liquid Waste Transport Permit. I understand that the permit is valid for one year or as specified by the permit itself and must be renewed on an annual basis to maintain a valid permit." ~te~ K~~,uu_ Signature ofOwner/Corporate Officer Please return to: Fort Worth Water Department Pretreatment Services Division 920 Fournier Street Fort Worth, Texas 76102-3456 Phone: (817)392-8305 Fax : (817)392-8566 Date ******************************************************************************* If you have questions or need assistance in completing this application , please call (817) 3 92-8305 ******************************************************************************* 3 Please list all vehicle drivers' information. 't 4 .. LIST OF VEHICLES TO BE PERMITTED Name of Business ------------------------------------ Fort . " Year· ,, Worth# · .. ·· ~/, AGREEMENT FOR DISPOSAL OF LIQUID WASTE This agreement is entered into on the _____ day of _______ _ 20 __ by and between the City of Fort Worth and _______________ _ hereinafter referred to as "Hauler". ---------------------- 1. Hauler agrees to dispose of its septage and/or chemical toilet waste only at the designated location(s) at Village Creek Wastewater Treatment Plant (VCWWTP). The locations for disposal shall be directed by authorized staff at VCWWTP. Unless exempted, Hauler further agrees that, prior to any disposal, to have an approved trip ticket as issued by the City of Fort Worth Industrial Waste Section of the Water Department, or by another governmental entity approved by authorized staff at VCWWTP. 2. Hauler agrees, based upon the current rates for treatment and disposal, monitoring, sample analysis and enforcement, to pay the City of Fort Worth for the volume of waste disposed. Volume of waste shall be that as determined by vehicle tank size as contained in the records of the City of Fort Worth Industrial Waste Section. Rates are subject to revision as may be approved by the City Council of the City of Fort Worth. Invoices shall be rendered to Hauler on a monthly basis and said invoices shall be due and payable to the City of Fort Worth thirty (30) days from date of invoice. Payment shall be made at Fort Worth Water Department, 908 Monroe Street, Fort Worth, Texas 76102. Failure to make payments in accordance with this agreement shall be grounds for termination. The City of Fort Worth reserves the right to deny Hauler the right to dispose if payment is not made within thirty (30) days or the Hauler is delinquent in the payment of disposal fees. 3. Hauler agrees to make a deposit, in advance of the first disposal, in an amount of money which will, in the judgment of the Director of the City of Fort Worth Water Department, be sufficient to ensure the City of prompt payment of invoices. At a minimum, the deposit shall be equal to an estimated one (1) month charge for disposal at VCWWTP. 4. In the event of a spill of septage and/or chemical toilet waste within VCWWTP caused by Hauler, Hauler agrees to clean up said spill. If Hauler fails to act, the City of Fort Worth may perform the clean up and invoice Hauler for all costs incurred as a result. Hauler agrees to pay the City of Fort Worth within thirty (30) days of the date of the invoice for such costs. 5 . Disposal by Hauler shall be made at VCWWTP Monday through Friday of each week between the hours of 8:00 o'clock a.m. and 4:00 o 'clock p.m. except for City of Fort Worth holidays. Upon prior notice , exceptions to this schedule may be made by the Director of the City of Fort Worth Water Department or his duly authorized representative. 6. Hauler designates-------------------------- as his duly authorized representative. Such representative may be changed only in writing signed by Hauler. Hauler's address for invoice is ----------------- and its telephone number is ----------------- CITY OF FORT WORTH WATER DEPARTMENT By : -------------- FORT WORTH ',· ···-· ... , ... .,, ... ,. FEES FOR REGISTRATION and DISPOSAL AT VILLAGE CREEK WASTEWATER TREATMENT PLANT Schedule of Fees: General Fees: General Fees (all users) Trip Ticket Books (25 multi-part forms per book) $10 .00 Permit Fee each vehicle 1 $300.00 Companies that Dispose at Village Creek: Septage & Chemical toilet Wastes 2 Monthly (Billing) Charge Notes: $16.09 per 1,000 gallons $4 .50 1 -Permit fee is $300 per vehicle per calendar year. (Jan 1 through Dec 31). Fee is prorated at $25.00 per month of actual permit duration . 2 -Only septage and chemical toilet wastes are accepted at Village Creek for disposal. All other wastes must be disposed at permitted facilities designated in permit application.