HomeMy WebLinkAboutContract 40566-
CITY SECRETARY 1 I tfj
CONTRACT NQ. I fc L z•
CITY OF FORT WORTH, TEXAS
WATER DEPARTMENT
Special Contract Documents
For
ROLLING IDLLS WTP
LABORATORY BUILDING DUAL ELECTRIC POWER FEED
City Project No.: 01454
Water D epartment Project No.: P265 -601510145480
MIKE MONCRIEF
MAYOR
Fort Worth W ater Department
1000 Throckmorton Street
Fort Worth, Texas 76102
Phone : 8 17-3 9 2-8 240
Fax: 81 7 -3 92-25 8
February 2010
DALE FISSLE R, PE
CITY MANA GER
:tvfULTAT ECH ENGINEERING , INC .
282 1 West 7th Stre";t , Su ite 40()
F ort Wmi:h, 'foxas 76 107
Phone: 8 17 -877 -55 71
F ax: 817-87 7 -t,245
OF fr.JAL RECORD l ~TY 5~ ~R. fYARY
RTH,TX -
07 -1 6 -1 0 /\..,9 :40 I N
.... -
City of Fort Worth, Texas
Mayor and Council Communication
COUNCIL ACTION: Approved on 6/15/2010
DATE: Tuesday , June 15 , 2010 REFERENCE NO.: **C-24271
LOG NAME: 60RHWTP LAB BLDG DUAL ELECTRIC POWER FEED
SUBJECT:
Authorize a Contract with Texsun Electrical Contractors , In c ., in the Amount of $138 ,000.00 for the Rolling
Hills Water Treatment Plant Laboratory Building Dual Electric Power Feed (COUNCIL DISTRICT 8)
RECOMMENDATION:
It is recommended that the City Council authorize the City Manager to execute a contract with Texsun
Electrical Contractors, Inc., in the amount of $138,000.00 for the Rolling Hills Water Treatment Plant
Laboratory Building Dual Electric Power Feed.
DISCUSSION:
This project is for the con struction of Rolling Hills Water Treatment Plant (RHWTP) Laboratory Building
Dual Electric Power Feed.
The Central Laboratory located at RHWTP is required to maintain a regulatory compliance for the Fort
Worth Water Department (FWWD); by providing timely testing , analysis and reporting of field sampling to
state and federal authorities .
This laboratory facility is used by three groups within the FWWD: Production, Pollution Control and Field
Operations has become a regional accredited laboratory . Should the laboratory suffer a power outage,
impacted parties would not be limited to the FWWD.
Because of the critical nature of this facility, in 2008, FWWD Production Group initiated the design of
Secondary (Emergency) Electric Power Feed to the Central Laboratory Building. The design was done by
Multatech Engineering, Inc., and paid by using the operating funds from FWWD Production Group.
This project was advertised for bid in the Fort Worth Star-Tele~ram on March 4 and March 11, 2010. On,
April 1, 2010, the following bids were received.
BIDDER
Texsun Electrical Contractors,
Inc.
CONTRACT BID
$138 ,000.00
AUI Contractors, Inc . $188,000 .00
CONTRACT TIME
150 CALENDAR DAYS
In addition to the contract cost, $7,000 .00 is provided for project contingencies and $15,000 .00 is provided
for staff support and inspection.
Texsun Electrical Contractors, Inc., is in compliance with the City's M/WBE Ordinance by committing to 32
percent M/WBE participation. The City's goal on this project is 6 percent.
This project is located in COUNCIL DISTRICT 8, Mapsco 92W; and serves the entire city .
FISCAL INFORMATION:
The Financial Management Services Director certifies that funds are available in the current capital budget,
as appropriated, of the Water Capital Projects Fund.
FUND CENTERS:
TO Fund/Account/Centers
CERTIFICATIONS:
Submitted for City Mana2:er's Office by:
Ori~natin2: Department Head:
Additional Information Contact:
ATTACHMENTS
FROM Fund/Account/Centers
P265 511010 601510145480
P265 541200 601510145480
Fernando Costa (6 122 )
S. Frank Crumb (820 7)
Farida Goderya (8214)
1. 60RHWTP LAB BLDG DUAL ELECTRIC POWER FEED FAR.pdf
2. Accountin~ Info.pdf
3. MWBE Con st Compliance Memo.pdf
4 . RH WTP Location Map 2.pdf
$15.000.00
$138.000.00
CITY OF FORT WORTH, TEXAS
WATER DEPARTMENT
Special Contract Documents
For
ROLLING IDLLS WTP
LABORATORY BUILDING DUAL ELECTRIC POWER FEED
City Project No.: 01454
Water Department Project No.: P265 -601510145480
February 2010
Approved:_;{:~~~~·· ·~wdJ ___ q;--=r-· U--r-;/_J-0
S. Frank Crumb P.E., Director, Water Department /,, Date
Charly Angadicheril, Assistant Director, Water Production Date
Approved: ___ ~---------------~~/l_l__,/r--2_o_\o
Farida S. Goderya, P.E., Project Manager, Water Facilities Date
MIKE MONCRIEF
MAYOR
Fort Worth Water Department
1000 Throckmorton Street
Fort Worth, Texas 76107
Phone: 817-392-8240
Fax: 817-392-258
DALE FISSLER, PE
CITY MANAGER
CITY OF FORT WORTH WATER DEPARTMENT
ROLLING HILLS WTP --LABORATORY BUILDING DUAL ELECTRIC POWER FEED
CITY OF FORT WORTH
ROLLING HILLS WATER TREATMENT PLANT
LABORATORY BUILDING DUAL ELECTRIC POWER FEED
TECHNICAL SPECIFICATIONS & DRAWINGS
February 2010
TABLE OF CONTENTS
PROJECT TITLE PAGE
TABLE OF CONTENTS
ADDENDUM#!
PART A NOTICE TO BIDDERS
Detailed Notice to Bidders
Instructions to Bidders
PROPOSAL PARTB
PARTB
PARTC
PART CS
PARTD
PARTE
MINORITY AND WOMEN BUSINESS ENTERPRISES SPECIFICATIONS
GENERAL CONDITIONS
Division 2 --
3.01 02317 -
3 .02 02582 -
Division 16 -
4 .01 16051 -
4 .02 16060 -
4 .03 16075 -
4 .04 16121 -
4 .05 16123 -
4.06 16139 -
City Project# 01454
SUPPLEMENT ARY CONDITIONS (TO PART C)
SPECIAL CONDITIONS
TECHNICAL SPECIFICATIONS
Site Construction
Trenching For Site Utilities
Underground Electrical Ducts and Manholes
Electrical
Over-current Protective Device Coordination Study
Grounding and Bonding
Electrical Identification
Medium-Voltage Cable
Building Wire and Cable
Cabinets and Enclosures
Table of Contents-1 2/22/2010
CITY OF FORT WORTH WATER DEPARTMENT
ROLLING HILLS WTP --LABORATORY BUILDING DUAL ELECTRIC POWER FEED
4 .07 16271 -
4.08 16413 -
PARTF
PARTG
Pad-Mounted Distribution Transformers
Enclosed Transfer Switches
BONDS
Certificate of Insurance
Contractors Compliance with Worker's Compensation Law
Performance Bond
Payment Bond
Maintenance Bond
CONTRACT
CONSTRUCTION PLANS
List of Drawings:
E-1 Electrical Symbols, Legend, & Abbreviations
E-2 Electrical Site Plan (And One Line Diagram)
E-3 Electrical Enlarged Plan & Detail
END OFT ABLE OF CONTENTS
City Project# 01454 Table of Contents-2 2/22/2010
City of Fort Worth Water Department
Rolling Hills Water Treatment Plant --Laboratory Building Dual Electric Po wer Feed
City of Fort Worth, TX
Rolling Hills Water Treatment Plant (WTP)
Laboratory Building Dual Electric Power Feed
City Project#: 01454
Water Department Project#: P265-607510145480
Addendum No. 1
February 22, 2010
The following additions, deletions, modifications, or clarification shall be made to the
appropriate sections of the plans and specifications and shall become a part of the Contract
Documents. Bidders shall acknowledge receipt of this Addendum in the space provided on
the Bid Form (Part B -Proposal).
General:
Al-1) This Addendum No. 1 is issued as part of the contract documents.
Al-2) The General Contractor shall be responsible for all construction staking for this
project.
Al-3) All 90 degree bends shall be sweep 90 degrees.
Plans:
Al-4) Plan Sheet E-3:
Delete 5kV duct bank detail #2.
Add the following general note: "5 kV raceways embedded in sand with red
concrete cap 6" thick x width of ditch (min 18"). Position top of concrete at 24"
below finished grade. Reinforce concrete with 2 #5 rebar (on 1' center)
lengthwise, and with #3 rebar cross ties 2' OC. Install warning tape with
backfill.
Al-5) Plan Sheet E-3:
Add the following general note: "Ground wires to be cad welded to ground rods,
except in test wells, which are to be mechanically connected."
End of Addendum No. 1
PART A
NOTICE TO BIDDERS
Detailed Notice to Bidders
Special Instructions to Bidders
City Of Fort Worth Water Department
Rolling Hills Water Treatment Plant --Laboratory Building Dual Electric Power Feed
NOTICE TO BIDDERS
Sealed proposals for the following:
Rolling Hills Water Treatment Plant -Laboratory Building Dual Electric Power Feed
Project Number P265-607510145480
will be received at the office of the Purchasing Manager, located on the lower level, Municipal Building,
1000 Throckmorton Street, Fort Worth, Texas 76102, until 1:30 P.M., Thursday, April 18
\ 2010. Bids
will be publicly opened and read aloud in the City Council Chambers at 2:00 P.M, A pril 181
, 2010.
Contract Documents may be obtained from Fort Worth Water Department (817-392-8240) at 1000
Throckmorton Street, Fort Worth Texas 76102.
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 Planning and Engineering
Division Office of the Fort Worth Water Department, Municipal Office 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.
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 ofF ort Worth Ordinance no. 7 400
(Fort Worth City Code Sections 13-A-221-through 13-A-29) prohibiting discrimination in the employment
practices.
The City reserves the right to reject any and/or all bids and waive any and/or all formalities. No bid may
be withdrawn until the expiration of ninety (90) days from the date the bids are received.
For additional information, contact Ms. Farida S. Goderya, PE; Fort Worth Water Department at (817)
392-8214 or by email at farida .goderya@fortworthgov.org.
Advertising Dates:
March 04, 2010
March 11, 2010
Part A A-1
City Of Fort Worth Water Department
Rolling Hills Water Treatment Plant --Laboratory Building Dual Electric Power Feed
(THIS PAGE LEFT BLANK INTENTIONALLY)
Part A A-2
City Of Fort Worth Water D epartment
Rolling Hills Water Treatment Plant --Laboratory Building Dual Electric Power Feed
SPECIAL INSTRUCTIONS TO BIDDERS
1. PREQUALIFICATIONREQUIREMENTS.
All contractors submitting bids are required to meet the Fort Worth Water Department pre-qualification
requirements prior to submitting bids.
The pre-qualification process will prequalify potential bidders whose bids will be considered for award
based upon technical evaluation, historical schedule compliance evaluation, evaluation of proposed
manager and project superintendent. In addition, the process will establish a bid limit based on a
financial analysis of the contractor. It is the bidder 's responsibility to submit documentation for those
items listed below, to the Director of the Water Department or his designated representative, at least
fourteen ( 14) calendar days prior to the date of bid opening. The Water Department may request any other
documents it may deem necessary. Any additional documents so requested shall be submitted to the
Director of the Water Department, or his designated representative , at least seven (7) calendar days prior to
the date of the opening bids.
Part A
a) COVER LETTER. The cover letter provided by the prospective bidder with the prequalification
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) EXPERIENCE RECORD. For an experience record to be considered to be acceptable for a given
project, it must reflect the experience of the firm seeking qualification in the work of both the
same nature and technical level as that of the project for which bids are to be received. At a
minimum, the following experience record must be met:
a. Experience must be on at least five (5) similar projects that have been in successful
operation for no less than five (5) years prior to the date on which bids will be received.
A minimum of three references must be included. References must include a contact person
name, telephone number, project name and total cost, and type of work done.
d) EQUIPMENT SCHEDULE. The prospective bidder shall list the equipment that the Contractor
has available for the project and list the equipment that Contractor will rent as may be required to
complete the project on which the Contractor submits a bid.
e) LICENSING: The prospective bidder shall submit proof that a licensed structural engineer in the
State of Texas is employed by the bidder.
f) PERSONNEL AND SCHEDULE COMPLIANCE RECORD. The prospective bidder shall
submit the names and resumes for the proposed project manager and project superintendent. This
information shall include a list of all projects that the proposed project manager and project
superintendent completed within the last five (5) years to demonstrate ability to coordinate
complex plant rehabilitation work and to perform work while maintaining critical shutdown
schedules, regardless of by whom they were employed. Provide list of contact persons for all
projects (preferably field inspectors or resident engineers) with names and phone numbers for the
last five years' project.
A-3
City Of Fort Worth Water Department
Rolling Hills Water Treatment Plant --Laboratory Building Dual Electric Power Feed
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 sha ll 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.
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.
b) 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 acceptable performance,
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) The City will attempt to notify prospective bidders whose qualifications (financial or experience)
are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are
to be received. Failure to notify shall not be a wavier of any necessary pre-qualifications.
For additional information contact Farida Goderya, Fort Worth Water Department at (817) 392-8214
(Fax (817) 392-2585). Pre-qualification submittal may be sent to:
John Kasa vi ch, P .E.
Fort Worth Water Department
1000 Throckmorton Street
Fort Worth, TX 76102-6311
2. EXAMINATION OF CONTRACT DOCUMENTS AND SITE:
2 .1 Before submitting his Bid, each Bidder must (a) examine the Contract Documents thoroughly, (b) visit
the site to familiarize himself with local conditions that may in any manner affect performance of the
work, ( c) familiarize himself with federal, state and local laws, ordinances, rules and regulations
affecting performance of the work, and ( d) carefully correlate his observations with the requirements
of the Contract Documents.
2.2 Reference is made to the Supplementary Conditions for the identification of those surveys and
investigation reports of subsurface or latent physical conditions at the site or otherwise 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 inv estigations as he may deem necessary to determine his bid price
for performance of the work within the terms of the Contract Documents.
Part A A-4
City Of Fort Worth Water Department
Rolling Hills Water Treatment Plant --Laboratory Building Dual Electric Power Feed
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
HB665as amended by the 72nd Session of the Texas legislature and amended by the 73rd Session of the
Texas Legislature with HB1569.
2 .3 The submission of a Bid will constitute an incontrovertible representation by the Bidder that he has
complied with every requirement of this Article 4 .
3. BID FORM (PROPOSAL)
3 .1 Bidders shall use the Bid (Proposal) forms included in the documents for each contract Bid.
Supplemental data to be furnished shall be included in 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.
3 .3 Bids by corporation must be executed in the corporate name by the president or a vice-president ( or
other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be
affixed and attested by the secretary or an assistant secretary. The corporate address and state of
incorporation shall be shown below the signature.
3.4 Bids by partnerships must be executed in the partnership name and signed by a partner, his title must
appear under his signature and the official address of the partnership must be shown below the
signature.
3.5 All names must be printed below the signature.
3 .6 The Bid shall contain an acknowledgement ofreceipt of all Addenda (the number of which shall be
filled in on the Bid Form).
4. SUBMISSION OF BIDS . Bids shall be submitted at the time and place indicated in the Invitation for Bids
and shall be included in an opaque sealed envelope, marked with the Project title and name and address of
the Bidder and accompanied by the Bid Security and other required documents. Bidders 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 specifications book or face rejection of the bid
as non-responsive. Revised bid forms issued by addenda shall be stapled to the original bid form in the
specifications book prior to submission. 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-line stated
below or the bidder may request a copy of said forms from the City Project Manager named in this
solicitation.
5 . MODIFICATIONS AND WITHDRAW AL OF BIDS. Bids may be modified or withdrawn by an
appropriate document duly executed (in the manner that Bid must be executed) and delivered to the place
where Bids are to be submitted at any time prior to the opening of Bids. Bids may not be withdrawn after
opening of Bids for the period set forth in the Notice to Bidders.
6. OPENING OF BIDS. Bids will be opened as indicated in the Invitation for Bids. Bids received after such
time will not be considered, and will be returned unopened.
7 . BIDS TO REMAIN OPEN. All Bids shall remain open for the period of time set forth in the Invitation for
Bids, but Owner may, in his sole discretion, release any Bid and return the Bid Security prior to that date.
8. AW ARD OF CONTRACT.
Part A A-5
City Of Fort Worth Water Department
Rolling Hills Water Treatment Plant --Laboratory Building Dual Electric Power Feed
8.1 Owner reserves the right to reject any and all Bids and waive any and all formalities, and the right to
disregard all nonconforming or conditional Bids or counter proposals.
8.2 In evaluating Bids, Owner will consider the qualifications of the Bidders, whether or not the Bids
comply with the prescribed requirements, and alternates and unit prices if requested in the Bid forms .
He may consider the qualifications and experience of Subcontractors and other persons and
organizations (including those who are to furnish the principal items of material or equipment)
proposed for those portions of the work as to which the identity of Subcontractors and other persons
and organizations must be submitted as specified in the Supplementary Conditions or Specifications.
He may conduct such investigations as he deems necessary to establish the responsibility,
qualifications and financial ability of the Bidders, proposed Subcontractors and other persons and
organizations to do the work in accordance with the Contract Documents to Owner's satisfaction
within the prescribed time. Owner reserves the right to reject the Bid of any Bidder who does not
meet any such evaluation to Owner's satisfaction.
8.3 If a contract is to be awarded, it will awarded to the lowest responsible Bidder whose evaluation by
Owner indicates to the Owner that the award will be in the best interests of the Project.
8.4 It is expected that the Owner's evaluation of bids and award of contract will be made as set forth in the
Invitation for Bids. The successful bidder will be notified by a Notice of Award which maybe a letter
or telegram. Time of completion is very important and failure to meet completion schedule will
subject the Contractor to liquidated damages as provided in the Supplementary Conditions section of
the Contract.
9. EXECUTION OF CONTRACT.
9.1 The accepted Bidder, within ten (10) days after formal notice of award, shall execute the formal
Contract Agreement and required Bonds on the forms prepared and submitted by the Owner.
9.2 The Owner will issue a Notice to Proceed authorizing the Contractor to commence work.
10. BID SECURITY. A cashier's check, or an acceptable bidder's bond, payable to the CityofFortWorth, in
the amount of not less than five (5%) percent of the largest possible total of the bid submitted must
accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the
Contract Documents within ten (10) days after the contract has been awarded. To be an acceptable surety
on the bond, (1) the name of the surety company shall be included on the current U.S. Treasury list of
acceptable sureties, or (2) the surety company must have capital and surplus equal to ten times the limit on
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 U.S. Treasury list or one-tenth (1/10) the total capital and surplus.
11. BONDS . A performance bond, a payment bond, and a maintenance bond each for one hundred (100%)
percent of the contract price will be required. Reference C3-3.7.
12. WAGE RA TES. Not less that 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.
13. 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.
14 . BIDDER LICENSE: Prior to the award of contract to an out-of-state bidder, the bidder shall be licensed to
do business in the State of Texas. For licensing procedures, contact the Texas Secretary of State Offices
(Telephone Number 1-512-463-5555 or 1-900-263-0060)
15. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statues, 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 Texas resident bidder by the same amount that a Texas resident would be
Part A A-6
City Of Fort Worth Water Department
R olling Hills Water Treatment Plant --Laboratory Building Dual Electric Power Feed
required to underbid a nonresident bidder to obtain a comparable contract in the state in which the
nonresident principal place of business is located.
"Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a
contract whose ultimate parent company or majority owner has a 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.
16. AGE: In accordance with the policy of the Executive Branch of the Federal Government, Contractor
covenants that neither it nor any of its officer, members, agents, employees, program participants or
subcontractors, while engaged in performing this contract, shall, in connection with the employment,
advancement or discharge of employees or in connection with the terms, conditions or privileges of their
employment, discriminate against persons because of their age except on the basis of a bona fide
occupational qualification, retirement plan or statutory requirement.
Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors,
program participants, or persons acting on their behalf, shall specify, in solicitation to advertisement for
employees to work on this contract, a maximum age limit for such employment unless the specified
maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory
requirements.
Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless
against any claims or allegations asserted by third parties or subcontractors against the City arising out of
the Contractor's and/or its subcontractors' alleged failure to comply wit the above referenced Policy
concerning age discrimination in the performance of the contract.
17. DISABILITY: In accordance with provision of the American 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 the Contractor or any of its
subcontractors. Contract warrants it will fully comply with ADA's provision and any other applicable
Federal, State, and local laws concerning disability and will defend, indemnify and hold harmless against
any claims or allegations asserted by third parties or subcontractors against the City arising out of the
Contractor's and/or its subcontractor's alleged failure to comply with the above referenced Policy
concerning disability discrimination in the performance of this contract.
18. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance
No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and
women business enterprises in City contracts. A copy of the Ordnance can be obtained from the Office of
the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM,
SUBCONTRACTORJSUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WANER FORM,
and/or the GOOD FAITH EFFORT FORM (''with Documentation") and/or the JOINT VENTURE FORM
as appropriate. The Documentation must be received by the managing department no later than 5 :00 p.m.,
five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the
appropriate employee of the managing department to whom delivery was made. Such receipt shall be
evidence that the documentation was received by the City. Failure to comply shall render the bid non-
responsive.
Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual
work performed by a Minority Business Enterprise (MBE) and/or Women Business Enterprise (WBE) on a
contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any
books, records or files in its possession that will substantiate the actual work performed by an MBE and/or
WBE. The misrepresentation of facts ( other than a negligent misrepresentation) and/or the commission of
Part A A-7
City Of Fort Worth Water Department
Rolling Hills Water Treatment Plant --Laboratory Building Dual Electric Power Feed
fraud by the Contractor will be grounds for termination of the contract and/or initiating action under
appropriate federal , state or local laws or ordinances relating to false statements. Further, any such
misrepresentation ( other than a negligent misrepresentation) and/or commission of fraud will result in the
Contractor being determined to be irresponsible and barred from participating in City work for a period of
time of not less than three (3) years .
19. ADDENDA: Bidders wanting further information, interpretation or clarification of the contract documents
must make their request in writing to the Fort Worth Water Department Engineering Services , at least 96
hours prior to bid opening. Answers to all such requests will be bound and made a part of the Contract
Documents, or should the bidder be in doubt as to their meaning, the bidder should at once notify the fort
Worth Water Department Engineering Services, in order that a written addendum may be sent to all
bidders. Any addenda issued will be mailed or be delivered to each prospective bidder. The bid proposal
as submitted by the b idder must be so constructed as to include any addenda issued by the Fort Worth
Water Department, prior to 24 hours of the opening of bids with appropriate recognition of addenda so
noted in the bid proposal. Bidders are responsible for obtaining all addenda to the contract documents and
acknowledging receipt of the addenda by initialing the appropriate spaces on the proposal form. Bids that
do not acknowledge receipt of all addenda may be rejected as being non-responsiv e. Information
regarding the status of addenda may be obtained by contacting the Water Department or Design Engineer.
20. PRE-BID CONFERENCE: There will be no pre-bid conference held for this project.
END OF SECTION
Part A A-8
PARTB
PROPOSAL
TO: Mr. Dale Fissler, P.E.
City Manager
Fort worth, Texas
PART B -PROPOSAL
FOR: Furnishing of all materials, equipment and labor and necessary appurtenances and
incidental work to provide a complete and operable project designated as:
City of Fort Worth Water Department
Rolling Hills Water Treatment Plant -Laboratory Building Dual Electric Power Feed
Project Number P265-607510145480
Pursuant to the foregoing Notice to Bidders, the undersigned Bidder, having thoroughly
examined the Contract Documents, including plans, special contract documents and the
General Specifications for Water Department Projects, the site of the project and understanding
the amount of work to be done, and the prevailing conditions hereby proposes to do all the
work, furnish all the labor, equipment a~d 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 City Water
Department of the City of Fort Worth, Texas; and binds himself upon acceptance of this
proposal to execute a contract and furnish an approved Performance Bond, Payment Bond,
Maintenance Bond, and such other bonds, if any, as may be required by the Contract
Documents for the performing and completing of the said work. Contractor proposes to do the
work within the time stated and for the following sums:
ITEM
NO.
1.
APPROX
QUANTITY
1 LS
DESCRIPTION OF ITEMS WITH
BID PRICES WRITTEN IN WORDS
Installation of dual power electric feed for
Laboratory Building at Rolling Hills WTP,
including all material, labor, site-work, surveys,
coordination, insurances, etc. per contract
do u ent ; for a total, apount of:. o
l,,f-.fko 1r )~ Dollars
Cents/L.S. ------------
TOTAL BID
TOTAL
AMOUNT
BID
Within ten 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 set forth, as liquidated damages for ethically and additional work
caused thereby. If the total bid is less than $25,000, the bid bond is waived.
B-1
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 all addendum thereto, 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, subcontractors, and employment agency in
either furnishing of referring employee applicants to the undersigned are not discriminated
against as prohibited by the terms of City Ordinance No 7278 as amended by City Ordinance
No 7400.
The Bidder agrees to begin construction within 10 calendar days after issue of the work order,
and to complete the contract within 150 calendar days after beginning construction as set forth
in the written work order to be furnished by the Owner.
State of Residency: (Complete A or B below, as applicable)
A. The principal place of business of our company is in the State of _l~ef...._....11-~( ___ _
Non resident bidders in the State of our principal place of
business, are required to be __ percent lower than resident bidders by state law.
A copy of the statute is attached.
Non resident bidders in the State of ________ , our principal place of
business, are not required to underbid resident bidders.
B. The principal place of business of our company or our parent company or majority
holder is in the State of Texas.
I (We), acknowledge receipt of the following addenda to the plans and specifications:
r<z e-Addendum No. 1 (Initials) -~--
Addendum No. 3 (initials) __ _
(Seal) If Bidder is Corporation
pate: 03-31-2010
,._ -,,...
-' . . -. •,. ,..., -.. -V ,.. •
·<::;_-~-~---~---:~--~ ~ '_ .... /
~ ........... B-2
Addendum No. 2 (Initials) ----
Addendum No. 4 (Initials) __ _
TOM CREW -r &w; lzr-=·
Signature of Principal
PRESIDENT
Title or Position
TEXSUN ELECTRICAL CONTRACTORS, INC.
Contractor
4646 MANSFIELD HWY
Street
FORT WORTH, TX 76119
City, State Zip
817-535-4802
Telephone Number
-
-
-
-
-
-
-
-
-
-
-
-
-
PARTB
MINORITY AND WOMEN BUSINESS ENTERPRISE
SPECIFICATIONS
Special Instructions for Bidders
Subcontractor Utilization Form
Prime Contractor Waiver Form
Good Faith Effort Form
Joint Venture Eligibility Form
-
-
-
-
-
-
-
-
-
FORTW°ORTH
. ---. ,--City of Fort Worth
Minority and Women Business Enterprise Specifications
SPECIAL INSTRUCTIONS FOR BIDDERS
APPLICATION OF POLICY
If the total dollarValue ot'the ce>11tract is $25,000 of more; tl,e M/WBE ., oal is applicable'.······
•··· .. ,;.·········" •.: ' ..• '········ :·: :,•: ,:,·:,:•:•:•,;,i'<•:·•·•<:-:••·•::••·••:·•: "' ,, ',', -:-:·,:,,·: .·:·,::-.. ··•:·•·•·•·',.' g .... ::-.,: ,,._,,: ',:,:,:::., ', ' If the total dollar value of the contract is less than $25,000; the M/WBE goal is not applicable.
POLICY STATEMENT
It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business
Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements
and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid.
M/WBE PROJECT GOALS
The City's M/WBE goal on this project is __ b_·_O __ % 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 followin
for the entire bid to be considered responsive to the specifications.
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 openini:i date.
2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid
Utilization Form, if participation is less than opening date, exclusive of the bid opening date.
stated goal:
3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid
Utilization Form, if no M/WBE participation: opening date, exclusive of the bid opening date.
4. Prime Contractor Waiver Form, if you will received by 5;00 p.m., five (5) City business days after the bid
perform all subcontracting/supplier work: opening date, exclusive of the bid opening date.
5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid
to met or exceed goal. opening date, exclusive of the bid opening date.
FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE~ WILL RESULT IN THE BID BEING CONSIDERED · · .. -.. · ,, ... , ........... · .. .,._ · ·· :-.: l'lioN:ResP0Ns1v1f:ro ·sPec1i=1·cAfioflis _:"'···· ....... ··· ..... · .... , ........... , .. ,:: ...................... ···."· · ·
Any questions, please contact the M/WBE Office at (817) 392-6104.
Rev. 11/1/05
-
-
-
-
-
-
-
-
-
fORTWORTH
-~ City of Fort Worth
Subcontractors/Suppliers Utilization Form
ATTACHMENT 1A
Page 1 of 4
PRIME COMPANY NAME: Check applicable block to describe prime
TEXSUN ELECTRICAL CONTRACTORS, INC. I M/W/DBE I I PROJECT NAME: NON-M/W/DBE
ROLLING HILLS WATER TREATMENT PLANT
DUAL ELECTRIC POWER FEED FOR LAB BLDG. BID DATE
04/01/10
City's M/WBE Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER
6 % 63 % 01454
Identify all subcontractors/suppliers you will use on this project
Failure to complete this . form, in its entirety with r~quested documentation, and received by the Managing
Department on or before 5 ;00 p.m. five (5) City busi,ness days after bid opening, exclusive of bid opening date,
will result in the bid being considered non-responsive to t>id specifications. . . . .
•,:.;-:, ' . . .;·.<·: . ',. . .. : ,•, . ;:,_•,: ·:.-v.· ,
Th;· uhdersi8Hcid ()fferor'agrees to enter into a fd[lil~I agr~em~nf with th; MJWBE 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 ahd will result in the
bid"being considefed non ;,responsive to Qid specificaJ/ons ' . ' ' .
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.\.Jier is the level ,,of subcontracting below the prime contractor, i.e., a· direct
payment from .the prime qontractor to a subcontractor is considered 1st tier, a payment bya subcontractor to
its supplier is considered 2-~1 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 tlauling s~ryices are : .. utilized, th~-prime .Wilt b~, giverfcr~dit . as long 'a~>the M/WBE listed owns . and ,
operates at Je}3st one fully lic:;ensed and qperationaltrµc~ to be q~ed on the cqntract. The M/WBE may lease
fruc:ks from ~r,other M/WBE:firrn •. induging M/WBE ;own~r.:opefators , and receive full M/WBE credit . The
M/WBE may: lease . trucki:; Jf()m non'."M/VvBEs, iliclu~ing own~r.:operators, .but will only receive credit for the
fees and comrnissions 'earHed :b . the M/VVBE as outiined in theJease a reement. .. ,.
Rev. 5/30/03
-
-
-
-
-
-
fORTWORTH
~-
ATTACHMENT 1A
Page 2 of 4
Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-MMIBEs.
Please list MM/BE firms first, use additional sheets if necessary.
Certification N
0
SUBCONTRACTOR/SUPPLIER
(check one) 1,.,
T
Company Name i N T Detail Detail
C X PA .· 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 .·\
EL CAI.A CONSTRUCTION
PO BOX 7576
FORT WORTH, TX 7 6111 .
817-271-3636
817-222-0578 1 X CONCRETE WORK 4,632.00
DURAN INDUSTRIES
1401 TI BLVD STE K
RICHARDSON, TX
972-238-7122
972-238-7123 2 X ELECTRICAL GEAR 46,150.00
SUMMIT ELECTRIC
2646 MANANA DR
DALLAS, TX 75220
214-357-7000
214-956-9010 2 X ELECTRICAL GEM 17,500.00
AND MISC.
GRAYBAR ELECTRIC
4601 CAMBRIDGE
FORT WORTH, TX 76155
817-213-1200
817-213-1329 2 X ELECTRICAL GEAR 17,500.00
AND MISC.
SOUTHERN STAR
6100 OLD HEMPHILL RD
FORT WORTH, TX 76134
817-551-0931 2 X CONCRETE 1,520.00
Rev. 5/30/03
-
-
, -
-
fORTWORTH -.....,.,--
ATTACHMENT 1A
Page 3 of 4
Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/\NBEs.
Please list M/\NBE firms first, use additional sheets if necessary.
Certification N
(check one) .0
SUBCONTRACTOR/SUPPLIER T t;,
Company Name i N T Detail Detail
C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D V\j
Telephone/Fax r B B R 0 B E E C T E
A
Rev. 5/30/03
-
-
-
-
-
FORT WORTH
~
Total Dollar Amount of M/WBE Subcontractors/Suppliers
Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS
$
$
$
50,782.00
36,520.00
87,302.00
ATTACHMENT1A
Page 4 of 4
The Contractor will not make additions,· deletions, or suhstitutions to this certified list without the prior approval
of the Minority and Women, Business Enterprise Office Manager or designee through the submittal of a
· Reqye~t for Approval of C,llange/Addition,; Any unJy~tified ·change or deletion 5-hall be a ... material breach of
· contract and m?Y · result in< tj~barll}en! · irf cic:cord witft th~ procedtJr~f6qtlirjed \iri the ordinance. The coritragtor
shall submi.t a ·ctetailed e?(plan~Uon ofhow the r~que·sted change/addition ' orgeletion will affect the goinrnitted
M/WBE goal. If the detail explanation is JioJ 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 Offeror also agrees to allow an audit and/or
examination of any books, records and files held by their company. The bidder agrees to allow the
transmission of interviews with owners, principals, officers, employees and applicable
subcontractors/suppliers/contractors participating on the contract that will ~ubstantiate the actual work
performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any
intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment
from City work for a period of not less than three (3) years and for initiating action under Federal, State or
Local laws concerning false statements. Any failure to comply with this ordinance and create a material
breach of contract may result in a determination of an irresponsible Offeror and barred from participating in
City 71; a period A of ::ot less than one ( 1) year.
LJ J/_ fJt1 f''""" _..::D:.:::O:.:::U.::G_,Me.:::O::c.:UL=D:.::E~R,__ _________ _
Authorized Srgnat~ Printed Signature
VICE PRESIDENT
Title Contact Name/Title (if different)
TEXSUN ELECTRICAL CONTRACTORS, INC. 817-535-4802
Company Name Telephone and/or Fax
4646 MANSFIELD HWY DOUG.MOULDER@TEXSUNELECTRIC.COM
Address E-mail Address
FORT WORTH, TX 76119 04/08/10
City/State/Zip Date
Rev. 5/30/03
-
-
-
-
-
• -
-
FORT WORTH -.._,, ·w· --City of Fort Worth
Prime Contractor Waiver Form
ATTACHMENT 1B
Page 1 of 1
PRIME COMPANY NAME: Check applicable block to describe
prime
PROJECT NAME: I M/W/DBE I I NON-M/W/DBE
BID DATE
City's M/WBE Project Goal: PROJECT NUMBER
%
If both answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on
this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is
NO, then you must complete ATTACHMENT 1C . This form is only applicable if ho.th answers are yes .
Failure to complete this form in its entire~y and be received by the Managing Department.on or before
5:00 p.m.; five (5) City business days after bid op'ening, 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 will
substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of
the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or
debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State
or Local laws concerning false statements . Any failure to comply with this ordinance creates a material breach of
contract may result in a determination of an irresponsible offeror and barred from participating in City work for a
period of time not less than one (1) year .
Authorized Signature Printed Signature
Title Contact Name (if different)
Company Name Phone Number Fax Number
Address Email Address
City/State/Zip Date
Rev. 5/30/03
-
-
-
-
-
-
-
FORT WORTH -----·w· --
PRIME COMPANY NAME:
PROJECT NAME:
City's M/WBE Project Goal:
%
City of Fort Worth
Good Faith Effort Form
PROJECT NUMBER
ATTACHMENT 1C
Page 1 of 3
Check applicable block to describe
prime
I M/W/DBE I I NON-M/W/DBE
BID DATE
. If you have failed to secure M/WBE parti9.ipation and. Y~l! have subcontracting aild/or: supplier opportunities or if your
. DBE participation is lessthan the City's project goal, you must con,plete th.is form. "'· · · ' · · ·
If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a
"good faith effort", the bidder will have the burden of correctly and accurately preparing and
submitting the documentation required by the City. Compliance with each item, 1 thru 6 below,
shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing
misrepresentation the facts or intentional discrimination by the bidder.
Failure to C(?mplete t~js form, jn i ts entirety with suppo'1i.ng doc:.umentation, and · .received by the
Managing Departmen(prf or b~fore 5:00 p.m'.fiye (~) City business days .after bid opening, exclu.sive of
bid openjrig date;·will ,result in ttie bi~ being c:;on.sJdered rion:.responsive to bid specifications. . '
1.) Please list each and every subcontracting and/or supplier opportunity} for the completion of this
project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES
OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the
2"0 tier.
(Use additional sheets, if necessary)
List of Subcontracting Opportunities List of Supplier Opportunities
-
-
-
-
-
---
-
-
ATTACHMENT 1C
Page 2 of 3
2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE
subcontractors and/or suppliers from the City's M/WBE Office.
__ Yes
__ No
Date of Listing __ / ___ ./ __
3.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously
listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are
opened?
__ Yes (If yes, attach M/WBE mail listing to 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
-~lttt~!~li~it?f i\li~{~if iliitfi\~;1;:11~i~tt~i
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 necessarv, and attach.)
Company Name Telephone Contact Person Scope of Work Reason for Rejection
i1Av n<;/~n/n~
-
-
-
-
-
-
-
--
-
-
ADDITIONAL INFORMATION:
ATTACHMENT 1C
Page 3 of 3
Please provide additional information you feel will further explain your good and honest efforts to obtain
M/WBE participation on this project.
The bidder further agrees to provide, directly to the City upon request, complete and
accurate information regarding actual work performed on this contract, the payment
thereof and any proposed changes to the original arrangements submitted with this bid.
The bidder also agrees to allow an audit and/or examination of any books, records and
files held by their company that will substantiate the actual work performed on this
contract, by an authorized officer or employee of the City.
Any intentional and/or knowing misrepresentation of facts will be grounds for
terminating the contract or debarment from City work for a period of not less than three
(3) years and for initiating action under Federal, State or Local laws concerning false
statements. Any failure to comply with this ordinance and creates a material breach of
contract may result in a determination of an irresponsible offeror and barred from
participating in City work for a period of time not less than one (1) year.
The undersigned certifies that the information provided and the M/WBE(s) listed
was/were contacted in good faith. It is understood that any M/WBE(s) listed in
Attachment 1 C will be contacted and the reasons for not using them will be verified by
the City's M/WBE Office.
Authorized Signature Printed Signature
Title Contact Name and Title (if different)
Company Name Phone Number Fax Number
Address Email Address
City/State/Zip Date
Rov n,;/:,tn/n'.-1
--,--
-
-
-
-
·'
-
-
.,.
-
-
-
FORT"WORTH -·w· -. CITY OF FORT WORTH
Joint Venture Eligibility Form
All questions must be answered; use "NA" if applicable.
Joint Venture
Page 1 of 3
Name of City project: -------A_,,j,--01,....·n-t v_e_n_tu-re_fi_o_nn_m_u-st_b_e_c_om-pl-et_ed_on_ea_c_h_pr-o.,..~ec-t----------------
1. Joint venture information:
Joint Venture Name:
Joint Venture Address:
(If applicable)
Telephone:
Cellular:
RFP/Bid/Purchasing Number: ---------------
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 cope o wor k ri pe orme db th J . tV t ,y e om en ure:
Describe the scope of work of the M/WBE: Describe the scope of work of the non-M/WBE:
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 agreem ent.
-5. List components of ownership of joint v enture : (Do not complete if this information is describ ed in joint venture agreement)
-
-
-
, . -
-
-
-
Profit and lo ss shari ng :
Capital contributions, including
equipment:
Other applicable ownership interests :
6. Identify by name, race, sex and firm those individuals (with title s) who are responsible for the day-to-day
management and decision making of the joint venture:
Financial decisions
(to inc lude Account Payable and Receivable):
Management decisions:
a. Estimating
-----------------------------------------------b. Marketing and Sales
-----------------------------------------------
C. Hiring and Firing of management
personnel
-----------------------------------------------d. Purchasing of maj or equipment
and/or supplies
Supervision of field operations
The City's Minority and Women Business Enterprise Office will review your joint venture submission and
will have final approval of the M/WBE percentage applied toward the goal for the project listed on this
form.
NOTE:
From and after the date of project award , if any of the participants , the individually defined scopes of work or the dollar
amounts/percentages change from the originally approved information , then the participants must inform the City's
M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and
may result in debarment in acco rd with the procedures outlined in the City 's M/WBE Ordinance .
( -
-
-
-
Joint Venture
f Paae 3 o 3
AFFIDAVIT
The undersigned affirms that the foregoing statements are true and correct and include all material information
necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall
agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments
herein.
The City also reserves the right to request any ·additional information deemed necessary to determine if the joint
venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds
for termination of the eligibility process.
The undersigned agree to permit audits, interviews with owners and examination of the books, records and files
of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this
provision shall result in the termination of any contract, which may be awarded under the provisions of this joint
venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false
statements or willful _misreEresentation of facts. -Name ofM/WBE finn Name ofnon-M/WBE finn
Printed Name of Owner Printed Name of Owner
Signature of Owner Signature of Owner
Printed Name of Owner Printed Name of Owner
Signature of Owner Signature of Owner
Title Title
Date Date
Notarization
State of __________________ County of _____________ _
On this-------------day of ______ _, 20 _, before me appeared
and ----------------------------------------
to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were
properly authorized to execute this affidavit and did so as their free act and deed.
Notary Public --=P-:rint~N:-am-e---------------------
Notary Public --=s';"""ignature-----------------------
Commission Expires -----------------------(seal)
PARTC
GENERAL CONDITIONS
• y
..
PART C -GENERAL CONDITIONS
TABLE OF CONTENTS
NOVEMBER 1, 1987 -
TABLE OF CONTENTS
Cl-1 DEFINITIONS Cl-1 (1)
Cl-1.1 Definition of Terms Cl-1 (1)
Cl-1.2 Contract Documents Cl-1 (2) ,.. '
Cl-1.3 Notice to Bidders Cl-1 (2)
Cl-1.4 Proposal Cl-1 (2) -Cl-1.5 Bidder Cl-1 (2)
Cl-1.6 General Conditions Cl-1 (2)
Cl-1.7 Special Conditions Cl-1 (2)
Cl-1.8 Specifications Cl-1 (2)
Cl-1.9 Bonds · Cl-1 (2)
Cl-1.10 Contract Cl-1 (3)
Cl-1.11 Plans Cl-1 (3)
Cl-1.12 City Cl-1 (3)
Cl-1.13 City Council Cl-1 (3) • Cl-1.14 Mayor Cl-1 (3)
Cl-1.15 City Manager Cl-1 (3)
Cl-1.16 City Attorney Cl-1 (3)
Cl-1.17 Director of Public Works Cl-1 (3)
Cl-1.18 Director, City Water Department Cl-1 (3)
j
,
-,\ Cl-1.19 Engineer Cl-1 (3)
Cl -1.20 Contractor Cl-1 (3)
Cl-1.21 Sureties Cl-1 (4)
,..,. Cl-1.22 The Work or Project Cl-1 (4)
Cl-1.23 Working Day Cl-1 (4)
Cl-1.24 Calendar Days Cl-1 (4)
f ,,.... ': Cl-1.25 Legal Holidays Cl-1 (4)
... Cl-1.26 Abbreviations Cl -1 (4) J
l: . Cl-1.27 Change Order Cl-1 (5) "" ' , .. Cl-1.28 Paved Streets and Alleys Cl-1 (5) , ....
Cl-1.29 Unpaved Streets or Alleys Cl-1 (6)
~" Cl-1.30 City Street Cl-1 (6)
Cl-1.31 Roadway Cl-1 (6)
Cl-1.32 Gravel Street Cl-1 (6)
-.
C2-2 INTERPRETATION AND PREPARATION
I OF PROPOSAL -· C2-2.1 Proposal Form C2-2 (1)
~ C2-2.2· Interpretation of Quantities C2-2 (1)
p;l C2 -2.3 Examination of Contract Documents and Site of Project C2-2 (2) ~;
,i C2-2.4 Submitting of Proposal C2-2 (2)
...
t -} (1)
' .. l
C2-2.5
C2-2.6
C2-2.7
C2-2.8
C2-2.9
C2-2.10
C2-2 .11
C2-2 .12
C3-3
C3-3.1
C3-3.2
C3-3.3
C3-3.4
C3-3.5
C3-3.6
C3-3.7
C3-3.8
C3-3.9
C-3-3.10
C3-3.11
C3-3.12
C3-3.13
C3-3.14
C3-3.15
C4-4
C4-4.1
C4-4.2
C4-4.3
C4-4.4
C4-4.5
C4-4.6
C4-4.7
C5-5
C5-5.1
C5-:-5.2
C5-5.3
C5-5.4
C5-5.5
C5-5.6
C5-5.7
Rejection of Proposals
Bid Security
Delivery of Proposal
Withdrawing Proposals
Telegraphic Modifications of Proposals
Public Opening of Proposal
Irregular Proposals
Disqualification of Bidders
AW ARD AND EXECUTION OF DOCUMENTS:
Consideration of Proposals
Minority Business Enterprise/Women Business
Enterprise Compliance
Equal Employment Provisions
Withdrawal of Proposals
Award of Contract
Return of Proposal Securities
Bonds
Execution of Contract
Failure to Execute Contract
Beginning Work
Insurance
Contractor's Obligations
Weekly Payrolls
Contractor's Contract Administration
Venue
SCOPE OF WORK
Intent of Contract Documents
Special Provisions
Increased or Decreased Quantities
Alteration of Contract Documents
Extra Work
Schedule of Operation
Progress Schedules for Water and Sewer Plant Facilities
CONTROL OF WORK AND MATERIALS
Authority of Engineer
Conformity with Plans
Coordination of Contract Documents
Cooperation of Contractor
Emergency and/or Rectification Work
Field Office
Construction Stakes
(2)
C2-2 (3)
C2-2 (3)
C2-2 (3)
C2 -2 (3)
C2-2 (3)
C2-2 (4)
C2-2 (4)
C2-2 (4)
C3-3 (1)
C3-3 (1)
C3-3 (1)
C3-3 (1)
C3-3 (2)
C3-3 (2)
C3-3 (2)
C3-3 (3)
C3-3 (3)
C3-3 (4)
C3-3 (4)
C3-3 (6)
C3-3 (6)
C3-3 (6)
C3-3 (7)
C4-4 (1)
C4-4 (1)
C4-4 (1)
C4-4 (2)
C4-4 (2)
C4-4 (3)
C4-4 (4)
C5-5 (1)
C5-5 (1)
C5-5 (1)
C5-5 (2)
C5-5 (2)
C5-5 (3)
C5-5 (3)
jii,..,
. -.,
,.. '\
'
"' Ii":
--
-
--
-\
)
" ,,
C5-5.8
C5-5.9
C5-5.10
C5-5.ll
C5-5.12
C5-5.13
C5-5.14
C5-5 .15
C5-5.16
C5-5.17
C5-5.18
C6-6
C6-6.l
C6-6.2
C6-6.3
C6-6.4
C6-6.5
C6-6.6
C6-6.7
C6-6.8
C6-6.9
C6-6.10
C6.6.l 1
C6-6.12
C6-6.13
C6-6 .14
C6-6.15
C6-6.16
C6-6.l 7
C6-6.18
C6-6.19
C6-6.20
C6-6.21
C7-7
C7-7.1
C7-7.2
C7-7.3
C7-7.4
C7-7.5
C7-7.6
C7-7.7
C7-7.8
Authority and Duties of City Inspector
Inspection
Removal of Defective and Unauthorized Work
Substitute Materials or Equipment
Samples and Tests of Materials
Storage of Materials
Existing Structures and Utilities
Interruption of Service
Mutual Responsibility of Contractors
Clean-Up
Final Inspection
LEGAL RELATIONS AND PUBLIC RESPONSIBILITY
Laws to be Observed
Permits and Licenses
Patented Devices, Materials, and Processes
Sanitary Provisions
Public Safety and Convenience
Privileges f Contractor in Streets, Alleys,
and Right-of-Way
Railway Crossings
Barricades, Warnings and Flagmen
Use of Explosives, Drop Weight, Etc.
Work Within Easements
Independent Contractor
Contractor's Responsibility for Damage Claims
Contractor's Claim for Damages
Adjustment or Relocation of Public Utilities, Etc.
Temporary Sewer and Drain Connections
C5-5 (3)
C5-5 (4)
C5-5 (4)
C5-5 (4)
C5-5 (5)
C5-5 (5)
C5-5 (5)
C5-5 (6)
C5-5 (7)
C5-5 (7)
C5-5 (8)
C6-6 (1)
C6-6 (1)
C6-6 (1)
C6-6 (1)
C6-6 (2)
C6-6 (3)
C6-6 (3)
C6-6 (3)
C6-6 (4)
C6-6 (5)
C6-6 (6)
C6-6 (6)
C6-6 (8)
C6-6 (8)
C6-6 (8)
Arrangement and Charges for Water Furnished by the City C6-6 (9)
Use of a Section or Portion of the Work C6-6 (9)
Contractor's Responsibility for the Work C6-6 (9)
No Waiver of Legal Rights C6-6 (9)
Personal Liability of Public Officials C6-6 (10)
State Sales Tax C6-6 (10)
PROSECUTION AND PROGRESS
Subletting C7-7 (1)
Assignment of Contract C7-7 (1)
Prosecution of The Work C7-7 (1)
Limitation of Operations C7-7 (2)
Character of Workmen and Equipment C7-7 (2)
Work Schedule C7-7 (3)
Time of Commencement and Completion C7-7 (3)
Extension of Time Completion C7-7 (3)
(3)
C7-7.9 Delays C7-7 (4)
"' C7-7.10 Time of Completion h C7-7 (4)
C7-7.11 Suspension by Court Order C7-7(5)
C7-7 .12 Temporary Suspension C7-7 (5)
C7-7 .13 Termination of Contract due to National Emergency C7-7 (6)
C7-7 .14 Suspension or Abandonment of the Work C7-7 (6)
and Annulment of the Contract:
C7-7.15 Fulfillment of Contract C7-7 (8)
"' C7-7 .16 Termination for Convenience of the Owner C7-7 (8) ' . •
' C7-7 .l 7 Safety Methods and Practices C7-7 (11)
'I
'
C8-8 MEASUREMENT AND PAYMENT
C8-8.l Measurement Of Quantities C8-8 (1)
C8-8.2 Unit Prices C8-8 (1)
C8-8.3 Lump Sum C8-8 (1)
C8-8.4 Scope of Payment C8-8 (1) ;
C8-8 .5 Partial Estimates and Retainage C8-8 (2)
C8-8.6 Withholding Payment C8-8 (3)
~ . C8-8.7 Final Acceptance C8-8 (3)
C8-8.8 Final Payment C8-8 (3)
C8-8.9 Adequacy of Design C8-8 (4)
C8-8.10 General Guaranty C8-8 (4)
C8-8.l 1 Subsidiary Work C8-8 (4)
C8 -8.12 Miscellaneous Placement of Material C8-8 (4)
C8-8.13 Record Documents C8-8 (4)
''
(4)
-
-
-
-...
-
PART C -GENERAL CONDITIONS
Cl-1 DEFINITIONS
SECTION Cl-1 DEFINITIONS
Cl-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the
following terms or pronouns in place of them are used, the intent and . meaning shall be
understood and interpreted as follows:
Cl-1.2 CONTRACT DOCUMENTS: The Contract Documents are in all of the written
and drawn documents, such as specifications, bonds, addenda, plans, etc., which govern
the terms and performance of the contract. These are contained on the General Contract
Documents and the Special Contract Documents.
a.
b.
GENERAL CONTRACT DOCUMENTS: The General Contract
Documents govern all Water Department Projects and Include the
following Items
PART A-NOTICE TO BIDDERS
PART B -PROPOSAL
PART C -GENERAL CONDITIONS
PART D -SPECIAL CONDITIONS
PART E -SPECIFICATIONS
PERMITS/EASEMENTS
PART F-BONDS
PART G -CONTRACT
(Sample)
(Sample)
(CITY)
(Developer)
(Sample)
(Sample)
White
White
Canary Yellow
Brown
Green
El-White
E2-Golden Rod
E2A-White
Blue
White
White
SPECIAL CONTRACT DOCUMENTS: The Special Contract
Documents are prepared for each specific project as a supplement to the
General Contract Documents and include the following items:
PART A-NOTICE TO BIDDERS (Advertisement) same as above
PART B -PROPOSAL (Bid)
PART C-GENERAL CONDITIONS
PART D -SPECIAL CONDITIONS
PART E-SPECIFICATIONS
PERMITS/EASEMENTS
PART F -BONDS
PART G -CONTRACT
PART H -PLANS (Usually bound separately)
Cl-1 (1)
Cl-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published
in public advertising mediums or furnished direct to interested parties pertaining to the
work contemplated under the Contract Documents constitutes the notice to bidders.
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, persons , firm, partnership, company, association,
corporation, acting directly or through a duly authorized representative, submitting a
proposal for performing the work contemplated under the Contract Documents,
constitutes a bidder.
Cl-1.6 GENERAL CONDITIONS: The General Conditions are the usual construction
and contract requirements which govern the performance of the work so that it will be
carried on in accordance with the customary procedure, the local statutes, and
requirements of the City of Fort Worth's charter and promulgated ordinances.
Whenever there may be a conflict between the General Conditions and the Special
Conditions, the latter shall take precedence ..
Cl-1.7 SPECIAL CONDITIONS: Special conditions are the specific requirements
which are necessary for the particular project covered by the Contract Documents and not
specifically covered in the General Conditions .. When considered with the General
Conditions and other elements of the Contract Documents they provide the information
which the Contractor and Owner should have in order to gain a thorough knowledge of
the project.
Cl-1.8 SPECIFICATIONS: The Specifications is that section or part of the Contract
Documents which set forth in detail the requirements which must be met by all materials,
construction, workmanship, equipment and services in order to render a completed an
useful project. Whenever reference is made to standard specifications, regulations,
requirements, statutes, etc., such referred to documents shall become a part of the
Contract Documents just as though they were embodied therein.
Cl-1.9 BONDS: The bond or bonds are the written guarantee or security furnished by
the Contractor for prompt and faithful performance of the contract and include the
following:
a. Performance Bond (see paragraph C3-3.7)
b. Payment Bond (see paragraph C3-3.7)
c. Maintenance Bond (see paragraph C3-3.7)
d. Proposal or Bid Security (see Special Instructions to Bidders, Part A and
C2-2.6)
Cl-1 (2)
' .
I'.
-
-
-
-
. ...
-·
C 1-1.10 CONTRACT: The Contract is a formal signed agreement between the owner
and the Contractor covering the mutual understanding of the two contracting parties about
the project to be completed under the Contract Documents.
Cl-1.11 PLANS: The plans are the drawings or reproductions therefrom made by the
Owner's representative showing in detail the location, dimension and position of the
various elements of the project, including such profiles, typical cross-sections, layout
diagrams, working drawings, preliminary drawings and such supplemental drawings as
the Owner may issue to clarify other drawings or for the purpose of showing changes in
the work hereinafter authorized by the Owrier. The plans are usually bound separately
from the other parts of the Contract Documents, but they are part of the Contract
Documents just as though they were bound therein.
Cl-1.12 CITY: The City of Fort Worth, Texas, a municipal corporation, authorized and
chartered under the Texas State Statutes, acting by and through its governing body or its
City Manager, each of which is required by charter to perform specific duties.
Responsibility for final enforcement of the Contracts involving the City of Fort Worth is
by Charter vested in the City Manager. The terms City and Owner are synonymous.
Cl-1.13 CITY COUNCIL: The duly elected and qualified governing body of the City of
Fort Worth, Texas.
Cl-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro tern
of the City of Fort Worth, Texas.
Cl-1.15 CITY MANAGER: The officially appointed and authorized City Manager of
the City of Fort Worth, Texas, or his duly authorized representative.
Cl-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort
Worth, Texas, or his duly authorized representative.
Cl-1.17 DIRECTOR OF PUBLIC WORKS: The officially appointed official of the City
of Fort Worth, Texas, referred to in the charter as the City Engineer, or his duly
authorized representative.
Cl-1.18 DIRECTOR, CITY WATER DEPARTMENT: The officially appointed
Director of the City Water Department of the City of Fort Worth, Texas, or his duly
authorized representative, assistant, or agents.
Cl-1.19 ENGINEER: The Director of Public Works, the Director of the Fort Worth
City Water Department, or their duly authorized assistants, agents, engineers, inspectors,
or superintendents, acting within the scope of the particular duties entrusted to them.
C 1-1.20 CONTRACTOR: The person, person's, partnership, company, firm, association,
or corporation, entering into a contract with the Owner for the execution of work, acting
Cl-1 (3)
directly or through a duly authorized representative. A sub-contractor is a person, firm,
corporation, supplying labor and materials or only labor, for the work at the site of the
project.
Cl-1.21 SURETIES: The Corporate bodies which are bound by such bonds as are
required with and for the Contractor. The sureties engaged are to be fully responsible for
the entire and satisfactory fulfillment of the Contract and for any and all requirements as
set forth in the Contract Documents and approved changes therein.
Cl-1.22 THE WORK OR PROJECT: The completed work contemplated in and
covered by the Contract Documents, including but not limited to the furnishing of all
labor, materials, tools, equipment, and incidentals necessary to produce a completed and
serviceable project.
Cl-1.23 WORKING DAY: A working day is defined as a calendar day, not including
Saturdays, Sundays, and legal holidays, in which weather or other conditions not under
the control of the Contractor permit the performance of the principal unit of work for a
period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m., with exceptions
as permitted in paragraph C7-7.6
Cl-1.24 CALENDAR DAYS: A calendar day is any day of the week or month, no days
being excepted.
Cl-1.25: LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the
City Council of the City of Fort Worth for observance by City employees as follows:
1.
2.
3.
4.
5.
6.
7.
8.
9.
New Year's day
M.L. King, Jr. Birthday
Memorial Day
Independence Day
Labor Day
Thanksgiving Day
Thanksgiving Friday
Christmas Day
Such other days in lieu of holidays as
the City Council may determine
January 1
Third Monday in January
Last Monday in May
July4
First Monday in September
Fourth Thursday in November
Forth Friday in November
December25
When one of the above named holidays or a special holiday is declared by the City
Council, falls on a Saturday, the holiday shall be observed on the preceding Friday, or if it
falls on Sunday, it shall be observed on the following Monday, by those employees
working on working day operations. Employees working calendar day operations will
consider the calendar as the holiday.
Cl-1.26 ABBREVIATIONS: Whenever the abbreviations defined herein appear in the
Contract Documents, the intent and meaning shall be as follows:
Cl-1 (4)
-
-
-
, -
AASHTO -American Association of State MGD Million Gallons
Highway Transportation Officials per Day
ASCE American Society of Civil CFS Cubic Foot per
Engineers Second
IAW In Accordance With Min. Minimum
ASTM American Society of Testing Mono. Monolithic
Materials % Percentum
AWWA American Water Works R Radius
Assbciation I.D. Inside Diameter
ASA American Standards Association O .D. Outside Diameter
HI Hydraulic Institute Elev. Elevation
Asph. Asphalt F Fahrenheit
Ave. Avenue C Centigrade
Blvd. Boulevard In. Inch
CI Cast Iron Ft. Foot
CL Center Line St. Street
GI Galvanized Iron CY Cubic Yard
Lin. Linear or Lineal Yd. Yard
lb. Pound SY Square yard
MH Manhole L.F. Linear Foot
Max. Maximum D.I. Ductile Iron
Cl-1.27 CHANGE ORDER: A "Change Order" is a written supplemental agreement
between the Owner and the Contractor covering some added or deducted item or feature
which may be found necessary and which was not specifically included in the scope of
the project on which bids were submitted. Increase in unit quantities stated in the
proposal are not the subject matter of a Change Order unless the increase or decrease is
more than 25% of the amount of the particular item or items in the original proposal.
All "Change Orders" shall be prepared by the City from information as necessary
furnished by the Contractor.
Cl-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as
a street or alley having one of the following types of wearing surfaces applied over the
natural unimproved surface:
1.
2.
3.
4.
5.
Any type of asphaltic concrete with or without separate base material.
Any type of asphalt surface treatment, not including an oiled surface, with
or without separate base material.
Brick, with or without separate base material.
Concrete, with or without separate base material.
Any combination of the above.
Cl-I (5)
Cl-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or
other surface is any area except those defined for "Paved Streets and Alleys ."
Cl-1.30 CITY STREET: A city street is defined as that area between the right-of-way
lines as the street is dedicated.
C 1-1.31 ROADWAY: The roadway is defined as the area between parallel lines two
(2') back of the curb lines or four ('4) feet back of the average edge of pavement where
no curb exists.
Cl-1.32 GRAVEL STREET: A gravel street is an unimproved street to which has been
added one or more applications of gravel or similar material other than the natural
material found on the street surface before any improvement was made.
Cl-1 (6) 4
.-
-
-
.....
-. .
.
'
SECTION C -GENERAL CONDITIONS
C2-2 INTERPRETATION AND
PREPARATION OF PROPOSAL
SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL
C2-2.1 PROPOSAL FORM: The Owner will furnish bidders with Proposal form, which
will contain an itemized list of the items of work to be done or materials to be furnished
and upon which bid prices are requested. The Proposal form will state the Bidder's
general understanding of the project to be completed, provide a space for furnishing the
amount of bid security, and state the basis for entering into a formal contract. The Owner
will furnish forms for the Bidder's "Experience Record," "Equipment Schedule," and
"Financial Statement," all of which must be properly executed and filed with the Director
. of the City Water Department one week prior to the hour for opening of bids.
The financial statement required shall have been prepared by an independent certified
public accountant or an independent public accountant holding a valid permit issued by
an appropriate state licensing agency, and shall have been so prepared as to reflect the
current financial status. This statement must be current and no more than one (1) year old.
In the case that bidding date falls within the time a new statement is being prepared, the
previous statement shall be updated by proper verification. Liquid assets in the amount of
ten (10) percent of the estimated project cost will be required.
For an experience record to be considered to be acceptable for a given project, it must
reflect the experience of the firm seeking qualification in work of both the same nature
and magnitude as that of the project for which bids are to be received, and such
experience must have been completed not more than five (5) years prior to the date on
which Bids are to be received. The Director of the Water Department shall be sole judge
as to the acceptability of experience for qualification to bid on any Fort Worth Water
Department project.
-The prospective bidder shall schedule the equipment he has available for the project and
state that he will rent such additional equipment as may be required to complete the
project on which he submits a bid.
C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials
to be furnished as may be listed in the proposal forms or other parts of the Contract
Documents will be considered as approximate only and will be used for the purpose of
comparing bids on a uniform basis. Payment will be made to the Contractor for only the
actual quantities of work performed or materials furnished in strict accordance with the
Contract Documents and Plans. The quantities of work to be performed and materials to
be furnished may be increased or decreased as hereinafter provided, without in any way
invalidating the unit prices bid or any other requirements of the Contract Documents.
C2-2(1)
C2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT:
Bidders are advised that the Contract Documents on file with the Owner shall constitute
all of the information which the Owner will furnish. All additional information and data
which the Owner will supply after promulgation of the formal contract documents shall
be issued in the form of written addenda and shall become part of the Contract
Documents just as though such addenda were actually written into the original Contract
Documents .
Bidders are required, prior to filing of proposal, to read and become familiar with the
Contract Documents, to visit the site of the project and examine carefully all local
conditions, to inform themselves by their own independent research and investigations,
tests, boring, and by such other means as may be necessary to gain a complete knowledge
of the conditions which will be encountered during construction of the project. They must
judge for themselves the difficulties of the work and all attending circumstances affecting
the cost of doing the work or the time required for its completion, and obtain all
information required to make an intelligent proposal. No information given by the Owner
or any representative of the Owner other than that contained in the Contract Documents
and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders
shall rely exclusively and solely upon their own estimates, investigation, research, tests,
explorations, and other data which are necessary for full and complete information upon
which the proposal is to be based. It is mutually agreed that the submission of a proposal
is prima-facie evidence that the bidder has made the investigation, examinations and tests
herein required. Claims for additional compensation due to variations between conditions
actually encountered in construction and as indicated in the Contract Documents will not
be allowed.
The logs of Soil Borings, if any, on the plans are for general information only and may
not be correct. Neither the Owner nor the Engineer guarantee that the data shown is
representative of conditions which actually exist.
C2-2.4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the
form furnished by the Owner. All blank spaces applicable to the project contained in the
form shall be correctly filled in and the Bidder shall state the prices, written in ink in both
words and numerals, for which he proposes to do work contemplated or furnish the
materials required. All such prices shall be written legibly. In case of discrepancy
between price written in words and the price written in numerals, the price most
advantageous to the City shall govern.
If a proposal is submitted by an individual, his or her name must be signed by him (her)
or his (her) duly authorized agent. If a proposal is submitted by a firm, association, or
partnership, the name and address of each member of the firm, association, or partnership,
or by person duly authorized. If a proposal is submitted by a company or corporation, the
company or corporation name and business address must be given, and the proposal
signed by an official or duly authorized agent. The corporate seal must be affixed. Power
C2-2(2)
-
-
of Attorney authorizing agents or others to sign proposal must be properly certified and
must be in writing and submitted with the proposal.
C2-2.5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any
alteration of words or figures, additions not called for , conditional or uncalled for
alternate bids, erasures , or irregularities of any kind, or contain unbalanced value of any
items. Proposal tendered or delivered after the official time designated for receipt of
proposal shall be returned to the Bidder unopened.
· C2-2.6 BID SECURITY: No proposal will be considered unless it is accompanied by a
"Proposal Security'' of the character and the amount indicated in the "Notice to Bidders"
and the "Proposal." The Bid Security is required by the Owner as evidence of good faith
on the part of the Bidder, and l?Y way of a guaranty that if awarded the contract, the
Bidder will within the required time execute a formal contract and furnish the required
performance and other bonds. The bid security of the three lowest bidders will be retained
until the contract is awarded or other disposition is made thereof. The bid security of all
other bidders may be returned promptly after the canvass of bids.
C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is
delivered, accompanied by its proper Bid Security, to the City Manager or his
representative in the official place of business as set forth in the ''Notice to Bidders ." It is
the Bidder's sole responsibility to deliver the proposal at the proper time to the proper
place. The mere fact that a proposal was dispatched will not be considered. The Bidder
must have the proposal actually delivered. Each proposal shall be in a sealed envelope
plainly marker with the word "PROPOSAL," and the name or description of the project
as designated in the ''Notice to Bidders." The envelope shall be addressed to the City
Manager, City Hall, Fort Worth, Texas.
C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the City
Manager cannot be withdrawn prior to the time set for opening proposals. A request for
non-consideration must be made in writing, addressed to the City Manager, and filed with
him prior to the time set for opening of proposals. After all proposals not requested for
non-consideration are opened and publicly read aloud, the proposals for which non-
consideration requests have been properly filed may, at the option of the Owner, be
returned unopened.
C2-2.9 TELEGRAHIC MODIFICATIONS OF PROPOSALS: Any Bidder may modify
, his proposal by telegraphic communication at any time prior to the time set for opening
proposals, provided such telegraphic communication is received by the City Manager
prior to the said proposal opening time, and provided further , that the City Manager is
satisfied that a written and duly authenticated confirmation of such telegraphic
communication over the signature of the bidder was mailed prior to the proposal opening
time. If such confirmation is not received within forty-eight ( 48) hours after the proposal
opening time, no further consideration will be given to the proposal.
C2 -2(3)
C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly
filed and for which no "Non-consideration Request" has been received will be publicly
opened and read aloud by. the City Manager or his authorized representative at the time
and place indicated in the "Notice to Bidders." All proposals which have been opened and
read will remain on file with the Owner until the contract has been awarded. Bidders or
their authorized representatives are invited to be present for the opening of bids.
C2-2.11 IRREGULAR PROPOSALS: Proposals shall be considered as "Irregular" if
they show any omissions, alterations of form, additions, or conditions not called for,
unauthorized alternate bids, or irregularities of any kind. However, the Owner reserves
the right to waive any all irregularities and to make the award of the contract to the best
interest of the City. Tendering a proposal after the closing hour is an irregularity which
can not be waived.
C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders maybe disqualified and their
proposals not considered for any of, but not limited to, the following reasons:
a) Reasons for believing that collusion exists among bidders.
b) Reasonable grounds for believing that any bidder is interested in more than
one proposal for work contemplated.
c) The bidder being interested in any litigation against the Owner or where
the Owner may have a claim against or be engaged in litigation against the
bidder.
d)
e)
f)
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 financial statement, experience
statement, equipment schedule, and such inquiries as the Owner may see
fit to make.
g) Uncompleted work which, in the judgment of the Owner, will prevent or
hinder the prompt completion of additional work if awarded.
h) The bidder not filing with the Owner, one week in advance of the hour of
the opening of proposals the following:
1. Financial Statement showing the financial condition of the bidder
as specified in Part "A" -Special Instructions
2. A current experience record showing especially the projects of a
nature similar to the one under consideration, which have been
successfully completed by the Bidder.
3. An equipment schedule showing the equipment the bidder has
available for use on the project.
The Bid Proposal of the bidder who, in the judgment of the Engineer, is disqualified
under the requirements stated herein, shall be set aside and not opened.
C2-2(4)
--
PART C -GENERAL CONDITIONS
C3-3 AW ARD AND EXECUTION OF
DOCUMENTS
SECTION C3-3 AW ARD AND EXECUTION OF DOCUMENTS:
C3-3.1 CONSIDERATION OF PROPOSALS: After proposals have been opened and
read aloud, the proposals will be tabulated ort the basis of the quoted prices, the quantities
shown in the proposal, and the application of such formulas or other methods of bringing
items to a common basis as may be established in the Contract Documents.
The total obtained by taking the sum of the products of the unit prices quoted and the
estimated quantities plus any lump sum items and such other quoted amounts as may
enter into the cost of the completed project will be considered as the amount of the bid.
Until the ward of the contract is made by the Owner, the right will be reserved to reject
any or all proposals and waive technicalities, to re-advertise for new proposals, or to
proceed with the work in any manner as may be considered for the best interest of the
Owner.
C3-3 .2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS
ENTERPRISE COMPLIANCE : Contractor agrees to provide to Owner, upon request,
complete and accurate information regarding actual work performed by a Minority
Business Enterprise (MBE) and/or a Woman-owned Business Enterprise (WBE) on the
contract and the payment therefor. Contractor further agrees, upon request by the Owner,
to allow and audit and/or an examination of any books, records , or files in the possession
of the Contractor that will substantiate the actual work performed by an MWE or WBE.
Any material misrepresentation of any nature will be grounds for termination of the
contract and for initiating any action under appropriate federal, state or local laws · and
ordinances relating to false statements; further, any such misrepresentation may be
grounds for disqualification of Contractor at Owner's discretion for bidding on future
Contracts with the Owner for a period of time of not less than six (6) months.
C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with
Current City Ordinances prohibiting discrimination in employment practices. The
Contractor shall post the required notice to that effect on the project site, and at his
request, will be provided assistance by the City of Fort Worth's Equal Employment
Officer who will refer any qualified applicant he may have on file in his office to the
Contractor. Appropriate notices may be acquired from the Equal Employment Officer.
C3-3.4 WITHDRAW AL OF PROPOSALS: After a proposal has been read by the
Owner, it cannot be withdrawn by the Bidder within forty-five (45) days after the date on
which the proposals were opened.
C3-3 (1)
C 3-3.5 A WARD OF CONTRACT: The Owner reserves the right to withhold final
action on the proposals for a reasonable time, not to exceed forty-five (45) days after the
date of opening proposals, and in no event will an award be made until after
investigations have been made as to the responsibility of the proposed awardee.
The award of the contract, if award is made, will be to the lowest and best responsive
bidder.
The award of the contract shall not become effective until the Owner has notified the
Contractor in writing of such award.
C3-3.6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals
have been determined for comparison of bids, the Owner may, at its discretion, return the
proposal security which accompanied the proposals which, in its judgment, would not be
considered for the award. All other proposal securities, usually those of the three lowest
bidders, will be retained by the Owner until the required contract has been executed and
bond furnished or the Owner has otherwise disposed of the bids, after which they will be
returned by the City Secretary.
C3-3.7 BONDS: With the execution and delivery of the Contract Documents, the
Contractor shall furnish to, and file with the owner in the amounts herein required, the
following bonds:
a. PERFORMANCE BOND: , A good and sufficient performance bond in
the amount of not less than 100 percent of the amount of the contract, as
evidenced by the proposal tabulation or otherwise, guaranteeing the full
and faithful execution of the work and performance of the contract, and for
the protection of the Owner and all other persons against damage by
reason of negligence of the Contractor, or improper execution of the work
or use of inferior materials. This performance bond shall guarantee the
payment for all labor, materials, equipment, supplies, and services used in
the construction of the work, and shall remain in full force and effect until
provisions as above stipulated are accomplished and final payment is made
on the project by the City.
b. MAINTENANCE BOND: A good and sufficient maintenance bond, in
the amount of not less than 100 percent of the amount of the contract, as
evidenced by the proposal tabulation or otherwise, guaranteeing the
prompt, full and faithful performance of the general guaranty which is set
forth in paragraph C8-8.10.
c. PAYMENT BOND: A good and sufficient payment bond, in the
amount of not less than 100 percent of the amount of the contract, as
evidenced by the proposal tabulation or otherwise, guaranteeing the
prompt, full and faithful payment of all claimants as defined in Article
C3-3 (2) .. '
,-
5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill
344, Acts 56 1h 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.
d. · OTHER BONDS: Such other bonds as may be required by these
Contract Documents shall be furnished by the Contractor.
No sureties will be accepted by the Owner which are at the time in default or delinquent
on any bonds or which are interested in any litigation against the Owner. All bonds shall
be made on-the forms . furnished by the Owner and shall be executed by an approved
surety company doing business in the City of Fort Worth, Texas, and which is acceptable
to the Owner. In order to be acceptable, the name of the surety shall be included on the
current U.S . Treasury list of acceptable sureties, and the amount of bond written by any
one 'acceptable company shall not exceed the amount shown on the Treasury list for that
company. Each bond shall be properly executed by both the Contractor and Surety
Company.
Should any surety on the contract be determined unsatisfactory at any time by the Owner,
notice will be given the Contractor to that effect and the Contractor shall immediately
provide a new surety satisfactory to the Owner. No payment will be made under the
contract until the new surety or sureties, as required, have qualified and have been
accepted by the Owner. The contract shall not be operative nor will any payments be due
or paid until approval of the bonds by the Owner.
C3-3.8 EXECUTION OF CONTRACT: Within ten (10} days after the Owner has
appropriate resolution, or otherwise, awarded the contract, the Contractor shall execute
and file with the Owner, the Contract and such bonds as may be required in the Contract
Documents.
No Contract shall be binding upon the Owner until it has been attested by the City
Secretary, approved as to form and legality by the City Attorney, and executed for the
Owner by either the Mayor or City Manager.
C3-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to
" execute the required bond or bonds or to sign the required contract within ten (10) days
after the contract is awarded shall be considered by the owner as an abandonment of his
proposal, and the owner may annual the Award. By reason of the uncertainty of the
market prices of material and labor, and it being impracticable and difficult to accurately
determine the amount of damages occurring to the owner by reason of said awardee's
failure to execute said bonds and contract within ten (10) days, the proposal security
accompanying the proposal shall be the agreed amount of damages which the Owner will
C3-3 (3)
suffer by reason of such failure on the part of the Awardee and shall thereupon
immediately by forfeited to the Owner.
The filing of a proposal will be considered as acceptance of this provision by the Bidder.
C-3-3 .10 BEGINNING WORK: The Contractor shall not commence work until
authorized in writing to do so by the Owner. Should the Contractor fail to commence
work at the site of the project within the time stipulated in the written authorization
usually termed "Work Order" or "Proceed Order", it is agreed that the Surety Company
will, within ten (10) days after the commencement date set forth in such written
authorization, commence the physical execution of the contract.
C3-3.11 INSURANCE: The Contractor shall not commence work under this
contract until he has obtained all insurance required under the Contract Documents, and
such insurance has been approved by the Owner. The prime Contractor shall be
responsible for delivering to the Owner the sub-contractor's certificate of insurance for
approval. The prime Contractor shall indicate on the certificate of insurance included in
the documents for execution whether or not his insurance covers sub-contractors. It is the
intention of the Owner that the insurance coverage required herein shall include the
coverage of all sub-contractors.
a.
b.
C.
COMPENSATION INSURANCE: The Contractor shall maintain,
during the life of this contract, Worker's Compensation Insurance on all of
his employees to be engaged in work on the project under this contract,
and for all sub-contractors. In case any class of employees engaged in
hazardous work on the project under this contract is not protected under
the Worker's Compensation Statute, the Contractor shall provide adequate
employer's general liability insurance for the protection of such of his
employees not so protected.
COMPREHENSIVE GENERAL LIABILITY INSURANCE: The
Contractor Shall procure and shall maintain during the life of this contract,
Comprehensive General Liability Insurance (Public Liability and Property
Damage Insurance) in the amount not less than $500 ,000 covering each
occurrence on account of bodily injury, including death, and in an amount
not less than $500,000 covering each occurrence on account of property
damage with $2,000,000 umbrella policy coverage.
ADDITIONAL LIABILITY: The Contractor shall furnish
insurance as a separate policies or by additional endorsement to one of the
above-mentioned policies , and in the amount as set forth for public
liability and property damage , the following insurance:
1. Contingent Liability ( covers General Contractor's Liability for acts
of sub-contractors).
C3-3 (4)
r
...
d.
e.
2. Blasting, prior to any blasting being done.
3. Collapse of buildings or structures adjacent to excavation .{if
excavation are performed adjacent to same).
4. Damage to underground utilities for $500,000.
5. Builder's risk (where above-ground structures are involved).
6. Contractual Liability ( covers all indemnification requirements of
Contract).
AUTOMOBILE INSURANCE -BODILY INJURY AND PROPERTY
DAMAGE: The Contractor shall procure and maintain during the life of
this Contract, Comprehensive Automobile Liability Insurance in an
amount not Jess than $250,000 for injuries including accidental death to
any one person and subject to the same limit for each person an amount
not less than $500,000 on account of one accident, and automobile
property damage insurance in an amount not less than $100,000.
SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance
required under the above paragraphs shall provide adequate protection for
the . Contractor and his sub-contractors, respectively, against damage
claims which may arise from operations under this contract, whether such
operations be by the insured or by anyone directly or indirectly employed
by him, and also against any of the following special hazards which may
be encountered in the performance of the Contract.
f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish
the owner with satisfactory proof of coverage by insurance required in
these Contract Documents in the amounts and by carriers satisfactory to
the Owner. (Sample attached.) All insurance requirements made upon the
Contractor shall apply to the sub-contractors, should the Prime
Contractor's insurance not cover the sub-contractor's work operations.
g. LOCAL AGENT FOR INSURANCE AND BONDING: The insurance
and bonding companies with whom the Contractor's insurance and
performance, payment, maintenance arid all such other bonds are written,
shall be represented by an agent or agents having an office located within
the city limits of the City of Fort Worth. Tarrant County, Texas. Each such
agent shall be a duly qualified, one upon whom authority and power to act
on behalf of the insurance and/or bonding company to negotiate and settle
with the City of Fort Worth, or any other claimant, and claims that the City
of Fort Worth or other claimant or any property owner who has been
C3-3 (5)
damaged, may have against the Contractor, insurance, and/or bonding
company. If the local insurance representative is not so empowered by the
insurance or bonding companies , then such authority must be vested in a
local agent or claims officer residing in the Metroplex, the Fort Worth-
Dallas area. The name of the agent, or agents shall be set forth on all such
bonds and certificates of insurance.
C3-3.12 CONTRACTOR 'S OBLIGATIONS: Under the Contract, the Contractor
shall pay for all materials, labor and services when due.
C3-3.13 WEEKLY PAYROLLS: A certified copy of each payroll covering payment
of wages to all persons engaged in work on the project at the site of the project shall be
furnished to the Owner's representative within seven (7) days after the close of each
payroll period. A copy or copies of the applicable minimum wage rates as set forth in the
Contract Documents shall be kept posted in a conspicuous place at the site of the project
at all times during the course of the Contract. Copies of the wage rates will be furnished
the Contractor, by the Owner; however, posting and protection of the wage rates shall be
the responsibility of the Contractor.
C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor,
whether a person, persons, partnership, company, firm, association, corporation or other
who is approved to do business with and enters into a contract with the City for
construction of water and/or sanitary sewer facilities, will have or shall establish a fully
operational business office within the Fort Worth-Dallas metropolitan area. The
Contractor shall charge, delegate, or assign this office (or he may delegate his Project
Superintendent) with full authority to transact all business actions required in the
performance of the Contract. This local authority shall be made responsible to act for the
Contractor in all matters made responsible to act for the Contractor in all matters
pertaining to the work governed by the Contract whether it be administrative or other
wise and as such shall be empowered, thus delegated and directed, to settle all material,
labor or other expenditure, all claims against work or any other mater associated such as
maintaining adequate and appropriate insurance or security coverage for the project. Such
local authority for the administration of the work under the Contract shall be maintained
until all business transactions executed as part of the Contract are complete.
Should the Contractor's principal base of operations be other than in the Fort Worth-
Dallas metropolitan area, notification of the Contractor's assignment of local authority
shall be made in writing to the Engineer in advance of any work on the project, all
appropriately signed and sealed , as applicable, by the Contractor's responsible offices
with the understanding that this written assignment of authority to the local representative
shall become part of the project Contract as though bound directly into the project
documents . The intent of these requirements is that all matters associated with the
Contractor's administration, whether it be oriented in furthering the work , or other, be
governed direct by local authority. This same requirement is imposed on insurance and
surety coverage. Should the Contractor's local representative fail to perform to the
C3-3 (6)
" .
' )
' t
'
)
satisfaction of the Engineer, the Engineer, at his sole discretion, may demand that such
local representative be replaced and the Engineer may, at his sole discretion, stop all work
until a new local authority satisfactory to the Engineer is assigned. No credit of working
time will be allowed for periods in which work stoppages are in effect for this reason.
C3-3.15 VENUE: Venue of any action hereinunder shall be exclusively in Tarrant
County, Texas.
.-\ .. 1!, ,
C3-3 (7)
)
SECTION C4-4 SCOPE OF WORK
PART C-GENERAL CONDITIONS
C4-4 SCOPE OF WORK
C4-4.1 INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these
Contract Documents to provide for a complete, useful project which the Contractor
undertakes to construct or furnish, all in full compliance with the requirements and intent
of the Contract Documents. It is definitely understood that the Contractor shall do all
work as provided for in the Contract Documents, shall do all extra or special work as may
be considered by the Owner as necessary to complete the project in a satisfactory and
acceptable manner. The Contractor shall, unless otherwise specifically stated in these
Contract Documents, furnish all labor, tools, materials, machinery, equipment, special
services , and incidentals necessary to the prosecution and completion of the project.
C4-4 .2 SPECIAL PROVISIONS: Should any work or conditions which are not
thoroughly and satisfactorily stipulated or covered by General or Special Conditions of
these Contract Documents be anticipated, or should there be any additional proposed
work which is not covered by these Contract Documents, the "Special Provisions"
covering all such work will be prepared by the Owner previous to the time of receiving
bids or proposals for any such work and furnished to the Bidder in the form of Addenda.
All such "Special Provisions" shall be considered to be part of the Contract Documents
just as though they were originally written therein.
C4-4.3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right
to alter the quantities of the work to be performed or to extend or shorten the
improvements at any time when and as found to be necessary, and the Contractor shall
perform the work as altered, increased or decreased at the unit prices. Such increased or
decreased quantity shall not be more than twenty-five (25) percent of the contemplated
quantity of such item or items. When such changes increase or decrease the original
quantity of any item or items of work to be done or materials to be furnished by the 25
percent or more, then either party to the contract shall upon written request to the other
party be entitled to a revised consideration upon that portion of the work above or below
the 25 percent of the original quantity stated in the proposal; such revised consideration to
be determined by special agreement or as hereinafter provided for "Extra Work." No
allowance will be made for any changes in anticipated profits not shall such changes be
considered as waiving or invalidating any conditions or provisions of the Contract
Documents.
Variations in quantities of sanitary sewer pipes in depth categories, shall be interpreted
herein as applying to overall quantities of sanitary sewer pipe in each pipe size, but not to
the various depth categories.
. C4-4 (1)
'•
_k
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.
b.
C.
Unit bid price previously approved.
An agreed lump sum.
•,
The actual reasonable cost of (1) labor, (2) rental of equipment used on the
extra work for the time so used at Associated General Contractors of
America current equipment rental rates, (3) materials entering permanently
into the project, and (4) actual cost of insurance, bonds, and social security
as determined by the Owner, plus a fixed fee to be agreed upon but not to
exceed 10 percent of the actual cost of such extra work. The fixed fee is
not to include any additional profit to the Contractor for rental of
equipment owner by him and used for extra work. The fee shall be full and
complete compensation to cover the cost of superintendence, overhead,
other profit, general and all other expense not included in (1), (2), (3), and
(4) above. The Contractor shall keep accurate cost records on the form and
in the method suggested by the Owner and shall give the Owner access to
all accounts, bills, vouchers, and records relating to the Extra Work.
No "Change Order" shall become effective until it has been approved and signed by each
of the Contracting Parties.
No claim for Extra Work of any kind will be allowed unless ordered in writing by the
Owner. In case any orders or instructions, either oral or written, appear to the Contractor
to involve Extra Work for which he should receive compensation, he shall make written
request to the Engineer for written orders authorizing such Extra Work, prior to beginning
such work.
C4-4 (2)
. ' .
r
Should a difference arise as to what does or dose not constitute Extra Work, or as to the
payment thereof, and the Engineer insists upon its performance, the Contractor shall
proceed with the work after making written request for written orders and shall keep
accurate account of the actual reasonable cost thereof as provided under method (Item C).
Claims for extra work will not be paid unless the Contractor shall file his claim with the
Owner within five (5) days before the time for making the first estimate after such work is
done and unless the claim is supported by satisfactory vouchers and certified payrolls
covering all labor and materials expended upon said Extra Work.
The Contractor shall furnish the Owner such installation records of all deviations from
the original Contract Documents as may be necessary to enable the Owner to prepare for
permanent record a corrected set of plans showing the actual installation.
The compensation agreed upon for "Extra Work" whether or not initiated by a "Change
Order" shall be a full, complete and final payment for all costs Contractor incurs as a
result or relating to the change or extra work, whether said costs are known, unknown,
foreseen or unforeseen at that time,· including without limitation, any costs for delay,
extended overhead, ripple or impact cost, or any other effect on changed or unchanged
work as a result of the change or extra work.
C4-4.6 SCHEDULE OF OPERATION: Before commencing any work under this
contract, the Contractor shall submit to the Owner and receive the Owner's approval
thereof, a "Schedule of Operations," showing by a straight line method the date of
commencing an:d finishing each of the major elements of the Contract. There shall be also
shown the estimated monthly cost of work for which estimates are to be expected. There
shall be presented also a composite graph showing the anticipated progress of
construction with the time being plotted horizontally and percentage of completion,
plo~ted vertically. The progress charts shall be prepared on 8-1/2" x 11" sheets and at
least five black or blue line prints shall be furnished to the Owner.
C4-4.7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITIES:
Within ten (10) days prior to submission of the first monthly progress payment, the
Contractor shall prepare and submit to the owner for approval six copies of the schedule
in which the Contractor proposes to carry on activities (including procurement of
materials, plans, and equipment) and the contemplated dates for completing the same.
The schedule shall be in the form of a time schedule Critical Path Method (CPM)
network diagram. As the work progresses, the Contractor shall enter on the diagram the
actual progress at the end of each partial payment period or at such intervals as directed
by the Engineer. The Contractor shall also revise the schedule to reflect any adjustments
in contract time approved by the Engineer. Three copies of the updated schedule shall be
delivered at such intervals as directed by the Engineer.
As a minimum, the construction schedule shall incorporate all work elements and
activities indicated in the proposal and in the technical specifications.
C4-4 (3)
Prior to the final drafting of the detailed construction schedule, the Contractor shall
review the draft schedule with the Engineer to ensure the Contractor's understanding of
the contract requirements.
The following guidelines shall be adhered to in preparing the construction schedule:
a. Milestone dates and final project completion dates shall be developed to
conform to the time constraints , sequencing requirements and completion
time.
b . The construction progress shall be divided into activities with time
durations of approximately fourteen days (14) days and construction
values not to exceed $50 ,000. Fabrication, delivery and submittal activities
are exceptions to this guideline.
c. Durations shall be in calendar days and normal holidays and weather
conditions over the duration of the contract shall be accounted for within
the duration of each activity.
d. One critical path shall be shown on the construction schedule.
e. Float time is defined as the amount of time between the earliest start date
and the latest start date of a chain of activities of the CPM construction
schedule. Float time is not for the exclusive use or benefit of either the
Contractor or the Owner.
f. Thirty days shall be used for submittal review unless otherwise specified.
The construction schedule shall as a minimum, be divided into general categories as
indicated in the Proposal and Technical Specifications and each general category shall be
broken down into activities in · enough detail to achieve activities of approximately
fourteen (14) days duration.
For each general category, the construction schedule shall identify all trades or
subcontracts whose work is represented by activities that follow the guidelines of this
Section.
For each of the trades or subcontracts, the construction schedule shall indicate the
following procurements, construction and preacceptance activities and events in their
logical sequence for equipment and materials.
1.
2.
3.
4.
Preparation and transmittal of submittals
Submittal review periods.
Shop fabrication and delivery.
Erection or installation.
C4-4 (4)
( . \
..
5. Transmittal of manufacturer's operation and maintenance instructions.
6. Installed equipment and materials testing.
7. Owner's operator instruction (if applicable).
8. Final inspection.
9. Operational testing.
If, in the opinion of the Owner, work accomplished falls behind that scheduled, the
Contractor shall take such action as necessary to improve his progress. In addition, the
Owner may require the Contractor to submit a revised schedule demonstrating his
program and proposed plan to make up lag in scheduled progress and to insure
completion of the work within the contract time. If the owner finds the proposed plan not
acceptable, he may require the Contractor to increase the work force, the construction
plant and equipment, the number of work shifts or overtime operations without additional
cost to the Owner.
Failure of the Contractor to comply with these requirements shall be considered grounds
for determination by the Owner that the Contractor is failing to prosecute the work with
diligence as will insure its completion within the time specified .
C4-4 (5)
-
l
PART C -GENERAL CONDITIONS
C5-5 CONTROL OF WORK AND
MATERIALS
SECTION C5-5 CONTROL OF WORK AND MATERIALS
C5-5. l AUTHORITY OF ENGINEER: The work shall be performed to the
satisfaction of the Engineer and in strict compliance with the Contract Documents. The
Engineer shall decide all questions ·which arise as to the quality and acceptability of the
materials furnished, work performed, rate of progress of the work, overall sequence of the
construction, interpretation of the Contract Documents, acceptable fulfillment of the
Contract, compensation, mutual rights between Contractor and Owner under these
Contract Documents, supervision of the work, resumption of operations, and all other
questions or disputes which may arise.-Engineer will not be responsible for Contractor's
means, methods, techniques, sequence or procedures of construction, or the safety
precaution and programs incident thereto, and he will not be responsible for Contractor's
failure to perform the work in accordance with the contract documents.
The Engineer shall determine the amount and quality of the work completed and
materials furnished, and his decisions and estimates shall be final. His estimates in such
event shall be a condition to the right of the Contractor to receive money due him under
the Contract. The Owner shall have executive authority to enforce and make effective
such necessary decisions and orders as the Contractor fails to carry out promptly.
In the event of any dispute between the Engineer and Contractor over the decision of the
Engineer on any such matters, the Engineer must, within a reasonable time, upon written
request of the Contractor, render and deliver to both the owner and Contractor, a written
decision on the matter in controversy.
C5-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall
conform with lines, grades, cross-sections, finish, and dimensions shown on the plans or
any other requirements other wise described in the Contract Documents. Any deviation
from the approved Contract Documents required by the Engineer during construction will
in ·all cases be determined by the Engineer and authorized by the Owner by Change Order.
C5-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract
Documents are made up of several sections, which, taken together, are intended to
describe and provide for a complete and useful project, and any requirements appearing in
one of the sections is as binding as though it occurred in all sections. In case of
discrepancies, figured dimension shall govern over scaled dimensions, plans shall govern
over specifications, special conditions shall govern over general conditions and standard
specification, and quantities shown on the plans shall govern over those shown in the
proposal. The Contractor shall not take advantage of any apparent error or omission in the
C5-5 (1)
Contract Documents, and the owner shall be permitted to make such corrections or
interpretations as may be deemed necessary for fulfillment of the intent of the Contract
Documents. In the event the Contractor discovers an apparent error or discrepancy, he
shall immediately call this condition to the attention of the Engineer. In the event of a
conflict in drawings, specifications, or other portions of the Contract Documents which
were not reported prior to the award of Contract, the Contractor shall be deemed to have
quoted the most expensive resolution of the conflict.
C5-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished
with three sets of Contract Documents and shall have available on the site of the project
at all times, one set of such Contract Documents.
The Contractor shall give to the work the constant attention necessary to facilitate the
progress thereof and shall cooperate with the Engineer, his inspector, and other
Contractors in every possible way.
The Contractor shall at all times have competent personnel available to the project site for
proper performance of the work. The Contractor shall provide and maintain at all times at
the site of the project a competent, English-speaking superintendent and an assistant who
are fully authorized to act as the Contractor's agent on the work. Such superintendent and
his assistant shall be capable of reading and understanding the Contract Documents and
shall receive and fulfill instructions from the Owner, the Engineer, or his authorized
representatives. Pursuant to this responsibility of the Contractor, the Contractor shall
designate in writing to the project superintendent, to act as the Contractor's agent on the
work. Such assistant project superintendent shall be a resident of Tarrant County, Texas,
and shall be subject to call, as is the project superintendent, at any time of the day or night
on any day of the week on which the Engineer determines that circumstances require the
presence on the project site of a representative of the Contractor to adequately provide for
the safety or convenience of the traveling public or the owners of property across which
the project extends or the safety of the property contiguous to the project routing.
The Contractor shall provide all facilities to enable the Engineer and his inspector to
examine and inspect the workmanship and materials entering into the work.
C5-5.5 EMERGENCY AND/OR RECTIFICATION WORK: When, in the opinion
of the Owner or Engineer, a condition of emergency exists related to any part of the wo.rk,
the Contractor, or the Contractor through his designated representative, shall respond
with dispatch to a verbal request made by the Owner or Engineer to alleviate the
emergency condition. Such a response shall occur day or night, whether the project is
scheduled on a calendar-day or a working-day basis.
Should the Contractor fail to respond to a request from the Engineer to rectify any
discrepancies, omissions, or correction necessary to conform with the requirements of the
project specifications or plans, the Engineer shall give the Contractor written notice that
such work or changes are to be performed. The written notice shall direct attention to the
C5-5 (2)
discrepant condition and request the Contractor to take remedial action to correct the
condition. In the event the Contractor does not take positive steps to fulfill this written
request, or does not shoe just cause for not taking the proper action, within 24 hours, the
City may take such remedial action with City forces or by contract. The City shall deduct
an amount equal to the entire costs for such remedial action, plus 25%, from any funds
due the Contractor on the project.
C5-5.6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an
adequate field office for use of the Engineer, if specifically called for. The field office
shall be not less than 10 x 14 feet in floor area, substantially constructed, well heated, air
conditioned, lighted, and weather proof, so that documents will not be damaged by the
elements.
C5-5.7 CONTRUCTION STAKES: The City, through its Engineer, will furnish
the Contractor with all lines, grades, and measurements necessary to the proper
prosecution and control of the work contracted under these Contract Documents, and
lines, grades and measurements will be established by means of stakes or other customary
method of marking as may be found consistent with good practice.
These stakes or markings shall be set sufficiently in advance of construction operations to
avoid delay. Such stakes or markings as may be established for Contractor's use or
guidance shall be preserved by the Contractor until he is authorized by the Engineer to
remove them. Whenever, in the opinion of the Engineer, any stakes or markings have
been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of
his employees, the full cost of replacing such stakes or marks plus 25% will be charged
against the Contractor, and the full amount will be deducted from payment due the
Contractor.
C5-5.8 AUTHORITY AND DUTIES OF CITY INSPECTOR: City Inspectors will
be authorized to inspect all work done and to be done and all materials furnished. Such
inspection may extend to all or any part of the work, and the preparation or manufacturing
of the materials to be used or equipment to be installed. A City Inspector may be
stationed on the work to report to the Engineer as to the progress of the work and the
manner in which it is being performed, to report any evidence that the materials being
furnished or the work being performed by the Contractor fails to fulfill the requirements
of the Contract Documents, and to call the attention of the Contractor to any such failure
or other infringements. Such inspection or lack of inspection will not relieve the
Contractor from any obligation to perform the work in accordance with the requirements
of the Contract Documents. In case of any dispute arising between the Contractor and the
City Inspector as to the materials or equipment furnished or the manner of performing the
work, the City Inspector will have the authority to reject materials or equipment, and/or to
suspend work until the question at issue can be referred to and decided by the Engineer.
The City Inspector will not, however, be authorized to revoke, alter, enlarge, or release
any requirement of these Contract Documents, nor to approve or accept any portion or
section of the work, nor to issue any instructions contrary tot he requirement s of the
C5 -5 (3)
Contract Documents. The City Inspector will in no case act as superintendent or foreman
or perform any other duties for the Contractor, or interfere with the management or
operation of the work. He will not accept from the Contractor any compensation in any
form for performing any duties . The Contractor shall regard and obey the directions and
instructions of the City Inspector or Engineer when the same are consistent with the
obligations of the Contract Documents of the Contract Documents, provided, however,
should the Contractor object to any orders or instructions. or the City Inspector, the
Contractor may within six days make written appeal to the Engineer for his decision on
the matter in Controversy.
CS-5.9 INSPECTION: The Contractor shall furnish the Engineer with every
reasonable facility for ascertaining whether or not the work as performed is in accordance
with the requirements of the Contract Documents. If the Engineer so requests, the
Contractor shall, at any time before acceptance of the work, remove or uncover such
portion of the finished work as may be directed . After examination, the Contractor shall
restore said portions of the work to the standard required by the Contract Documents.
Should the work exposed or examined prove acceptable, the uncovering or removing and
replacing of the covering or making good of the parts removed shall be paid for as extra
work, but should Work so exposed or examined prove to be unacceptable, the uncovering
or removing and replacing of all adjacent defective or damaged parts shall be at the
Contractor's expense. No work shall be done or materials used without suitable
supervision or inspection.
CS-5.10 REMOVAL OF EDEFCTIVE AND UNAUTHORIZED WORK:All work,
materials, or equipment which has been rejected shall be remedied or removed and
replaced in an acceptable manner by the Contractor at this expense. Work done beyond
the lines and grades given or as shown on the plans, except as herein specially provided,
or any Extra Work done without written authority, will be considered as unauthorized and
done at the expense of the Contractor and will not be paid for by the Owner. Work so
done may be ordered removed at the Contractor's expense. Upon the failure on the part of
the Contractor to comply with any order of the Engineer made under the provisions of
this paragraph, the Engineer will have the authority to cause defective work to be
remedied or removed and replaced and unauthorized work to be removed, and the cost
thereof may be deducted from any money due or to become due tot he Contractor. Failure
to require the removal of any defective or unauthorized work shall not constitute
acceptance of such work.
CS-5.11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications,
law, ordinance, codes or regulations permit Contractor to furnish or use a substitute that is
equal to any material or equipment specified, and if Contractor wishes to furnish or use a
proposed substitute, he shall, prior to the preconstruction conference, make written
application to ENGINEER for approval of such substitute certifying in writing that the
proposed substitute will perform adequately the function called for by the general design,
be similar and of equal substance to that specified and be suited to the same use and
CS-5 (4)
> •
{
-
l
)
capable of performing the same function as that specified ; and identifying all variations
of the proposed substitute from that specified and indicating available maintenance
service. No substitute shall be ordered or installed without written approval of Engineer
who will be the judge of the equality and may require Contractor to furnish such other
data about the proposed substitute as he considers pertinent. No substitute shall be
ordered or installed without such performance guarantee and bonds as Owner may require
which shall be furnished at Contractor's expense. Contractor ~hall indemnify and hold
harmless Owner and Engineer and anyone directly or indirectly employees by either of
them from and against the claims, damages, losses and expenses (including attorneys
fees) arising out of the use of substituted materials or equipment.
C5-5.12 SAMPLES AND TESTS OF MATERIALS: Where, in the opinion of the
Engineer, or as called for in the Contract Documents, tests of materials or equipment are
necessary, such tests will _ be made at the expense of and paid for direct to the testing
agency by the Owner unless other wise specifically provided. The failure of the Owner to
make any tests of materials shall in no way relieve the contractor of his responsibility of
furnishing materials and equipment fully conforming to the requirements of the Contract
Documents. Tests and sampling of materials, unless otherwise specified, will be made in
accordance with the latest methods prescribed by the American Society for Testing
Materials or specific requirements of the Owner. The Contractor shall provide such
facilities as the Engineer may require for collecting and forwarding samples and shall not,
without specific written permission of the Engineer, use materials represented by the
samples until tests have been made and the materials approved for use. The Contractor
will furnish adequate samples without charge to the Owner.
In case of concrete, the aggregates, design minimum, and the mixing and transporting
equipment shall be approved by the Engineer before any concrete is placed, and the
Contractor shall be responsible for replacing any concrete which does not meet the
requirements of the Contract Documents. Tests shall be made at least 9 days prior to the
placing of concrete, using samples from the same aggregate, cement, and mortar which
are to be used later in the concrete. Should the source of supply change, new tests shall be
made prior to the use of new materials.
C5-5.13 STORAGE OF MATERIALS: All materials which are to be used in the
construction contract shall be stored so as to insure the preservation of quality and fitness
of the work. When directed by the Engineer, they shall be placed on wooden platforms or
other hard, clean durable surfaces and not on the ground, and shall be placed under cover
when directed. Stored materials shall be placed and located so as to facilitate prompt
inspection.
C5-5.14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions
shown on the plans relative to the existing utilities are based on the best information
available. Omission from, the inclusion of utility locations on the Plans is not to be
considered as nonexistence of, or a definite location of, existing underground utilities.
The location of many gas mains, water mains, conduits, sewer lines and service lines for
C5-5 (5)
all utilities, etc., is unknown to the Owner, and the Owner assumes no responsibility for
failure to show any or all such structures and utilities on the plans or to show them in
their exact location. It is mutually agreed that such failure will not be considered
sufficient basis for claims for additional compensation for Extra Work or for increasing
the pay quantities in any manner whatsoever, unless an obstruction encountered is such as
to necessitate changes in the lines and grades of considerable magnitude or requires the
building of special works, provision of which is not made in these Contract Documents,
in which case the provision in these Contract Documents for Extra Work shall apply.
It shall be the Contractor's responsibility to verify locations of the adjacent and /or
conflicting utilities sufficiently in advance of construction in order that he may negotiate
such local adjustments as necessary in the construction process to provide adequate
clearances. The Contractor shall take all necessary precautions in order to protect all
existing utilities, structures, and service lines. Verification of existing utilities, structures,
and service lines shall include notification of all utility companies at least forty-eight ( 48)
hours in advance of construction including exploratory excavation if necessary. All
verification of utilities and their adjustment shall be considered subsidiary work.
CS-5.15 INTERRUPTION OF SERVICE:
a. Normal Prosecution: In the normal prosecution of work where the
interruption of service is necessary, the Contractor, at least 24 hours in
advance, shall be required to:
1. Notify the Water Department's Distribution Division as to
location, time, and schedule of service interruption.
2. Notify each customer personally through responsible personnel as
to the time and schedule of the interruption of their service, or
3. In the event that personal notification of a customer cannot be
made, a prepared tag form shall be attached to the customer's door
knob. The tag shall be durable in composition, and in large bold
letters shall say:
CS-5 (6)
' f
f
' ,.
-
• .....
.. -
\
• ... <
\
J
"NOTICE"
Due to Utility Improvement in your neighborhood, your
(water) (sewer) service will be interrupted on ____ _
between the hours of and ----
This inconvenience will be as short as possible.
Thank You,
Contractor
Address Phone
b. Emergency: In the event that an unforeseen service interruption occurs,
notice shall be as above, but immediate .
CS-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through act or
neglect on the part of the Contractor, or any other Contractor or any sub-contractor shall
suffer loss or damage of the work, the Contractor agrees to settle with such other
Contractor or sub-contractor by agreement or arbitration. If such other Contractor or sub-
contractor shall assert any claim against the owner on account of damage alleged to have
been sustained, the owner will notify the Contractor, who shall indemnify and save
harmless the owner against any such claim.
CS-5.17 CLEAN-UP: Clean-up of surplus and/or waste materials accumulated on
the job site during the prosecution of the work under these Contract Documents shall be
accomplished in keeping with a daily routine established to the satisfaction of the
Engineer. Twenty-four (24) hours after written notice is given the Contractor that the
,-.'·""" clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer, if the
Contractor fails to correct the unsatisfactory procedure, the City may take such direct
action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the
Contractor in the written notice, and the costs of such direct action, plus 25 % of such
costs, shall be deducted from the monies due or to become due to the Contractor.
Upon the completion of the project as a whole as covered by these Contract Documents,
and before final acceptance and final payment will be made, the Contractor shall clean
and remove from the site of the project all surplus and discarded materials, temporary
structures, and ,debris of every kind. He shall leave the site of all work in a neat and
orderly condition equal to that which originally existed. Surplus and waste materials
removed from the site of the work shall be disposed of at locations satisfactory to the
Engineer. The Contractor shall thoroughly clean all equipment and materials installed by
him and shall deliver over such materials and equipment in a bright, clean, polished and
new appearing condition. No extra compensation will be made to the Contractor for any
clean-up required on the project.
C5-5 (7)
CS-5.18 FINAL INSPECTION: Whenever the work provided for in and
contemplated under the Contract Documents has been satisfactorily completed and final
clean-up performed , the Engineer will notify the proper officials of the Owner and request
that a Final Inspection be made. Such inspection will be made within 10 days after such
notification. After such final inspection, if the work and materials and equipment are
found satisfactory, the Contractor will be notified in writing of the acceptance of the same
after the proper resolution has been passed by the City Council. No time charge will be
made against the Contractor between said date of notification of the Engineer and the date
of final inspection of the work.
'·
• l'
CS-5 (8) .,.
' _, ->.
-
.....
-
-
f
PART C -GENERAL CONDITIONS
C6-6 LEGAL RELATIONS AND PUBLIC
RESPONSIBILITY
SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY
C6-6. l LAWS TO BE OBSERVED:The Contractor shall at all times observe and
comply with all Federal and State Laws and City ordinances and regulations which in any
way affect the conduct of the work or his operations, and shall observe and comply with
all orders, laws, ordinances and regulations which exist or which may be enacted later by
bodies having jurisdiction or authority for such enactment. No plea or misunderstanding
or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify
and save harmless the City and all of its officers, agents, and employees against any and
all claims or liability arising from or based on the violation of any such law, ordinance,
. regulation, or order, whether it be by himself or his employees.
C6-6.2 PERMITS AND LICENSES: The Contractor shall procure all permits and
licenses, pay all charges, costs and fees, and give all notices necessary and incident to the
due and lawful prosecution of the work.
C6-6.3 PATENTED DEVICES, MATERIALS, AND PROCESSES: If the Contractor
is required or desires to use any design, device, material, or process covered by letter,
patent, or copyright, he shall provide for such use by suitable legal agreement with the
patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and
understood that without exception the contract price shall include all royalties or cost
arising from patents, trademarks, and copyrights in any way involved in the work. The
Contractor and his sureties shall indemnify and save harmless the Owner from any and all
claims for infringement by reason of the use of any such trade-mark or copyright in
connection with the work agreed to be performed under these Contract Documents, and
shall indemnify the Owner for any cost, expense, or damage which it may be obliged to
pay by reason of such infringement at any time during the prosecution of the work or after
completion of the work, provi~ed, however, that the Owner will assume the responsibility
to defend any and all suits brought for the infringement of any patent claimed to be
infringed upon the design, type of construction or material or equipment specified in the
Contract Documents furnished the Contractor by the Owner, and to hold the Contractor
harmless on account of such suits.
C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce
among his employees such regulations in regard to cleanliness and disposal of garbage
and waste as will tend to prevent the inception and spread of infectious or contagious
diseases and to effectively prevent the creation of a nuisance about the work on any
property either public or private, and such regulations as are required by Law shall be put
into immediate force and effect by the Contractor. The necessary sanitary conveniences
for use of laborers on the work, properly secluded from public observation, shall be
constructed and maintained by the Contractor and their use shall be strictly enforced by
C6-6(1)
. '
the Contractor. All such facilities shall be kept in a clean and sanitary condition, free from
objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the
State of Texas and the City shall be strictly complied with.
C6-6.5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment
stored about the work shall be placed and used, and the work shall at all times be so
conducted, as to cause no greater obstruction or inconvenience to the public than is
considered to be absolutely necessary by the Engineer. The Contractor is required to
maintain at all times all phases of his work in such a manner as not to impair the safety or
convenience of the public, including, but not limited to, safe and convenient ingress and
egress to the property contiguous tot he work area. The Contractor shall make adequate
provisions to render reasonable ingress and egress for normal vehicular traffic, except
during actual trenching or pipe installation operations; at all driveway crossings. Such
provisions may include bridging, placement or crushed stone or gravel or such other
means of providing proper ingress and egress for the property served by the driveway as
the Engineer may approve as appropriate. Such other means may include the diversion of
driveway traffic, with specific approval by the Engineer, If diversion of traffic is
approved by the Engineer at any location, the Contractor may make arrangements
satisfactory to the Engineer for the diversion of traffic, and shall, at his expense, provide
all materials and perform all work necessary for the construction and maintenance of
roadways and bridges for such diversion of traffic. Sidewalks must not be obstructed
except by special permission of the Engineer .
The materials excavated and the construction materials such as pipe used in construction
of the work shall be placed so as not to endanger the work or prevent free access to all
fire hydrants, fire alarm boxes, police call boxes, water valves, gas valves, or manholes in
the vicinity. The Owner reserves the right to remedy any neglect on the part of the
Contractor as regards to public convenience and safety which may come to its attention,
after twenty-four hours notice in writing to the Contractor, save in cases of emergency
when it shall have the right to remedy any neglect without notice, and in either case, the
cost of such work or materials furnished by the Owner or by the City shall be deducted
from the monies due or to become due to the Contractor.
The Contractor, after approval of the Engineer, shall notify the Fire Department
Headquarters, Traffic Engineer, and Police Department, when any street or alley is
requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and
when so directed by the Engineer, shall keep any street, streets, or highways in condition
for unobstructed use by fire apparatus. The Contractor shall promptly notify the Fire
Department Headquarters when all such obstructed streets, alleys, or hydrants are placed
back in service.
Where the Contractor is required to construct temporary bridges or make other
arrangements for crossing over ditches or streams, his responsibility for accidents in
connection with such crossings shall include the roadway approaches as well as the
structures of such crossings.
C6-6(2)
-
-
-
-""'"tr
....
..
'
' ,·
~
The Contractor shall at all times conduct his operation and use of construction machinery
so as not to damage or destroy trees and scrubs located in close proximity to or on the site
of the work. Wherever any such damage may be done, the Contractor shall immediately
satisfy all claims of property owners, and no payment will be made by the Owner in
settlement of such claims. The Contractor shall file with the Engineer a written statement
showing all such claims adjusted.
C6-6.6 PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS, AND
RIGHT-OF-WAY: For the performance of the contract, the Contractor will be
permitted to use and occupy such portions of the public streets and alleys, or other public
places or other rights-of-way as provided for in the ordinances of the City, as shown in
the Contract Documents, or as may be specifically authorized in writing by the Engineer.
A reasonable amount of tools, materials, and equipment for constructfon purposes may be
stored in such space, but no more than is necessary to avoid delay in the construction
operations. Ex.cavated and waste materials shall be piled or staked in such a way as not to
interfere with the use of spaces that may be designated to be left free· and unobstructed
and so as not to inconvenience occupants of adjacent property. If the street is occupied by
railroad tracks, the work shall be carried on in such manner as not to interfere with the
operation of trains, loading or unloading of cars, etc. Other contractors of the Owner may,
for all purposes required by the contract, enter upon the work and premises used by the
Contractor and shall be provided all reasonable facilities and assistance for the
completion of adjoining work. Any additional grounds desired by the Contractor for his
use shall be provided by him at his own cost and expense.
C6-6. 7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way
of any railroad, the City will secure the necessary easement for the work. Where the
railroad tracks are to be crossed, the Contractor shall observe all the regulations and
instructions of the railroad company as to the methods of performing the work and take
all precautions for the safety of property and the public. Negotiations with the railway
companies for the permits shall be done by and through the City. The Contractor shall
give the City Notice not less than five days prior to the time of his intentions to begin
work on that portion of the project which is related to the railway properties. The
Contractor will not be given extra compensation for such railway crossings unless
specifically set forth in the Contract Documents.
C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: Where the work is
carried on in or adjacent to any street, alley, or public place, the Contractor shall at his
own expense furnish, erect, and maintain such barricades, fences, lights, and danger
signals, shall provide such watchman, and shall take all such other precautionary
measures for the protection of persons or property and of the work as are necessary.
Barricades and fences shall be painted in a color that will be visible at night. From sunset
to sunrise the Contractor shall furnish and maintain at least one easily visible burning
light at each barricade. A sufficient number of barricades shall be erected and maintained
to keep pedestrians away from, and vehicles from being driven on or into ; any work under
,., C6-6(3)
construction or being maintained. The Contractor shall furnish watchmen and keep them
at their respective assignments in sufficient numbers to protect the work and prevent
accident or damage.
All installations and procedures shall be consistent with provisions set forth in the "1980
Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued
under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways",
codified as Article 6701d Veron's Civil Statues, pertinent section being Section Nos. 27,
29, 30 and 31.
The Contractor will not remove any regulatory sign, instructional sign, street name sign,
or other sign which has been erected by the City. If it is determined that a sign must be
removed to permit required construction, the Contractor shall contact the Transportation
and Public Works Department, Signs and Markings Division (phone number 871-8075),
to remove the sign. In case of regulatory signs, the Contractor must replace the permanent
sign with a temporary sign meeting the requirements of the above referred manual and
such temporary sign must be installed prior to the removal of the permanent sign. If the
temporary sign is not installed correctly or if it does not meet the required specifications,
the permanent sign shall be left in place until the temporary sign requirements are met.
When construction work is completed to the extent that the permanent sign can be re-
installed, the Contractor shall again contact the Signs and Markings Division to re-install
the permanent sign and shall leave his temporary sign in place until such re-installation is
completed.
The Contractor will be held responsible foe all damage to the work or the public due to
failure of barricades, signs, fences, lights, or watchmen to protect them. Whenever
evidence is found of such damage to the work the Engineer may order the damaged
portion immediately removed and replaced by the Contractor at the Contractor's own
expense. The Contractor's responsibility for the maintenance of barricades, signs, fences
and lights, and for providing watchmen shall not cease until the project shall have been
completed and accepted by the Owner.
No compensation, except as specifically provided in these Contract Documents, will be
paid to the Contractor for the Work and materials involved in the constructing, providing,
and maintaining of barricades, signs, fences, and lights or salaries of watchmen, for the
subsequent removal and disposal of such barricades, signs, or for any other incidentals
necessary for the proper protection, safety, and convenience of the public during the
contract period, as this work is considered to be subsidiary to the several items for which
unit or lump sum prices are requested in the Proposal.
C6-6.9 USE OF EXPLOSIVES, DROP WEIGHT, ETC.: Should the Contractor elect to
use explosives, drop weight, etc., in the prosecution of the work, the utmost care shall be
exercised at all times so as not to endanger life or property. The Contractor shall notify
the proper representative of any public service corporation, any company, individual, or
utility, and the Owner, not less than twenty-four hours in advance of the use of any
C6-6(4)
" ..
-
-
-
-
-
-
activity which might damage or endanger their or his property along or adjacent to the
work.
Where the use of explosives is to be permitted on the project, as specified in the Special
Conditions Documents, or the use of explosives is requested, the Contractor shall submit
notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish
evidence that he has insurance coverage to protect against any damages and/or injuries
arising out of such use of explosives.
C6-6.10 WORK WITHIN EASEMENTS: Where the work passes over, through, or into
private property, the Owner will provide such right-of-way or easement privileges, as the
City may deem necessary for the prosecution of the work. Any additional rights-of-way or
work area considered necessary by the Contractor shall be provided by him at his
expense. Such additional rights-of-way or work area shall be acquired for the benefit of
the City. The City shall be notified in writing as to the rights so acquired before work
begins in the affected area. The Contractor shall not enter upon private property for any
purpose without having previously obtained permission from the owner of such property.
The Contractor will not be allowed to store equipment or material on private property
unless and until the specified approval of the property owner has been secured in writing
by the Contractor and a copy furnished to the Engineer. Unless specifically provided
otherwise, the Contractor shall clear all rights-of-way or easements of obstructions which
must be removed to make possible proper prosecution of the work as a part of the project
construction operations. The Contractor shall be responsible for the preservation of and
shall use every precaution to prevent damage to, all tress, shrubbery, plants, lawns,
fences, culverts, curbing, and all other types of structures or improvements, to all water,
sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof,
including the construction of temporary fences and to all other public or private property
adjacent to the work.
The Contractor shall notify the proper representatives of the owners or occupants of the
public or private lands of interest in lands which might be affected by -the work. Such
notice shall be made at least 48 hours in advance of the beginning of the work. Notices
shall be applicable to both public and private utility companies or any corporation,
company, individual, or other, either as owners or occupants, whose land or interest in
land might be affected by the work. The Contractor shall be responsible for all damage or
injury to property of any character resulting from any act, omission, neglect, or
misconduct in the manner or method or execution of the work, or at any time due to
defective work, material, or equipment.
When and where any direct or indirect or injury is done to public or private property on
account of any act, omission, neglect, or misconduct in the execution of the work, or in
consequence of non-execution thereof on the part of the Contractor, he shall restore or
have restored as his cost and expense such property to a condition at least equal to that
existing before such damage or injury was done, by repairing, rebuilding, or otherwise
C6-6(5)
replacing and restoring as may be directed by the Owner, or he shall make good such
damages or injury in a manner acceptable to the owner of the property and the Engineer.
All fences encountered and removed during construction of this project shall be restored
to the original or a better than original condition upon completion of this project. When
wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set
cross brace posts on either side of the permanent easement before the fence is cut. Should
additional fence cuts be necessary, the Contractor shall provide cross-braced posts at the
point of the proposed cut in addition to the cross braced posts provided at the permanent
easements limits, before the fence is cut.
Temporary fencing shall be erected in place of the fencing removed whenever the work is
not in progress and when the site is vacated overnight, and/or at all times to prevent
livestock from entering the construction area. The cost for fence removal, temporary
closures and replacement shall be subsidiary to the various items bid in the project
proposal. Therefore, no separate payment shall be allowed for any service associated with
this work.
In case of failure on the part of the Contractor to restore such property or to make good
such damage or injury, the Owner may, upon 48 hour written notice under ordinary
circumstances, and without notice when a nuisance or hazardous condition results,
proceed to repair, rebuild, or otherwise restore such property as may be determined by the
Owner to be necessary, and the cost thereby will be deducted from any monies due to or
to become due to the Contractor under this contract:
C6.6. l 1 INDEPENDENT CONTRACTOR: It is understood and agreed by the
parties hereto that the Contractor shall perform all work and services hereunder as an
independent contractor, and not as an officer, agent, servant, or employee of the Owner.
Contractor shall have exclusive control of and exclusive right to control the details of all
work and services performed hereunder, and all persons performing the same, and shall
be solely responsible for the acts and omissions of its officers, agents, servants,
employees, contractor, subcontractors , licensees and invitees. The doctrine of respondeat
superior shall not apply as between Owner and Contractor, its officers, agents, employees,
contractors and subcontractors, and nothing herein shall be construed as creating a
partnership or joint enterprise between Owner and Contractor.
C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor
covenants and agrees to, and does hereby indemnify, hold harmless and defend Owner, its
officers, agents, servants, and employees from and against any and all claims or suits for
property damage or loss and/or personal injury, including death, to any and all persons, of
whatsoever kind or character, whether real or asserted, arising out of or in connection
with, directly or indirectly, the work and services to be performed hereunder by the
Contractor, its officers, agents, employees, contractors, subcontractors, licensees or
invitees, whether or not caused, in whole or in apart, by alleged negligence on the part of
officers, agents , employees, contractors, subcontractors, licensees or invitees of the
C6-6(6)
,.
-
-
-
--'
Owner; and said Contractor does hereby covenant and agree to assume all liability and
responsibility of Owner, its officers, agents, servants, and employees for property damage
or loss, and/or personal injuries, including death, to any and all person of whatsoever kind
or character, whether real or asserted, arising out of or in connection with, directly or
indirectly, the work and services to be performed hereunder by the Contractor, its
officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or
not caused, in whole or in apart, by alleged negligence of officers, agents, employees,
contractors, subcontractors, licensees or invitees of the Owner. Contractor likewise
covenants and agrees to, and does hereby, indemnify and hold harmless Owner from and
against any and all injuries, loss or damages to property of the Owner during the
performance of any of the terms and conditions of this Contract, whether arising out of or
in connection with or resulting from, in whole or in apart, any and all alleged acts of
omission of officers, agents, employees, contractors, subcontractors, licensees, or invitees
of the Owner.
In the event a written claim for damages against the contractor or its subcontractors
remains unsettled at the time all work on the ·project has been completed to the
satisfaction of the Director of the Water Department, as evidenced by a final inspection,
final payment to the Contractor shall not be recommended to the Director of the Water
Department for a period of 30 days after the date of such final inspection, unless the
Contractor shall submit written evidence satisfactory to the Director that the claim has
been settled and a release has been obtained from the claimant involved.
If the claims concerned remains unsettled as of the expiration of the above 30-day period,
the Contractor may be deemed to be entitled to a semi-final payment for work completed,
such semi-final payment to be in the amount equal to the total dollar amount then due less
the dollar value of any written claims pending against the Contractor arising out of
performance of such work, and such semi-final payment may then be recommended by
the Director.
The Director shall not recommend final payment to a Contractor against whom such a
claim for damages is outstanding for a period of six months following the date of the
acceptance of the work performed unless the Contractor submits evidence in writing
satisfactory tot he Director that:
1. The claim has been settled and a release has been obtained from the
claimant involved, or
2. Good faith efforts have been made to settle such outstanding claims, and
such good faith efforts have failed.
If condition (1) above is met at any time within the six month period, the Director shall
recommend that the final payment to the Contractor be made. If condition (2) above is
met at any time within the six ,month period, the Director may recommend that final
payment to the Contractor be made. At the expiration of the six month period, the
C6-6(7)
Director may recommend that final payment be made if all other work has been
performed and all other obligations of the Contractor have been met to the satisfaction of
the Director.
The Director may, if he deems it appropriate, refuse to accept bids on other Water
Department Contract work from a Contractor against whom · a claim for damages 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 foe any alleged damage by reason of the acts or omissions of the Owner, he
shall within three days after the actual sustaining of such alleged damage, make a written
statement to the Engineer, setting out in detail the nature of the alleged damage, and on or
before the 25th day of the month succeeding that in which ant such damage is claimed to
have been sustained, the Contractor shall file with the Engineer an itemized statement of
the details and the amount of such alleged damage and , upon request, shall give the
Engineer access to all books of account, receipts , vouchers , bills of lading, and other
books or papers containing any evidence as to the amount of such alleged damage. Unless
such statements shall be filed as hereinabove required, the Contractor's claim for
compensation shall be waived, and he shall not be entitled to payment on account of such
damages .
C6-6.14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC.: In case
it is necessary to change, move, or alter in any manner the property of a public utility or
others, the said property shall not be moved or interfered with until orders thereupon have
been issued by the Engineer. The right is reserved to the owners of public utilities to enter
the geographical limits of the Contract for the purpose of making such changes or repairs
to the property that may be necessary by the performance of this Contract.
C6-6.15 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing
sewer lines have to be taken up or removed, the Contractor shall , at his own expense and
cost, provide and maintain temporary outlets and connections for all private or public
drains and sewers. The Contractor shall also take care of all sewage and drainage which
will be received from these drains and sewers , and for this purpose he shall provide and
maintain, at his own cost and expense, adequate pumping facilities and temporary outlets
or divisions.
The Contractor, at his own cost and expense, shall construct such troughs, pipes , or other
structures necessary, and be prepared at all times to dispose of drainage and sewage
received from these temporary connections until such times as the permanent connections
are built and are in service. The existing sewers and connections shall be kept in service
and maintained under the Contract, except when specified or ordered to be abandoned by
the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory
manner so that no nuisance is created and so that the work under construction will be
adequately protected.
C6-6(8)
' <
r
(
-
-
; -
,..-.
-
r'"'
-l
\
)
C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE
CITY: When the Contractor desires to use City water in connection with any construction
work, he shall make complete and satisfactory arrangements with the Fort Worth City
Water Department for so doing.
City water furnished to the Contractor shall be delivered to the Contractor from a
connection on an existing City main. All piping required beyond the point of delivery
shall be installed by the Contractor at his own expense.
The Contractor's responsibility in the use of all existing fire hydrant and/or valves is
detailed in Section E2-1.2 USE OF FIRE HYDRANTS AND VALVES in these General
Contract Documents.
When meters are used to measure the water, the charges, if any, for water will be made at
the regular established rates. When meters are not used, the charges, if any, will be as
prescribed by the City ordinance, or where no ordinances applies, payment shall be made
on estimates and rates established by the Director of the Fort Worth Water Department.
C 6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, m the
opinion of the Engineer, any section or portion of the work or any structure is in suitable
condition, it may be put into use upon the written notice of the Engineer, and such usage
shall not be held to be in any way an acceptance of said work or structure or any part
thereof or as a waiver of any of the provisions of these Contract Documents. All
necessary repairs and removals of any section of the work so put into use, due to defective
materials or workmanship, equipment, or deficient operations on the part of the
Contractor, shall be performed by the Contractor at his expense.
C6-6.18 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written
acceptance by the Owner as provided for in these Contract Documents, the work shall be
under the charge and care of the Contractor, and he shall take every necessary precaution
to prevent injury or damage to the work or any part thereof by action of the elements or
from any cause whatsoever, whether arising from the execution or nonexecution of the
work. The Contractor shall rebuild, repair, restore, and make good at his own expense all
injuries or damage to any portion of the work occasioned by any of the hereinabove
causes.
C6-6.19 NO WAIVER OF LEGAL RIGHTS: Inspection by the Engineer or any
order by the Owner by payment of money or any payment for or acceptance of any work,
or any extension of time, or any possession taken by the City shall not operate as a waiver
of any provision of the Contract Documents. Any waiver of any breach or Contract shall
not be held to be a waiver of any other or subsequent breach.
The Owner reserves the right to correct any error that may be discovered in any estimate
that may have been paid and to adjust the same to meet the requirements of the Contract
Documents.
C6-6(9)
C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the
provisions of these Contract Documents or in exercising any power of authority granted
thereunder, there shall be no liability upon the authorized representative of the Owner,
either personally or other wise as they are agents and representatives of the City.
C6-6.21 STATE SALES TAX: On a contract awarded by the City of Fort Worth,
and organization which qualifies for exemption pursuant the provisions of Article 20.04
(H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor may purchase,
rent or lease all materials, supplies and equipment used or consumed in the performance
of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said
exemption certificate to comply with State Comptroller's Ruling .007 . Any such
exemption certificate issued to the Contractor in lieu of the tax shall be subject to and
shall comply with the provision of State Comptroller's Ruling .011, and any other
applicable State Comptroller's rulings pertaining to the Texas Limited Sales, Excise, and
Use Tax Act.
On a contract awarded by a developer for the construction of a publicly-owner
improvement in a street right-of-way or other easement which has been dedicated to the
public and the City of Fort Worth, an organization which qualifies for exemption
pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use
Tax Act, the Contractor can probably be exempted in the same manner stated above.
Texas Limited Sales, Excise, and Use Tax Act permits and information can be obtained
from:
Comptroller of Public Accounts
Sales Tax Division
Capitol Station
Austin, TX
C6-6(10)
, .
{
-
-
,. ....
,. ..
. -
-·
-.
)
. l
-. ' j
PART C -GENERAL CONDITIONS
C7-7 PROSECUTION AND PROGRESS
SECTION C7-7 PROSECUTION AND PROGRESS:
C7-7 .1 SUBLETTING: The Contractor shall perform with his own organization,
and with the assistance of workmen under his immediate superintendance, work of a
value of not less than fifty (50%) percent of the value embraced on the contract. If the
Contractor sublets any part of the work to be done under these Contract Documents, he
will not under any circumstances be relieved of the responsibility and obligation assumed
under these Contract Documents. All transactions of the Engineer will be with the
Contractor. Subcontractors will be considered only in the capacity of employees or
workmen of the Contractor and shall be subject tot he same requirements as to character
and competency. The Owner will not recognize any subcontractor on the work. The
Contractor shall at all times, when the work is in operation, be represented either in
person or by a superintendent or other designated representatives .
C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer,
sublet, or otherwise dispose of the contract or his rights, title, or interest in or to the same
or any part thereof without the previous consent of the Owner expressed by resolution of
the City Council and concurred in by the Sureties.
If the Contractor does, without such previous consent, assign, transfer, sublet, convey, or
otherwise dispose of the contract or his right, title, or interest therein or any part thereof,
to any person or persons, partnership, _ company, firm, or corporation, or does by
bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any
states, attempt to dispose of the contract may, at the option of the Owner be revoked and
annulled, unless the Sureties shall successfully complete said contract, and in the event of
any such revocation or annulment, any monies due or to become due under or by virtue of
said contract shall be retained by the Owner as liquidated damages for the reason that it
would be impracticable and extremely difficult to fix the actual damages.
C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction
operations, the Contractor shall submit to the Engineer in five or more copies, if
requested by the Engineer, a progress schedule preferablyin chart or diagram form, or a
brief outlining in detail and step by step the manner of prosecuting the work and ordering
materials and equipment which he expects to follow in order to complete the project in
the scheduled time. There shall be submitted a table of estimated amounts to be earned by
the Contractor during each monthly estimate period.
The Contractor shall commence the work to be performed under this contract within the
time limit stated in these Contract Documents and shall conduct the work in a continuous
manner and with sufficient equipment, materials, and labor as is necessary to insure its
completion within the time limit.
C7-7(1)
' , -
The sequence requested of all construction operations shall be at all times as specified in
the Special Contract Documents. Any Deviation from such sequencing shall be submitted
to the Engineer for his approval. Contractor shall not proceed with any deviation until he
has received written approval from the Engineer. Such specification or approval by the
Engineer shall not relieve the Contractor from full responsibility of the complete
performance of the Contract.
The contract time may be changed only as set forth in Section C7-7 .8 EXTENSION OF
TIME OF COMPLETION of this Agreement, and a progress schedule shall not constitute
a change in the contract time.
C7-7.4 LIMITATION OF OPERATIONS: The working operations shall at all
times be conducted by the Contractor so as to create a minimum amount of inconvenience
to the public. At any time when, in the judgment of the Engineer, the Contractor has
obstructed or closed or is carrying on operations in a portion of a street or public way
greater than is necessary for proper execution of the work, the Engineer may require the
Contractor to finish the section on which operations are in progress before the work is
commenced on any additional section or street.
C7-7.5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be
used by the Contractor when it is available. The Contractor may bring from outside the
'city of Fort Worth his key men and his superintendent. All other workmen, including
equipment operators, may be imported only after the local supply is exhausted. The
Contractor shall employ only such superintendents, foremen, and workmen who are
careful, competent, and fully qualified to perform the duties and tasks assigned to them,
and the Engineer may demand and secure the summary dismissal of any person or persons
employed by the Contractor in or about or on the work who, in the opinion of the Owner,
shall misconduct himself or to be found to be incompetent, disrespectful, intemperate,
dishonest, or otherwise objectionable or neglectfyl in the proper performance of his or
their duties, or who neglect or refuses to comply with or carry out the direction of the
owner, and such person or persons shall not be employed again thereon without written
consent of the Engineer.
All workmen shall have sufficient skill, ability, and experience to properly perform the
work assigned to them and operate any equipment necessary to properly carry out the
performance of the assigned duties.
The Contractor shall furnish and maintain on the work all such equipment as is
considered to be necessary for the prosecution of the work in an acceptable manner and at
a satisfactory rate of progress. All equipment, tools, and machinery used for handling
materials and executing any part of the work shall be subject to the approval of the
Engineer and shall be maintained in a satisfactory, safe and efficient working condition.
Equipment on any portion of the work shall be such that no injury to the work. Workmen
or adjacent property will result from its use.
C7-7(2)
{
-
I
-
-
-
-
C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting
with the first day of the work completed as defined in Cl-1.23 "WORKING DAYS" or
the date stipulated in the "WORK ORDER" for beginning work, whichever comes first.
Nothing in these Contract Documents shall be construed as prohibiting the Contractor
from working on Saturday, Sunday or Legal Holidays, providing that the following
requirements are met:
a. A request to work on a specific Saturday, Sunday or Legal Holiday must
be made to the Engineer no later that the preceding Thursday.
b. Any work to be done on the project on such a specific Saturday, Sunday or
Legal Holiday must be, in the opinion of the Engineer, essential to the
timely completion of the project.
The Engineer's decision shall be final in response to such a request for approval to work
on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be
allowed to the Contractor for any work performed on such a specific Saturday, Sunday or
Legal Holiday.
Calendar Days shall be defined in C 1-1.24 and the Contractor may work as he so desires.
C7-7 .7 TIME OF COMMENCEMENT AND COMPLETION: The Contractor shall
commence the working operations within the time specified in the Contract Documents
and set forth in the Work Order. Failure to do so shall be considered by the owner as
abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit.
The Contractor shall maintain a rate of progress such as will insure that the whole work
will be performed and the premises cleaned up in accordance with the Contract
Documents and within the time established in such documents and such extension of time
as may be properly authorized.
C7-7.8 EXTENSION OF TIME COMPLETION: The Contractor's request for an
extension of time of completion shall be considered only when the request for such
extension is submitted in writing to the Engineer within seven days from and after the
time alleged cause of delay shall occurred. Should an extension of the time of completion
be requested such request will be forwarded to the City Council for approval.
In adjusting the contract time for completion of work, consideration will be given to
unforeseen causes beyond the control of and without the fault or negligence of the
Contractor, fire, flood, tornadoes, epidemics, quarantine restrictions, strikes, embargoes,
or delays of sub-contractors due to such causes .
C7-7(3)
When the date of completion is based on a calendar day bid, a request for extension of
time because of inclement weather will not be considered. A request for extension of time
due to inability to obtain supplies and materials will be considered only when a review of
the Contractor's purchase order dates and other pertinent data as requested by the
Engineer indicates that the Contractor has made a bonafide attempt to secure delivery on
schedule. This shall include efforts to obtain the supplies and materials from alternate
sources in case the first source cannot make delivery.
If satisfactory execution and completion of the contract should require work and materials
in greater amounts or quantities than those set forth in the approved Contract Documents,
then the contract time mat be increased by Change Order.
C7-7.9 DELAYS: The Contractor shall receive no compensation for delays or
hindrances to the work, except when direct and unavoidable extra cost to the Contractor
is caused by the failure of the City to provide information or material, if any, which is to
be furnished by the City. When such extra compensation is claimed, a written statement
thereof shall be presented by the Contractor to the Engineer and if by the Engineer found
correct, shall be approved and referred by the Engineer to the City Council for final
approval or disapproval;_ and the action thereon by the City Council shall be final and
binding. If delay is caused by specific orders given by the Engineer to stop work, or by
the performance of extra work, or by the failure of the City to provide material or
necessary instructions for carrying on the work, then such delay will entitle the Contractor
to an equivalent extension of time, his application for shall, however, be subject to the
approval of the City Council: and no such extension of time shall release the Contractor
or the surety on his performance bond from all his obligations hereunder which shall
remain in full force until the discharge of the contract.
C7-7.10 TIME OF COMPLETION: The time of completion is an essential
element of the Contract. Each bidder shall indicate in the appropriate place on the last
page of the proposal, the number of working days or calendar days that he will require to
fully complete this contract or the time of completion will be specified by the City in the
proposal section of the Contract Documents.
The number of days indicated shall be a realistic estimate of the time required to complete
the work covered by the specific contract being bid upon. The amount of time so stated
by the successful bidder or the City will become the time of completion specified in the
Contract Documents.
For each calendar day that any work shall remain uncompleted after the time specified in
the Contract Documents, or increased time granted by the Owner, or as automatically
increased by additional work or materials ordered after the contract is signed, the sum per
day given in the following schedule, unless otherwise specified in other parts of the
Contract Documents, will be deducted from the monies due the Contractor, not as a
penalty, but as liquidated damages suffered by the Owner.
C7-7(4)
-
_ ..
AMOUNT OF CONTRACT AMOUNT OF
LIQUIDATED
DAMAGES
PER DAY
Less than $ 5,000 inclusive $ 35.00
$ 5,001 to $ 15 ,000 inclusive $ 45.00
$ 15 ,001 to $ 25,000 inclusive $ 63 .00
$ 25 ,001 to $ 50 ,000 inclusive $ 105.00
$ 50 ,001 to $ 100 ,000 inclusive $ 154.00
$ 100 ,001 . to $ 500,000 inclusive $ 210 .00
$ .500,001 to $ 1,000,000 inclusive $ 315.00
$ 1,000,001 to $2,000,000 inclusive $ 420 .00
$2,000,000 and over $ 630.00
The parties hereto understand and agree that any harm to the City caused by the
Contractor's delay in completing the work hereunder in the time specified by the Contract
Documents would be incapable or very difficult to calculate due to lack of accurate
information, and that the "Amount of Liquidated Damages Per Day'', as set out above , is
a reasonable forecast of just compensation due the City for harm caused by any delay.
C7-7 .11 SUSPENSION BY COURT ORDER: The Contractor shall suspend
operations on such part or parts of the work ordered by any court, and will not be entitled
to additional compensation by virtue of such court order. Neither will he be liable to the
City in the vent the work is suspended by a Court Order. Neither will the Owner be liable
to the Contractor by virtue of any Court Order or action for which the Owner is not solely
responsible.
C7-7.12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend
the work operation wholly or in part for such period or periods of time as he may deem
necessary due to unsuitable weather conditions or any other unsuitable conditions which
in the opinion of the Owner or Engineer cause further prosecution of the work to be
ui:isatisfactory or detrimental to the interest of the project. During temporary suspension
of the work covered by this contract, for any reason, the Owner will make no extra
payment for stand-by time of construction equipment and/or construction crews .
If it should become necessary to suspend work for an indefinite period, the Contractor
shall store all materials in such manner that they will not obstruct or impede the public
unnecessarily nor become damaged in any way, and he shall take every precaution to
prevent damage or deterioration of the work performed; he shall provide suitable drainage
about the work, and erect temporary structures where necessary.
Should the Contractor not be able to complete a portion of the project due to causes
beyond the control of and without the fault or negligence of the Contractor as set forth in
Paragraph C7-7.8 EXTENSION OF THETIME OF COMPLETION, and should it be
C7-7(5)
determined by mutual consent of the Contractor and the Engineer that a solution to allow
construction to proceed is not available within a reasonable period of time, then the
Contractor may be reimbursed for the cost of moving his equipment off the job and
returning the necessary equipment to the job when it is determined by the Engineer that
construction may be resumed . Such reimbursement shall be based on actual cost to the
Contractor of moving the equipment and no profit will be allowed .
No reimbursement shall be allowed if the equipment is moved to another construction
project for the City of Fort Worth.
The Contractor shall not suspend work without written notice from the Engineer and shall
proceed with the work operations promptly when notified by the Engineer to so resume
operations.
C7-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY:
Whenever, because of National Emergency, so declared by the president of the United
States or other lawful authority, it becomes impossible for the Contractor to obtain all of
the necessary labor, materials, and equipment for the prosecution of the work with
reasonable continuity for a period of two months, the Contractor shall within seven days
notify the City in writing, giving a detailed statement of the efforts which have been made
and listing all necessary items of labor, materials, and equipment not obtainable. If, after
investigations, the owner finds that such conditions existing and that the inability of the
Contractor to proceed is not attributable in whole or in part to the fault or neglect of the
Contractor, than if the Owner cannot after reasonable effort assist the Contractor in
procuring and making available the necessary labor, materials, and equipment within
thirty days, the Contractor my request the owner to terminate the contract and the owner
may comply with the request, and the termination shall be conditioned and based upon a
final settlement mutually acceptable to both the Owner and the Contractor and final
payment shall be made in accordance with the terms of the agreed settlement, which shall
include. But not be limited to the payment for all work executed but not anticipated
profits on work which has not been performed.
C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT
OF THE CONTRACT: The work operations on all or any portion or section of the
work under Contract shall be suspended immediately on written order of the Engineer or
the Contract may be declared canceled by the City Council for any good and sufficient
cause. The following, by way of example, but not of limitation, may be considered
grounds for suspension or cancellation:
a. Failure of the Contractor to commence work operations within the time
specified in the Work Order issued by the Owner.
b. Substantial evidence that progress of the work operations by the
Contractor is insufficient to complete the work within the specified time.
C7-7(6)
-._.
-
. -
......
-..
-·
-
-
-
C.
d.
e.
f.
g.
Failure of the Contractor to provide and m aintain sufficient labor and
equipment to properly execute the working operations.
Sub stantial evidence that the Contractor has abandoned the work.
Substantial evidence that the Contractor has become insolvent or bankrupt,
or otherwise financially unable to carry on the work satisfactorily .
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 .
Failure of the Contractor promptly to make good any defect in materials or
workmanship, or any defects of any nature the correction of which has
been directed in writing by the Engineer or the Owner.
h. Substantial evidence of collusion for the purpose of illegally procuring a
contract or perpetrating fraud on the City in the construction of work under
contract.
1.
J.
k.
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 shall for any cause whatsoever not carry on the working
operation in an acceptable manner.
If the Contractor commences legal action against the Owner.
A Copy of the suspension order or action of the City Council shall be served on the
Contractor 's Sureties. When work is suspended for any cause or causes, or when the
contract is canceled, the Contractor shall discontinue the work or such part thereof as the
owner shall designate, whereupon the Sureties may, at their option, assume the contract
or that portion thereof which the Owner has ordered the Contractor to discontinue, and
may perform the same or may, with written consent of the owner, sublet the work or that
portion of the work as taken over, provided however, that the Sureties shall exercise their
option, if at all, within two weeks after the written notice to discontinue the work has
been served upon the Contractor and upon the Sureties or their authorized agents. The
Sureties, in such event shall assume the Contractor's place in all respects , and shall be
paid by the Owner for all work performed by them in accordance with the terms of the
Contract Documents. All monies remaining due the Contractor at the time of this default ·
shall thereupon become due and payable to the Sureties as the work progresses, subject to
all of the terms of the Contract Documents.
C7-7(7)
In case the Sureties do not, within the hereinabove specified time, exercise their· right and
option to assume the contract responsibilities, or that portion thereof which the Owner
has ordered the Contractor to discontinue, then the Owner shall have the power to
complete, by contract or otherwise, as it may determine, the work herein described or
such work thereof as it may deem necessary, and the Contractor hereto agrees that the
Owner shall have the right to take possession of and use any materials, plants, tools,
equipment, supplies, and property of any kind provided by the Contractor for the purpose
of carrying on the work and to procure other tools, equipment, materials, labor and
property for the completion of the work, and to charge to the account of the Contractor of
said contract expense for labor, materials, tools, equipment, and all expenses incidental
thereto. The expense so charged shall be deducted by the owner from such monies as may
be due or may become due at any time thereafter to the Contractor under and by virtue of
the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid
for the work completing the contract, but the expense to be deducted shall be the actual
cost of the owner of such work
In case such expenses shall exceed the amount which would have been payable under the
Contract if the same had been completed by the Contract, then the Contractor and his
Sureties shall pay the amount of such excess to the City on notice from the Owner of the
excess due. When any particular part of the work is being carried on by the Owner by
contract or otherwise under the provisions of this section, the Contractor shall continue
the remainder of the work in conformity with the terms of the Contract Documents and in
such a manner as to not hinder or interfere with the performance of the work by the
Owner.
C7-7.15 FULFILLMENT OF CONTRACT:The Contract will be considered as having
been fulfilled, save as provided in any bond or bonds or by law, when all the work and all
sections or parts of the project covered by the Contract Documents have been finished
and completed, the final inspection made by the Engineer, and the final acceptance and
final payment made by the Owner.
C7-7.16 TERMINATION FOR CONVENIENCE OF THE OWNER:
The performance of the work under this contract may be terminated by the Owner in
whole, or from time to time in part, in accordance with this section, whenever the Owner
shall determine that such termination is in the best interest of the Owner.
A. NOTICE OF TERMINATION: Any Termination shall be effected by
mailing a notice of the termination to the Contractor specifying the extent
to · which performance of work under the contract is terminated, and the
date upon which such termination becomes effective. Receipt of the notice
shall be deemed conclusively presumed and established when the letter is
placed in the United States Postal Service Mail by the Owner. Further, it
shall be deemed conclusively presumed and established that such
termination is made with just cause as therein stated; and no proof in any
C7-7(8)
.r
-
-
t
-
... \
)-
-
......
-.....
claim, demand or suit shall be required of the Owner regarding such
discretionary action
B. CONTRACTOR ACTION: After receipt of a notice of termination,
and except as otherwise directed by the Engineer, the Contractor shall:
1. Stop work under the contract on the date and to the extent
specified in the notice of termination;
2. place no further orders or subcontracts for materials,
services or facilities except as may be necessary for
completion of such portion of the work under the contract
as is not terminated;
3. terminate all orders and subcontracts to the extent that they
relate to the performance of the work terminated by notice
of termination;
4.
5.
6.
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 parts, work in
progress, completed work, supplies and other
material produced as a part of, or acquired in
connection with the performance of, the work
terminated by the notice of the termination; and
The completed, or partially completed plans,
drawings, information and other property which, if
the contract had been completed, would have been
required to be furnished to the Owner.
complete performance of such work as shall not have been
terminated by the notice of termination; and
Take such action as may be necessary, or as the Engineer
may direct, for the protection and preservation of the
property related to its contract which is in the possession of
the Contractor and in which the owner has or may acquire
the rest.
At a time not later than 30 days after the termination date specified in the
notice of termination, the Contractor may submit to the Engineer a list,
certified as to quantity and quality, of any or all items of termination
inventory not previously disposed of, exclusive of items the disposition of
C7-7(9)
which has been directed or authorized by Engineer, Not later than 15 days
thereafter, the owner shall accept title to such items provided, that the list
submitted shall be subject to verification by the Engineer upon removal of
the items or, if the items are stored, within 45 days from the date of
submission of the list, and any necessary adjustments to correct the list as
submitted, shall be made prior to final settlement.
C. TERMINATION CLAIM: Within 60 days after the notice of
termination, the Contractor shall submit his termination claim to the
Engineer in the form and with the certification prescribed by the Engineer.
Unless one or more extensions in writing are granted by the Owner upon
request of the Contractor, made in writing within such 60-day period or
authorized extension thereof, any and all such claims shall be conclusively
deemed waived.
D. AMOUNTS: Subject to the prov1s10ns of Item C7-7.l(C), the
Contractor and the Owner may agree upon the whole or any part of the
amount or amounts to be paid to the Contractor by reason of the total or
partial termination of the work pursuant hereto; provided, that such agreed
amount or amounts shall never exceed the total contract price reduced by
the amount of payments otherwise made and as further reduced by the
contract price work not terminated. The contract shall be amended
accordingly, and the Contractor shall be paid the agreed amount. No
amount shall be due for lost or anticipated profits> Nothing in C7-7. l 6(E)
hereafter, prescribing the amount to be paid to the Contractor by reason of
the termination of work pursuant to this section, shall be deemed to limit,
restrict or otherwise determine or affect the amount or amounts which may
be agreed upon to be paid to the Contractor pursuant to this paragraph.
E .
F.
FAILURE TO AGREE: In the event of the failure of the Contractor
and the Owner to agree as provided in C7-7.16(D) upon the whole amount
to be paid to the Contractor by reason of the termination of the work
pursuant to this section, the Owner shall determine, on the basis of
information available to it, the amount, if any, due to the Contractor by
reason of the termination and shall pay to the Contractor the amounts
determined. No amount shall be due for lost or anticipated profits.
DEDUCTIONS: In arriving at the amount due the Contractor under
this section there shall be deducted;
1. all unliquidated advance or other payments on account
theretofore made to the Contractor, applicable to the
terminated portion of this contract;
C7-7(10)
-
-
-
'. \
'-, •
-
.! -
J
' J ,•
G.
H.
2.
3.
any claim which the Owner may have against the
Contractor in connection with this contract; and
the agreed price for, or the proceeds of the sale of, any
materials, supplies or other things kept by the Contractor or
sold, pursuant to the provisions of this clause, and not
otherwise recovered by or credited to the Owner.
ADJUSTMENT: If the termination hereunder be partial, prior to the
settlement of the terminated portion of this contract, the Contractor may
file with the Engineer a request in writing for an equitable adjustment of
the price or prices specified in the contract relating to the continued
portion of the contract (the portion not terminated by notice of
termination), such equitable adjustment as may be agreed upon shall be
made in such price or prices; noting contained herein, however, shall limit
the right of the owner and the Contractor to agree upon the amount or
amounts to be paid tot he Contractor for the completion of the continued
portion of the contract when said contract does not contain an established
contract price for such continued portion.
NO LIMITATION OF RIGHTS: Noting contained in this section shall
limit or alter the rights which the Owner may have for termination of this
contract under C7-7.14 hereof entitled "SUSPENSION OR .
ABANDONMENT OF THE WORK AND ANNULMENT OF
CONTRACT" or any other right which the Owner may have for default or
breach of contract by Contractor .
C7-7.17 SAFETY METHODS AND PRACTICES: The Contractor shall be
responsible for initiating, maintaining and supervising all safety precautions and
programs in connection with the work at all times and shall assume all responsibilities for
their enforcement.
The Contractor shall comply with federal, state, and local laws, ordinances, and
regulations so as to protect person and property from injury, including death, or damage
in connection with the work.
C7-7(11)
-
-
r -
-
--
·-·
~
.-,.
~--
' '
}
)
"'l
,I
PART C -GENERAL CONDITIONS
C8-8 MEASUREMENT AND PAYMENT
SECTION C8-8 MEASUREMENT AND PAYMENT
C8-8 .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 itein
installed.
C8-8.2 UNIT PRICES: When in the Proposal a "Unit Price" is set forth, the said
"Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials,
machinery, equipment, appliances and appurtenances necessary for the construction of
and the completion in a manner acceptable to the Engineer of all work to be done under
these Contract Documents.
The "Unit Price" shall include all permanent and temporary protection of overhead,
surface, and underground structures, cleanup, finishing costs, overhead expense, bond,
insurance, patent fees, royalties, risk due to the elements and other clause~, delays,
profits, injuries, damages claims, taxes, and all other items not specifically mentioned that
may be required to fully construct each item of the work complete in place and in a
satisfactory condition for operation.
C8-8.3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth, the said
"Lump Sum" shall represent the total cost for the Contractor to furnish all labor, tools,
materials, machinery, equipment, appurtenances, and all subsidiary work necessary for
the construction and completion of all the work to provide a complete and functional item
as detailed in the Special Contract Documents and/or Plans.
C8-8.4 SCOPE OF PAYMENT: The Contractor shall receive and accept the
compensation as herein provided, in full payment for furnishing all labor, tools, materials,
and incidentals for performing all work contemplated and embraced under these Contract
Documents, for all loss and damage arising out of the nature of the work or from the
action of the elements, for any unforeseen defects or obstructions which may arise or be
encountered during the prosecution which may arise or be encountered during the
prosecution of the work at any time before its final acceptance by the Owner, ( except as
provided in paragraph CS-5 .14) for all risks of whatever description connected with the
prosecution of the work, for all expenses incurred by or in consequence of the suspension
or discontinuance of such prosecution of the working operations as herein specified, or
any and all infringements of patents, trademarks, copyrights, or other legal reservations,
C8-8(1)
~
'. >
' .
, '
and for completing the work in an acceptable manner according to the terms of the
Contract Documents.
The payment of any current or partial estimate prior to the final acceptance of the work by
the Owner shall in no way constitute an acknowledgment of the acceptance of the work,
materials, or equipment, nor in any way prejudice or affect the obligations of the
Contractor to repair, correct, renew, or replace at his own and proper expense any defects
or imperfections in the construction or in the strength or quality of the material used or
equipment or machinery furnished in or about the construction of the work under contract
and its appurtenances, or any damage due or attributed to such defects, which defects,
imperfections, or damage shall have been discovered on or before the final inspection and
acceptance of the work or during the one year guaranty period after the final acceptance.
The Owner shall be the sole judge of such defects, imperfections, or damage, and the
Contractor shall be liable to the Owner for failure to correct the same as provided herein.
C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Between the 1st and the 5th
day of each month, the Contractor shall submit to the Engineer a statement showing an
estimate of the value of the work done during the previous month, or estimate period
under the Contract Documents. Not later than the 10th day of the month, the Engineer
shall verify such estimate, and if it is found to be acceptable and the value of the work
performed since the last partial payment was made exceeds one hundred dollars ($100.00)
inn amount, 90% of such estimated sum will be paid to the Contractor if the total contract
amount is less than $400,000.00, or 95% of such estimated sum will be paid to the
Contractor if the total contract amount is $400,000.00 or greater, within twenty-five (25)
days after the regular estimate period. The City will have the option of preparing
estimates on forms furnished by the City. The partial estimates may include acceptable
nonperishable materials delivered to the work which are to be incorporated into the work
as a permanent part thereof, but which at the time of the estimate have not been installed
(such payment will be allowed on a basis of 85% of the net invoice value thereof). The
Contractor shall furnish the Engineer such information as he may request to aid him as a
guide in the verification or the preparation of partial estimates.
It is understood that partial estimates from month to month will be approximate only, all
partial monthly estimates and payment will be subject to correction in the estimate
rendered following the discovery of an error in any previous estimate, and such estimate
shall not, in any respect, be taken as an admission of the Owner of the amount of work
done or of its quantity of sufficiency, or as an acceptance of the work done or the release
of the Contractor of any of his responsibilities under the Contract Documents.
The City reserves the right to withhold the payment of any monthly estimate if the
Contractor fails to perform the work strictly in accordance with the specifications or
provisions of this Contract.
' ...
C8-8(2) ' C '
-=
' '
=
-
/ -
C8-8.6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may
be held in abeyance if the performance of the construction operations is not in accordance
with the requirements of the Contract Documents.
C8-8 .7 FINAL ACCEPTANCE: Whenever the improvements provided for by
the Contract Documents shall have been completed and all requirements of the Contract
Documents shall have been fulfilled on the part of the Contractor, the Contractor shall
notify the Engineer in writing that the improvements are ready for final inspection. The
Engineer shall notify the appropriate officials of the Owner, will within a reasonable time
make such final inspection, and if the work is satisfactory, in an acceptable condition, and
has been completed in accordance with the terms of the Contract Documents and all
approved modifications thereof, the Engineer will initiate the processing of the final
estimate and recommend final acceptance of the project and final payment thereof as
outlines in paragraph C8-8.8 below.
C8-8.8 FINAL PAYMENT: Whenever all the improvements provided for by the
Contract Documents and all approved modifications thereof shall have been completed
and all requirements of the Contract Documents have been fulfilled on the part of the
Contractor, a final estimate showing the value of the work will be prepared by the
Engineer as soon as the necessary measurements, computations, and checks can be made.
All prior estimates upon which payment has been made are subject to necessary
corrections o_r revisions in the final payment.
The amount of the final estimate, less previous payments and any sums that have been
deducted or retained under the provisions of the Contract Documents, will be paid to the
Contractor within 60 days after the final acceptance by the Owner on a proper resolution
of the City Council, provided the Contractor has furnished to the owner satisfactory
evidence of compliance as follows: Prior to submission of the final estimate for payment,
the Contractor shall execute an affidavit as furnished by the City, certifying that;
A. all persons, firms, associations, corporations, or other organizations
furnishing labor and/or materials have been paid in full,
B. that the wage scale established by the City Council in the City of Fort
Worth has been paid, and
C. that there are no claims pending for personal mJury and/or property
damages.
The acceptance by the Contractor of the last or final payment as aforesaid shall operate as
and shall release the owner from all claims or liabilities under the Contract for anything
done or furnished or relating to the work under the Contract Documents or any act or
neglect of said City relating to or connected with the Contract.
C8-8(3)
-
PART CS
SUPPLEMENTARY CONDITIONS {TO PART C)
-
-
-
-
-
SUPPLEMENTARY CONDITIONS
FORT WORTH, WATER DEPARTMENT
WATER AND WASTEWATER TREATMENT PLANT PROJECTS
October 1, 2008
1. CONTRACT DOCUMENTS: In Section Cl-1.2 CONTRACT DOCUMENTS,
delete Paragraph Cl-1.2b SPECIAL CONTRACT DOCUMENTS and add the following:
"b. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are
2.
prepared for each specific project as a supplement to the General Contract Documents
and include the following items:
PART A-NOTICE TO BIDDERS (Advertisement) White
SPECIAL INSTRUCTION TO BIDDERS White
PART B -PROPOSAL (Bid) White
M/WBE BID SPECIFICATIONS Golden Rod
PART C -GENERAL CONDITIONS Canary Yellow
PART CS-SUPPLEMENTARY CONDITIONS Green
PART D -SPECIAL CONDITIONS Green
PART E -TECHNICAL SPECIFICATIONS White
PERMITS/EASEMENTS (Some Permits are Multicolored) White
PART F -BONDS AND INSURANCE White
PART G -CONTRACT White
PART H -PLANS/FIGURES (may be bound separately) White"
DIRECTOR OF TRANSPORA TION AND PUBLIC WORKS: Delete entire
Paragraph C 1-1.17, and replace with the following:
Cl-1.17 DIRECTOR OF TRANSPORATION AND PUBLIC WORKS: The
officially appointed Director of the Transportation and Public Works Department of
the City of Fort Worth, or his duly authorized representative, assistant, or agents.
3. ENGINEER: Delete entire Paragraph Cl-1.19, and replace with the following:
The Director of Fort Worth Transportation and Public Works Department, the
Director of the Fort Worth Water Department, or their duly authorized assistants,
agents, engineers, inspectors, or superintendents, acting within the scope of the
particular duties entrusted to them.
4. PROPOSAL FORM: In Section C2-2.l, Paragraph 1, revise last sentence to read as
follows: "The Bidder shall furnish a Financial Statement, Equipment Schedule, and
Experience Record, all of which must be properly executed and filed with the Director of
the Water Department one week prior to the hour for opening of bids. Information shall
be on forms provided by the Bidder and acceptable to the City.
CS-1
5. EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: In
Section C2-2.3, Paragraph 2, add the following to the last sentence: "except for changes
in the site conditions caused by factors outside of the control of the Contractor which
occur after the Contractor's inspection and prior to installation."
6. INTERPRETATION AND PREPARATION OF PROPOSAL: Part C -General
Conditions, Section C2-2, exchange Paragraphs C2-2.7, C2-2.8, and C2-2.9 with the
following:
C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is
delivered, accompanied by its proper Bid Security and other required material, to the
Purchasing Manager or his representative at the official location and stated time set
forth in the proposal at the proper time to the proper place. The mere fact that a
proposal was dispatched will not be considered. The Bidders must have the proposal
actually delivered. Each proposal shall be in a sealed envelope plainly marked with
the word "PROPOSAL" and the name or description of the project designated in the
"Notice To Bidders". The envelope shall be addressed to the Purchasing Manager,
City of Fort Worth Purchasing Division, PO Box 17027, Fort Worth, Texas 76102."
C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the
Purchasing Manager cannot be withdrawn prior to the time set for the opening of
proposals. A request for non consideration of a proposal must be made in writing,
addressed to the City Manager, and filed with him prior to the time set for the opening
of proposals. After all proposals not requested for non-consideration are opened and
publicly read aloud, the proposals for which non-consideration requests have been
properly filed may, at the option of the Owner, be returned unopened.
C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may
modify his proposal by telegraphic communication at any time prior to the time set for
opening proposals, provided such telegraphic communication is received by the
Purchasing Manager prior to the said proposal opening time, and provided further,
that the City Manager is satisfied that a written and duly authenticated confirmation of
such telegraphic communication over the signature of the bidder was mailed prior to
the proposal opening time. If such confirmation is not received within forty-eight
( 48) hours after the proposal opening time, no further consideration will be given to
the proposal.
7. MINORITY BUSINESS ENTERPRISE/WOMEN BUSINESS ENTERPRISE
COMPLIANCE: Delete entire Paragraph C3-3.2, and replace with the following:
C3-3.2 MINORITY AND WOMEN BUSINESS ENTERPRISES: In a accord with
City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the
participation of minority business enterprises and women business enterprises in City
contracts. A copy of the Ordinance can be obtained from the Office of the City
Secretary. The bidder shall submit the MBE/WBE SUBCONTRACTOR/SUPPLIER
UTILIZATION FORM, PRIME CONTRACTOR W AIYER FORM, and/or the
CS-2
-
-
-
GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT
VENTURE FORM as appropriate. The Documentation must be received by the
managing department no later than 5:00 p.m, five (5) City business days after the bid
opening date. The bidder shall obtain a receipt from the appropriate employee of the
managing d~partment to whom delivery was made. Such receipt shall be evidence
that the documentation was received by the City. Failure to comply shall render the
bid non-responsive.
Upon request, Contractor agrees to provide the Owner complete and accurate
information regarding actual work performed by a minority business enterprise
(MBE) and/or women business enterprise (WBE) on the contract and payment
thereof. Contractor further agrees to permit any audit and/or examination of any
books, records or files in its possession that will substantiate the actual work
performed by an MBE and/or WBE. The misrepresentation of facts (other than a
negligent misrepresentation) and/or commission of fraud by the Contractor will be
grounds for termination of the contract and/or initiating action under appropriate
Federal, State or local laws or ordinances relating to false statements. Further, any
such misrepresentation facts ( other than a negligent misrepresentation) and/or
commission of fraud will result in the Contractor being determined to be irresponsible
and barred from participating in City work for a period of time of not less that three
(3) years.
8. C3-3.5 AWARD OF CONTRACT is modified to read as follows:
"The Owner reserves the right to withhold final action on the proposals for a
reasonable time, not to exceed the period stated for the duration of the Bid Security
stated in the Notice to Bidders or 90 days, whichever is shorter."
9. C3-3.7 BONDS. For the Paragraph after Paragraph C3-3.7d OTHER BONDS, which
begins with "No sureties", change the entire paragraph to read as follows:
"In order for a surety to be acceptable to the City, the surety must (1) hold a certificate
of authority from the United States Secretary of the Treasury to qualify as a surety on
obligations permitted or required under federal law; or (2) have obtained reinsurance
for any liability in excess of $100,000 from a reinsurer that is authorized and admitted
as a reinsurer in the state of Texas and is the holder of a certificate of authority from
the United States Secretary of the Treasury to qualify as a surety on obligations
permitted or required under federal law. Satisfactory proof of any such reinsurance
shall be provided to the City upon request. The City, in its sole discretion, will
determine the adequacy of the proof required herein. Each bond shall be properly
executed by both the Contractor and the Bonding Company."
CS-3
10. INSURANCE. Delete entire Paragraph C3-3.11 INSURANCE, and replace with the
following:
C3-3.ll INSURANCE: The Contractor shall not commence work under this
contract until he has obtained all insurance required under the Contract Documents,
and such insurance has been approved by the Owner and certificates of Insurance
shall be delivered to the Owner (City of Fort Worth, Contract Administrator in the
respective department as specified in the bid documents , 1000 Throckmorton Street,
Fort Worth, Texas 76102) prior to commencement of work on the contract project.
The prime Contractor shall be responsible for delivering to the Owner the sub-
contractor's certificate of insurance for approval. The prime Contractor shall indicate
on the certificate of insurance included in the documents for execution whether or not
his insurance covers sub-contractors. It is the intention of the Owner that the
insurance coverage required herein shall include the coverage of all sub-contractors.
The General Contractor may require all subcontractors to be insured and submit
documentation ensuring that the requirements of C3-3. l 1 are met for all
subcontractors. Failure of the Owner to request required documentation, shall not
constitute a waiver of the insurance requirements specified herein. The Contractor's
liability shall not be limited to the specified amounts of insurance required herein.
a. COMPENSATION INSURANCE: The Contractor shall maintain,
during the life of this contract, Worker's Compensation Insurance on all of
his employees to be engaged in work on the project under this contract,
and for all sub-contractors. In case any class of employees engaged in
hazardous work on the project under this contract is not protected under
the Worker's Compensation Statute, the Contractor shall provide adequate
employer's general liability insurance for the protection of such of his
employees not so protected. Worker's compensation insurance covering
employees in the project site shall be indorsed with a waiver of
subrogation providing rights of recovery in favor of the OWNER.
b. COMMERICAL GENERAL LIABILITY INSURANCE: The Contractor
Shall procure and shall maintain during the life of this contract, General
Liability Insurance (Public Liability and Property Damage Insurance) in
the amount not less than $500,000 covering each occurrence/aggregate on
account of bodily injury, including death, and in an amount not less than
$500,000 covering each occurrence/aggregate on account of property
damage with $2,000,000 umbrella policy coverage. Certificates of
insurance shall state that Insurance is on an "occurrence" basis. Certificate
shall also contain a statement that no exclusions by endorsement have
been made to the Commercial General Liability Policy.
C. ADDITIONAL LIABILITY: The Contractor shall furnish
insurance as a separate policies or by additional endorsement to one of the
above-mentioned policies , and in the amount as set forth for public
liability and property damage, the following insurance:
CS-4
-
-
-
-
1.
2.
3.
4.
5.
Contingent Liability (covers General Contractor's Liability for acts
of sub-contractors).
Blasting, prior to any blasting being done.
Collapse of buildings or structures adjacent to excavation (if
excavation are performed adjacent to same).
Damage to underground utilities for $500,000.
Builder's risk (where above-ground structures are involved).
6. Contractual Liability ( covers all indemnification requirements of
Contract). The City, its offices, employees and servants shall be
endorsed as additional insured on Contractor's insurance policies
excepting employer's liability insurance coverage under
Contractor's worker's compensation insurance policy. Contractor's
insurance policies shall be indorsed to provide that such insurance
is primary protection and any self-funded or commercial coverage
maintained by the OWNER shall not be called upon to contribute
to loss recovery.
7. When required by the Contract Documents, Environmental
Impairment Liability Coverage must be provided in the limits of
$1,000,000 per occurrence and $2,000,000 annual aggregate. The
Environmental Impairment Liability (EIL) must contain coverage
for sudden and accidental contamination or pollution, liability for
gradual emissions, and clean-up costs. The EIL coverage shall
include two year completed operations coverage on a per Project
basis. A separate insurance policy may be needed to fulfill this
requirement. EIL for damages incurred in the course of
transporting sludge shall be covered under the contractor's
insurance policy(s).
d. AUTOMOBILE INSURANCE -BODILY INJURY AND PROPERTY
DAMAGE: The Contractor shall procure and maintain during the life of
this Contract, Comprehensive Automobile Liability Insurance in an
amount not less than $250,000 for injuries including accidental death to
any one person and subject to the same limit for each person an amount
not less than $500,000 aggregate on account of one accident, and
automobile property damage insurance in an amount not less than
$100,000 aggregate.
e. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance
required under the above paragraphs shall provide adequate protection for
the Contractor and his sub-contractors, respectively, against damage
CS-5
claims which may arise from operations under this contract, whether such
operations be by the insured or by anyone directly or indirectly employed
by him, and also against any of the following special hazards which may
be encountered in the performance of the Contract.
f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish
the owner with satisfactory proof of coverage by insurance required in
these Contract Documents in the amounts and by carriers satisfactory to
the Owner. (Sample attached.) Other than Worker's Compensation
Insurance, in lieu of specified insurance, the City may consider alternative
coverage or risk treatment measures through insurance pools or risk
retention groups. The City must approve in writing any alternative
coverage. All insurance requirements made upon the Contractor shall
apply to the sub-contractors, should the Prime Contractor's insurance not
cover the sub-contractor's work operations.
g. DEDUCTIBLE LIMITS. The deductible limits or self-funded retention
limits, on each policy must not exceed $10,000 per occurrence unless
otherwise approved by the City.
h. INSURANCE COMPANY: The insurance company with whom the
Contractor's insurance is written shall be authorized to do business in the
State of Texas and shall have a current A.M. Best Rating of "A:VII" or
equivalent measure of financial strength and solvency.
1. NOTIFICATION. During the lifetime of this contract, the Contractor shall
notify the ENGINEER in writing, of any known loss occurrence that could
give rise to a liability claim or lawsuit or which could result in a property
loss.
J. CANCELLATION: Insurance shall be endorsed to provide the City with a
minimum of thirty days notice of cancellation, non-renewal and/or
material change in insurance policy terms or coverage. A minimum IO day
notice shall be acceptable in the event of non-payment of insurance
premium to insurance company.
CITY RESPONSIBILITIES. The City shall not be responsible for direct payment of
insurance premium costs for Contractor's Insurance.
11 C3-3.13 WAGE RATES: Delete Paragraph C3-3-13 WEEKLY PAYROLLS in its
entirety and replace with C3-3-13 WAGE RA TES as shown below :
"The Contractor shall comply with all requirements of Chapter 2258, Texas
Government Code, including the payment of not less than the rates determined by the
City Council of the City of Fort Worth to be the prevailing wage rates in accordance
with Chapter 2258, Texas Government Code. Such prevailing wage rates are included
in these contract documents.
CS-6
....
-
-
The Contractor, for a period of three (3) years following the date of acceptance of the
work, maintain records that show (i) that name and occupation of each worker
employed by the contractor in the construction of the work provided for in this
contract; (ii) the actual per diem wages paid to each worker. These records shall be
open, all reasonable hours, for inspection by the City. The provisions of Section C8-8-
l 4 , RIGHT TO AUDIT, pertain to this inspection.
The Contractor shall include in its subcontract's and/or shall otherwise require all of
its subcontractors to comply with paragraphs above.
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."
12. INCREASED OR DECREASED QUANTITIES: Revise Paragraph C4-4.3 to read as
follows:
The Owner reserves the right to alter the quantities of the work to be performed or to
extend or shorten the improvements at any time when and as found to be necessary,
and the Contractor shall perform the work as altered, increased or decreased at the
unit prices established in the contract documents. No allowance will be made for any
changes in lost or anticipated profits not shall such changes be considered as waiving
or invalidating any conditions or provisions of the Contract Documents.
Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted
herein as applying to overall quantities of sanitary· sewer pipe in each pipe size, but
not to the various depth categories .
13. LIMITATION OF INCIDENTAL CHARGES (Reference C4-4.5c):
The Contractor agrees that should any change in the work of extra work be ordered, the
following applicable percentage shall be added to Material and Labor Costs to cover
overhead and profit:
1. Allowance to the Contractor for overhead and profit for extra work performed by
the Contractor's own forces shall not exceed 15%.
2. Allowance to the Contractor for overhead and profit for extra work performed by a
subcontractor and supervised by the Contractor shall not exceed 10%.
Contractor shall be reimbursed for direct field overhead when the change requires an
extension of the Contract period. Contractor shall not be reimbursed for indirect
overhead or indirect costs related to changes to this contract.
CS-7
14. TESTING COSTS: Paragraph 5-5.12, revise the first sentence to read as follows:
"Where, as called for in the Contract Documents, tests of materials or equipment are
necessary, such tests will be made at the expense of and paid for by the Contractor
unless otherwise specifically provided for in the Technical Specifications."
15 . LAWS TO BE OBSERVED: Paragraph C6-6.1, delete "or which may be enacted
later". After the word "exist," add "at the time of the Contract or may be hereafter exist
during the performance of the Contract."
16. BUILDING PERMITS: Paragraph C6-6.2 Insert the follow ing at the end of the
paragraph;
"Contractors are responsible for obtaining all construction permits from the governing
agencies. Contractor shall schedule all code inspections with the Code Inspection
Department in accordance with the permit requirements and submit copy of updated
schedule to the Engineer weekly. Building, plumbing, electrical and mechanical
building permits are issued without charge. Water and sewer access fees will be paid
by the Water Department. Any other permit fees are the responsibility of the
Contractor."
17. BARRICADES, WARNINGS AND FLAGMEN: In Paragraph C6-6.8, replace the
word "watchmen" wherever in appears with the word "flagmen". In the first paragraph,
lines five (5) and six (6), replace "take all such other precautionary measures" with "take
all reasonable necessary measures".
18. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Delete entire
Paragraph C6-6.12, and replace with the following:
"C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS:
Contractor covenants and agrees to indemnify the City' Engineer and Architect, and
their personnel at the project site for the Contractor's sole negligence. In addition, the
Contractor covenants and agrees to indemnify, hold harmless and defend at its own
expense, the Owner, its officers, agents, servants, and employees, from and against all
claims or suits for property loss, property damage, personal injury, including death,
arising out of, or alleged to arise of, the work and services to be performed hereunder
by the Contractor, its officers, agents, employees subcontractors, licensees or invitees,
whether or not any such iniury, damage or death is caused, in whole or in part, by
the negligence or alleged negligence o(the Owner, its officers, agents, servants, or
employees. Contractor likewise covenants and agrees to indemnify and hold harmless
Owner from and against any and all injuries to the Owner's officers, agents, servants,
and employees, loss or destruction of property of the Owner arising form the
performance of any of the terms and conditions of this Contract, whether or not any
such iniury or damage is caused, in whole or in part, by the negligence or alleged
negligence of the Owner, its officers, agents, servants, or employees
CS-8
-
-
-
-
-
-
In the event the Owner receives a written claim for damages against the Contractor or
its subcontractors prior to final payment, final payment shall not be made until the
Contractor either (a) submits to the Owner satisfactory evidence that the claim has
been settled and/or a release from the claimant involved, or (b) provides the Owner
with a letter from the Contractor's liability insurance carrier that the claim has been
referred to the insurance carrier.
The Director may, if he deems it appropriate, refuse to accept bids on other City of
Fort Worth public work from a Contractor against whom a claim for damages is
outstanding as a result of work performed under a City Contract."
19. STATE SALES TAX:
A. Delete Paragraph C6-6.21 STATE SALES TAX in its entirety.
B. This contract is issued by an organization, which qualifies for exemption pursuant
to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise, and Use Tax
Act. All equipment and materials not consumed by or incorporated into the project
construction are subject to State Sales Tax under House Bill 11, enacted August 15,
1991. All such taxes shall be included in the various amounts on the Proposal Form.
The successful Bidder shall be required to submit a breakdown between costs of labor,
consumable material and other construction costs and costs of material incorporated
into the project construction prior to execution of this contract.
B. At the time of execution of the Contract Documents by the Contractor, the
Contractor shall complete the "Statement of Materials and Other Charges" which
identifies the project costs anticipated in the Project into "Materials Incorporated into
the Project" and "All Other Charges". The Contract shall be a "Separated Contract".
C. The City of Fort Worth will issue appropriate Certificates of Resale to the
Contractor.
D. All Change Orders to the Contract will separate charges for materials and labor
and will contain the following statement:
"For purposes of complying with Texas Tax Code, the Contractor agrees that the
charges for material incorporated into the project in excess of the estimated quantity
provided for herein will be no less than the invoice price for such material to the
Contractor."
20 AIR POLLUTION WATCH DAYS: Add the following to Section C7-7:
C7-7.18 AIR POLLUTION WATCH DAYS: The Contractor shall be required to
observe the following guidelines relating to working on City construction sites on
days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE
SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31, with
6:00 a.m. -10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME
CS-9
PERIOD HA VE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT
LEADS TO EARLY AFTERNOON OZONE FORMATION ..
The Texas Commission on Environmental Quality (TCEQ), in coordination with the
National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the
afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the
Contractor shall bear the responsibility of being aware that such days have been
designated Air Pollution Watch Days and as such shall not begin work until 10:00
a.m. whenever construction phasing requires the use of motorized equipment for
periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00
a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and
certified by EPA as "Low Emitting", or equipment bums Ultra Low Sulfur Diesel
(ULSD), diesel emulsions, or alternative fuels such as CNG.
If the Contractor is unable to perform continuous work for a period of at least seven
hours between the hours of 7:00 a.m. -6:00 p.m., on a designated Air Pollution
Watch Day, that day will be considered as a weather day and ad ded onto the allowable
weather days of a given month.
21. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4 SCOPE OF PAYMENT in its
entirety and replace with the following:
"The Contractor shall receive and accept the compensation as herein provided, in full
payment for furnishing all labor, tools, materials, and incidentals for performing all
work contemplated and embraced under these Contract Documents, for all loss and
damage arising out of the nature of the work or from the action of the elements, for
any unforeseen defects or obstructions which may arise or be encountered during the
prosecution which may arise or be encountered during the prosecution of the work at
any time before its final acceptance by the Owner, (except as provided in paragraph
CS-5.14) for all risks of whatever description connected with the prosecution of the
work, for all expenses incurred by or in consequence of the suspension or
discontinuance of such prosecution of the working operations as herein specified, or
any and all infringements of patents, trademarks, copyrights, or other legal
reservations, and for completing the work in an acceptable manner according to the
terms of the Contract Documents.
The payment of any current or partial estimate prior to the final acceptance of the
work by the Owner shall in no way constitute an acknowledgment of the acceptance
of the work, materials, or equipment, nor in any way prejudice or affect the
obligations of the Contractor to repair, correct, renew, or replace at his own and
proper expense any defects or imperfections in the construction or in the strength or
quality of the material used or equipment or machinery furnished in or about the
construction of the work under contract and its appurtenances, or any damage due or
attributed to such defects, which defects, imperfections, or damage shall have been
discovered on or before the final inspection and acceptance of the work or during the
two (2) year guaranty period after the final acceptance. The Owner shall be the sole
CS-10
-
-
-
-
-
-
-
-
-
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."
22. PARTIAL PAYMENTS: Change Paragraph C8-8.5 to read as follows:
"Partial pay estimates shall be submitted by the Contractor 5th day and the 20th day
of the month that work has been is in progress. The estimate shall be processed by the
City on the 10th day and 25th day respectively. Estimates will be paid within 25 days
following the end of the estimate period, less the appropriate retainage as set out
below. Partial pay estimates may include acceptable nonperishable materials delivered
to the work place which are to be incorporated into the work as a permanent part
thereof, but which at the time of pay estimate have not been so installed. If such
materials are included within a pay estimate, payment shall be based upon 85% of the
net invoice value thereof. The Contractor will furnish the engineer such information
as may be reasonably requested to aid in the verification or the preparation of the pay
estimate.
For contracts of less than $400,000.00 at the execution, retainage shall be ten percent
(10%). For contracts of $400,000.00 or more at the time of execution, retainage shall
be five percent (5%).
Contractor shall pay subcontractors in accord with subcontract agreement, within five
(5) business days after receipt by the Contractor of the payment by the City.
Contractor's failure to make the required payment to subcontractors will authorize the
City to withhold future payments from the Contractor until compliance with this
paragraph is accomplished.
It is understood that the partial pay estimates will be approximate only, and all partial
pay estimates and payment of the same will be subject to correction in the estimate
rendered following the discovery of an error in any previous estimate. Payment of any
partial pay estimate shall not, in any respect, be taken as an admission of the Owner of
the amount of work done or of its quality of sufficiency, or as an acceptance of the
work done or the release of the Contractor of any of his responsibilities under the
Contract Documents.
The City reserves the right to withhold the payment of any partial estimate if the
Contractor fails to perform the work in strict accordance with the specifications or
other provisions of this Contract."
23. GENERAL GUARANTY. Delete Paragraph C8-8.10 GENERAL GUARANTY in
its entirety and replace 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 the work not done in accordance with the Contract Documents or
relieve the Contractor of liability in respect to any express warranties or responsibility
for faulty materials or workmanship. The Contractor shall remedy any defects or
CS-11
damages in the work and pay for any damage to the other work resulting therefrom
which shall appear within a period of two (2) years from the date of final acceptance
of the work unless a longer period is specified and shall furnish a good and sufficient
maintenance bond in the amount of 100 percent of the amount of the contract which
shall assure the performance of the general guaranty as above outlined. The Owner
will give notice of observed defects with reasonable promptness.
Any reference to any shorter period of time of warranty contained elsewhere within
the specifications shall be resolved in favor of this specification, it being the City's
intent that the Contractor guarantee its work for a period of two (2) years following
the date of acceptance of the project.
24. RIGHT TO AUDIT: Add the following to Section C8-8:
C8-8. l 4 RIGHT TO AUDIT:
"(a) The Contractor agrees that the City shall, until the expiration of three (3) years
after final payment under this contract, have access to and the right to examine and
photocopy any directly pertinent books, documents, papers, and records of the
Contractor involving transactions relating to this Contract. Contractor agrees that the
City shall have access during normal working hours to all necessary Contractor
facilities and shall be provided adequate and appropriate work space in order to
conduct audits in compliance with the provisions of this section. The City shall give
Contractor reasonable advance notice of intended audits.
(b) Contractor further agrees to include in all its subcontracts hereunder a provision
to the effect that the subcontractor agrees that the City shall, until the expiration of
three (3) years after final payment under this contract, have access to and the right to
examine and photocopy any directly pertinent books, documents, papers, and records
of such subcontractor, involving transactions to the subcontract, and further, that City
shall have access during normal working hours to all subcontractor facilities, and
shall be provided adequate and appropriate work space in order to conduct audits in
compliance with the provisions of this article together with subsection ( c) hereof. The
City shall give subcontractor reasonable advance notice of intended audits.
( c) Contractor and subcontractor agree to photocopy such documents as may be
requested by the City. The City agrees to reimburse contractor for the cost of the
copies as follows:
1. 50 Copies and Under -10 cents per page.
2. More than 50 copies -85 cents for the first page plus fifteen cents for each page
thereafter." (5/25/93)
CS-12
-
-
-
-
-
-
-
-
25. SCHEDULE OF COSTS: Add the following to Section C8-8:
C8-8.15 SCHEDULE OF COSTS: Following the completion of all work on the
Project and prior to submittal of a request for final payment, the Contractor shall
provide a Schedule of Costs to City for approval which lists all equipment systems,
structures, building electrical and HVAC systems, overhead and project related costs.
The items will be grouped into categories using the Owner's list of category codes
which will be provided by the Owner at the Preconstruction Conference.
The Schedule of Costs will be used by the City as input to the Capital Assets System,
and will not be considered in preparation of modifications to the Contract. Costs
associated with the preparation and processing of this schedule of costs shall be
subsidiary to the price bid.
The Contractor will also provide a projected payment schedule tied to the project
schedule and the schedule of values which projects the monthly payments through the
end of the Project. The Payment schedule must be submitted along with the first
request for payment. This information is necessary to arrange financing of the Project
by the City.
END OF SECTION
CS-13
-
-
-
-
-
-
-
PARTD
SPECIAL CONDITIONS
PART D -SPECIAL CONDITIONS
D-1 GENERAL ...................................................................................................................... .
D-2 PROJECT DESIGNATION ............................................................................................ .
D-3 NOT USED .................................................................................................................... .
D-4 PROJECT SIGNS .......................................................................................................... .
D-5 CITY FURNISHED MATERIALS .................................................................................... .
D-6 WAGE RATES ............................................................................................................... .
D-7 NOT USED .................................................................................. : ................................. .
D-8 DEWATERING ............................................................................................................... .
D-9 CROSSING OF EXISTING UTILITIES ........................................................................... .
D-10 EXISTING UTILITIES ..................................................................................................... .
D-11 EXPLORATORY EXCAVATIONS ................................................................................... .
D-12 TEST HOLES ................................................................................................................. .
D-13 SUBSTITUTIONS ........................................................................................................... .
D-14 CONCRETE DRAINAGE CHANNEL/CURB AND GUTTER REPLACEMENT ................ .
D-15 CRUSHED LIMESTONE BACKFILL. .............................................................................. .
D-16 2:27 CONCRETE ........................................................................................................... .
D-17 PAVEMENT REPAIR ...................................................................................................... .
D-18 PAVEMENT REPAIR IN PARKING AREA. ..................................................................... .
D-19 TENCH SAFETY ............................................................................................................ .
D-20 SANITARY SEWER MANHOLES ................................................................................... .
D-21 SANITARY SEWER SERVICES ..................................................................................... .
D-22 NOT USED ................................................................ , .................................................... .
D-23 REMOVAL, SALVAGE AND ABANDONMENT OF EXISTING FACILITIES ................... .
D-24 VALVE BLOCKING ........................................................................................................ .
D-25 . DUCTILE IRON PIPE AND GRAY FITTINGS ................................................................. .
D-26 DETECTABLE WARNING TAPES ................................................................................. .
D-27 CONCRETE CYLINDER PIPE AND FITTINGS .............................................................. .
D-28 TYPE OF PIPE CASING ................................................................................................ .
D-29 NOT USED ..................................................................................................................... .
D-30 VALVE CUT-INS ............................................................................................................ .
D-31 CONNECTION OF EXISTING MAINS ............................................................................ .
D-32 NOT USED ..................................................................................................................... .
D-33 DEHOLES ...................................................................................................................... . -D-34 EASEMENTS AND PERMITS ....................................... ; ................................................ .
D-35 NOT USED ..................................................................................................................... .
D-36 NOT USED ..................................................................................................................... .
D-37 CONCRETE ENCASEMENT ....................... · ................................................................... .
D-38 CONNECTION TO EXISTING STRUCTURES ............................................................... .
D-39 BID ALTERNATIVES ...................................................................................................... . -D-40 NOT USED ..................................................................................................................... .
D-41 SITE PREPARATION ..................................................................................................... .
D-42 NOT USED ..................................................................................................................... .
D-43 BID QUANTITIES (MISC. EXT) ...................................................................................... .
D-44-45 NOT USED ..................................................................................................................... .
D-46 CONCRETE REPAIRS ................................................................................................... .
D-47 CONCRETE AND ACCESSORIES ................................................................................ .
D-48 TEMPORARY PAVEMENT REPAIR .............................................................................. .
D-49-52 NOT USED ..................................................................................................................... .
D-53 TURBO METER WITH VAULT AND BYPASS INSTALLATION ...................................... .
D-54 NOT USED ..................................................................................................................... .
D-55 TEMPORARY SOIL EROSION SEDIMENT-WATER POLLUT ION CONTROL .............. .
i
PART D -SPECIAL CONDITIONS
0-56 OPEN FIRE LINE INSTALLATION ................................................................................. .
0-57 HYDRO MULCH SEEDING AND SODDING .................................................................. .
0-58 NOT USED ..................................................................................................................... .
0-59 TELEVISION INSPECTION OF SANITARY SEWER LINE ............................................. .
0-60 WATER SAMPLE STATION .......................................................................................... .
0-61-64 NOT USED .................................................................................................................... .
D-65 TRAFFIC CONTROL .............................................................. , ......... -............................. .
D-66-69 NOT USED .................................................................................................................... .
D-70 TRENCH BACKFILL ...................................................................................................... .
D-71-78 NOT USED .................................................................................................................... .
0-79 CURB ON CONCRETE PAVEMENT .............................................................................. .
0-80 ADJUST WATER VALVE BOX, MANHOLES AND VAULTS .......................................... .
D-81 -85 NOT USED ..................................................................................................................... .
D-86 WORKER'S COMPENSATION INSURANCE ................................................................ .
D-87-88 NOT USED .................................................................................................................... .
D-89 TRENCH EXCAVATION, BACKFILL AND COMPACTION ............................................. .
D-90 NOT USED ..................................................................................................................... .
D-91 SHOP DRAWINGS ......................................................................................................... .
D-92 POST CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ............. .
D-93 LIME STABILIZATION SUBGRADE (UTILITY CUTS) ................................................... .
D-94 CEMENT STABILIZATION SUBGRADE (UTIL. CUTS) ................................................. .
D-95-100 NOT USED .................................................................................................................... .
D-101 TESTING ....................................................................................................................... .
D-102 SUSBSIDIARYWORK ................................................................................................... .
D-103 ADDENDA ...................................................................................................................... .
D-104 OSHA STANDARD ......................................................................................................... .
D-105 PROJECT SUPERINTENDENT ..................................................................................... .
D-106 RESIDENT ENGINEER .................................................................................................. .
D-107 PROGRESS PHOTOGRAPHS ....................................................................................... .
D-108 TERMINATION ............................................................................................................... .
D-109 HAZARDOUS AND TOXIC MATERIALS ........................................................................ .
D-110 SPOIL AND FILL MATERIAL. ......................................................................................... .
D-111 AGE ................................................................................................................................ .
D-112 DISABILITY .................................................................................................................... .
0-113 INDEMNIFICATION ........................................................................................................ .
D-114 CONSTRUCTION ADMINISTRATION ........................................................................... .
11
-
-
-
D-1 GENERAL:
Subject to modifications as herein contained, the Fort Worth Water Department's General
Contract Documents and General Specifications. effective July 1, 1978, are made part of
the Contract Documents for this Project. The Plans, Special conditions and Provisions
Documents, and the rules, regulations, requirements, instructions, drawings and details
referred to by manufacturer's name, number or identification included therein as
specifying, referring or implying product control, performance, quality, or other shall be
binding upon the Contractor. The Specifications and drawings shall be considered
cooperative; therefore, work or material called for by one and not shown or mentioned in
the other shall be accomplished or furnished in a faithful manner as though required by
all. The order or precedence in case of conflicts or discrepancies between various parts of
the Contract Documents subject to the ruling of the Engineer shall generally, but not
necessarily, follow the guidelines listed below:
1. Plans
2. Special Contract Documents
3. General Contract Documents and General Specifications
The following Special Conditions shall be applicable to this project and shall govern any
conflicts with the General Contract documents under the provisions stated above.
D-2 PROJECT DESIGNATION:
Construction under these Special Documents shall be performed under the Fort Worth
Water Department Project Designations:
Water Project Number_ P265 -601510145480
Sewer Project Number and/or
Other
D-4 PROJECT SIGNS:
Project Signs are required at all locations which will be under construction for more than
thirty (30) calendar days as indicated in Part B Proposal. Project Signs shall be in
accordance with Figure 30 (dated 8-28-89) of the General Contract Documents. The
signs may be mounted on skids or on posts. The exact locations and methods of
mounting shall be approved by the engineer. Any and all costs for the required materials,
labor, and equipment necessary for the furnishing of Project Signs shall be considered as
a subsidiary cost of the project and no additional compensation will be allowed.
D-5 CITY FURNISHED MATERIALS:
For water projects, the City will furnish "pipe cleaning pigs," chlorine gas or chlorinated
lime (HTH) and all water for initial cleaning and sterilization of water lines. All other
materials for construction of the project, including water for compaction, shall be
furnished by the Contractor.
D-6 WAGE RA TES:
D-1
The labor classifications and mmnnum wage rates set forth herein have been
predetermined by the City Council of the City of Fort Worth, Texas, in accordance with
statutory requirements, as being the prevailing classifications and rates that shall govern
on all work performed by the Contractor or any subcontractor on the site ~f the project
covered by these Contract Documents. In no event sq.all less that the following rates be
paid. (see attached wage rates) When two or more wage rate scales are shown and wage
rates shown in specific classifications are in conflict, the higher wage will be used.
D-8 DEWATERING:
The Contractor shall be responsible for determining the method of dewatering operation
for the water or sewage flows from the existing mains and ground water. The Contractor
shall be responsible for damage of any nature resulting from the dewatering operations.
The DISCHARGE from any dewatering operation shall be conducted as approved by the
Engineer. Ground water shall not be discharged into sanitary sewers.
Dewatering shall be considered as incidental to a construction and all costs incurred will
be considered to be included in the linear foot bid price of the pipe.
D-9 CROSSING OF EXISTING UTILITIES:
Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line
and/or a proposed sewer line crosses over a water line and the clear vertical distance is
less than 9 feet barrel to barrel, the sanitary sewer or sanitary sewer service line shall be
made water tight or be constructed of ductile iron pipe. The required length of
replacement shall be determined by the Engineer. The material for sanitary sewer mains
and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene
wrapping as specified in Material Standard El-6 contained in the General Contract
Documents. The material for sanitary sewer service lines shall be extra strength cast iron
soil pipe with polyethylene wrapping as specified in the General Contract Documents.
Adaptor fittings shall be a urethane or neoprene coupling A.S .T.M. C.-425 with series
300 Stainless Steel compression straps.
Payment for work such as backfill, fittings , tie-ins and all other associated appurtenances
required, shall be included in the linear foot price of appropriate bid item.
D-10 EXISTING UTILTIES:
The plans show the locations of all known surface and subsurface structures. However,
the Owner assumes no responsibility for failure to show any or all of these structures on
the Plans, or to show them in their exact location. It is mutually agreed that such failure
shall not be considered sufficient basis for claims for additional compensation for extra
work or for increasing the pay quantities in any manner whatsoever.
The Contractor shall be responsible for verifying the locations of and protecting all
existing utilities, service lines, or other property crossed or exposed by his construction
operations. Contractor shall make all necessary provisions for the support, protection,
D-2
-
-
relocation, and or temporary relocation of all utility poles, gas lines, telephone cables,
utility services, water mains, sanitary sewer lines, electrical cables, drainage pipes, and all
other utilities and structures both above and below ground during construction. The
Contractor is liable for all damages done to such existing facilities as a result of his
operations and any and all cost incurred for the protection and or temporary relocation of
such facilities shall be included in the cost bid per linear foot of pipe installed. NO
ADDITIONAL COMPENSATION WILL BE ALLOWED.
Where existing utilities or service lines are cut, broken or damaged, the Contractor shall
replace or repair the utilities or service lines with the same type of original material and
construction, or better, unless otherwise shown or noted on the plans, at his own cost and
expense. The Contractor shall immediately notify the Owner of the damaged utility or
service line. He shall cooperate with the owners of all utilities to locate existing
underground facilities and notify the Engineer at once of any conflicts in grades and
alignment.
In case it is necessary to change or move the property of any owner of a public utility,
such property shall not be moved or interfered with until ordered to do so by the
Engineer. The right is reserved to the owner of public utilities to enter upon the limits of
the project for the purpose of making such changes or repairs, of their property that may
be made necessary by performance of this contract.
D-11 EXPLORATORY EXCAVATIONS:
In addition to those areas as may be designated on the Drawings, it shall be the
Contractor's responsibility to excavate and locate existing utilities which may affect
construction of the water and/or sewer facilities. All exploratory excavations shall occur
far enough in advance to permit any necessary relocation to be made with minimum
delay. All costs incurred by the Contractor in making exploratory excavations shall be
considered to be included in the unit price bid for constructing of water/sewer line or the
associated structures.
D-12 TEST HOLES:
The matter of subsurface exploration to ascertain the nature of the soils, including the
amount of rock, if any, through which this pipeline installation is to be made is the
responsibility of any and all prospective bidders, and any bidder on this project shall
submit his bid under the condition. Whether prospective bidders perform this subsurface
exploration jointly or independently, and whether they make such determinations by the
use of test holes or other means, shall be left to the discretion of such prospective bidders.
The cost of the rock removal and other associated appurtenances, if required, shall be
included in the linear foot bid price of the pipe.
D-13 SUBSTITUTIONS:
The specifications for materials . set out the minimum standard of quality which the City
believes necessary to procure a satisfactory project. No substitutions will be permitted
until the Contractor has received written permission of the Engineer to make a
D-3
substitution for the material which has been specified. Where the term "or equal," or" or
approved equal" is used, it is understood that if a material, product, or piece of equipment
bearing the name so used is furnished it will be approvable, as the particular trade name
was used for the purpose of establishing a standard of quality acceptable to the City. If a
product of any other name is proposed for use, the Engineer's approval thereof must be
obtained before the proposed substitute is procured by the Contractor. Where the tenn
"or equal," or "or approved equal" is not used in the specifications, this does not
necessarily exclude alternative items or material or equipment which may accomplish the
intended purpose. However, the Contractor shall have the full responsibility of proving
that the proposed substitution is, in fact, equal, and the Engineer, as the representative of
the City, shall be the sole judge of the acceptability of substitutions. The provisions of
this sub-section as related to "Substitutions" shall be applicable to all sections of these
specifications.
D-14 CONCRETE DRAINAGE CHANNEL/ CURB AND GUTTER REPLACEMENT:
At locations in the project where mains are required to be placed under the existing
drainage channel, the channel shall be completely replaced for the full existing width with
3 000# concrete and reinforcing steel on a sand cushion as shown on the plan detail.
At locations where the mains are required to be placed under existing curb and gutter,
such curb and gutter shall be replaced to match type and geometry of the removed curb
and gutter and shall be installed in accordance with City of Fort Worth Public Works
Department Standard Specification for Construction, Item 502.
Payment for cutting, backfill, concrete, forming materials and all other associated
appurtenants required, shall be included in the bid price.
D-15 CRUSHED LIMESTONE BACKFILL:
Where specified Oil'the plans or directed by the Engineer, crushed limestone shall be used
for trench backfill on this project. The material shall be conform to the Transportation
and Public Works Standard Specifications for Street and Storm drain Construction
Division 2, Item 208.2 Materials and Division 2 Item 208.3 Material Sources. Trench
Backfill and compaction shall meet the requirements of E2-2 Excavation and Backfill of
the General Contract Documents.
Payment for crushed limestone backfill in place shall be made at the unit price bid in the
Proposal multiplied by the quantity of material used measured in accordance with E2-
2.16 Measurement of Backfill Materials of the General Contract Documents and
Specifications.
D-16 2:27 CONCRETE:
Transportation and Public Works Department typical Sections for Pavement and Trench
Repair for Utility Cuts Figures 1 through 5 refer to using 2:27 Concrete as base repair.
Since this call-out includes the word "concrete", the consistent interpretation of the
Transportation Public Works Department is that this ratio specifies two (2) sacks of
D-4
-
-
cement per cubic yard of concrete. With the exception of the cement content, all other
requirements shall meet or exceed Transportation and Public Works Department Standard
Specification Item 406 Class D Concrete.
D-17 PAVEMENT REP AIR:
The unit price bid under the appropriate bid item in the proposal shall cover all the cost
for providing pavement repair equal to or superior in composition, thickness , etc., to
existing pavement as detailed in the Public Works Department typical pavement sections
for Pavement and Trench Repair for Utility Cuts, Figures 1 through 5.
All required paving cuts shall be made with a concrete saw in a true and straight line on
both sides of the trench, a minimum of twelve (12) inches outside the trench walls. The
trench shall be backfilled and the top nine (9) inches shall be filled with required
materials as shown on paving details , compacted and level with the finished street
surface. This finished grade shall be maintained in a serviceable condition until the
paving has been replaced. All resident's driveways shall be accessible at night and over
weekends.
It has been determined by the Transportation and Public Works Department that the strip
of existing HMAC pavement between the existing gutter and the edge of the trench
pavement repair will not hold up if such strip of existing pavement is two (2) feet or less
in width .
Therefore, at the locations in the project where the trench wall is three (3) feet or less
from the lip of the existing gutter, the Contractor shall be required to remove the existing
paving to such gutter. The pavement repair shall then be made from a minimum distance
of twelve (12) inches outside the trench wall nearest the center of the street to the gutter
line.
The pavement shall be replaced within a maximum of five (5) working days, providing
job placement conditions will permit repaving. If paving conditions are not suitable for
repaving, in the opinion of the Owner, the repaving shall be done at the earliest possible
date.
A permit must be obtained from the Department of Engineering's Permit Desk by the
Contractor in conformation with Ordinance No . 3449 and/or Ordinance No. 792 to make
utility cut in the street. City Inspectors will inspect the paving repair after construction
of each water and/or sanitary sewer main replacement.
D-18 PAVEMENT REP AIR IN PARKING AREA:
The contract cost shall cover all cost for providing pavement repair equal to or superior in
composition, thickness, etc., to existing pavement. All required paving cuts shall be made
with a concrete saw in a true and straight line on both sides of the trench, a minimum of
twelve (12) inches outside the trench walls. The trench shall be backfilled and the top
nine (9) inches shall be filled with crushed limestone base material, compacted and level
D-5
with the finished adjacent surface. This finished grade shall be maintained m a
serviceable condition until the paving has been replaced.
D-19 TRENCH SAFETY:
1. GENERAL: This specification covers the trench safety requirements for all trench
excavations in order to protect workers from cave-ins. The requirements of this item
govern all trenches for mains, manholes, vaults, service lines, and all other
appurtenances .
2. STANDARDS: The latest version of the U.S. Department of Labor, Occupational
Safety and Health Administration Standards, 29 CFR Part 1926, Subpart P-
Excavations, are hereby made a part of this specification and shall be the minimum
governing requirements for trench safety.
3. DEFINITIONS:
A. TRENCHES: A trench is referred to as a narrow excavation made below the
surface of the ground in which the depth is greater than the width, where the width
measured at the bottom is not greater than fifteen (15) feet. If forms or other
structures are installed or constructed in an excavation so as to reduce the
dimension measured from the forms or structure to the side of the excavation to
fifteen (15) feet or less at the bottom of the excavation, the excavation is also
considered to be a trench.
B. BENCHING SYSTEM: Benching means excavating the sides of a trench to
form one or a series of horizontal levels or steps, usually with vertical or near-
vertical surfaces between levels.
C. SLOPING SYSTEM: Sloping means excavating to form sides of a trench that
are inclined away from the excavation.
D. SHIELD SYSTEM: Shields used in trenches are generally referred to as "trench
boxes" or "trench shields." Shield means a structure that is able to withstand the
forces imposed on it by a cave-in and protect workers within the structure. Shields
can be permanent structures or can be designed to be portable and move along as
the work progresses. Shields can be either premanufactured or job-built in
accordance with OSHA standards.
E. SHORING SYSTEM: Shoring means a structure such as a metal hydraulic,
mechanical or timber system that supports the sides of a trench and which is
designed to prevent cave-ins. Shoring systems are generally comprised of
crossbraces, vertical rails (uprights), horizontal rails (wales) and/or sheeting.
D-6
-
-
-
-
4. MEASUREMENT: Trench depth is the vertical measurement from the top of the
existing ground to the bottom of the pipe or structures. The quantity of trench safety
systems shall be based on the linear foot amount of trench depth greater than five (5)
feet.
5. PAYMENT: Separate payment will be made only when trench excavations exceed
a depth of five (5) feet and shall be full compensation for safety system design, labor,
tools, materials, equipment and incidentals necessary for the installation and removal
of trench safety systems.
D-20 SANITARY SEWER MANHOLES:
The installation, replacement, and/or rehabilitation of sanitary sewer manholes will be
required as shown on the plans, and/or as described in these Special Contract Documents
in addition to those located in the field and identified by the Engineer. All manholes shall
be in accordance with sections El-14 Materials for Sanitary Sewer Manholes, Valve
Vaults, Etc., and E2-14 Vault and Manhole Construction of the General Contract
Documents and Specifications, unless amended or superseded by requirements of this
Special Condition.
1. Concrete Collars: Concrete collars when indicated on the plans will be required as per
Fig. 121.
2 . Watertight Manhole Inserts: Watertight gasketed manhole inserts shall be installed in
sanitary sewer manholes when indicated on the plans. Inserts shall be constructed in
accordance with Fort Worth Water Department Standard El00-4 and shall be fitted and
installed according to the manufacturer's recommendations.
3. Lift-Holes: All lift holes shall be plugged with a precast concrete plug. The lift hole
shall be sealed on the outside of the manhole with Ram-Nek or an approved equal sealant.
The lift hole shall be sealed on the inside of the manhole with quick setting cement grout.
4. Final Rim Elevations:
A. Manhole rims in parkways, lawns, alleys, and other improved lands shall be at an
elevation not more than one (1) nor less than one-half (1/2) inch above the surrounding
ground. Backfill shall provide a uniform slope from the top of manhole casting for not
less than three (3) feet each direction to existing finish grade of the ground. The grade
of all surfaces shall be checked for proper slope and grade by string lining the entire
area regraded near the manhole.
B. Manholes in open fields, unimproved land, or drainage courses shall be at an
elevation shown on the drawings or minimum of 6 inches above grade.
5. Manhole Covers: All lids shall have pick slots in lieu of pick holes. Manhole frames
and covers shall be McKinley, Type N, with indented top design , or equal , with pick
slots . Covers shall be flush with the rim of the frame and shall have no larger than 1/8-
D-7
inch gap between the frame and cover. Bearing surfaces shall be machine finished.
Locking manhole lids and frames will be restricted to locations within the 100 year flood
plain and areas specifically designated on the plans. Certaninteed Ductile Iron Manhole
Lids and Frames are acceptable for use where Locking lids are specified.
6 . Shallow Manholes: Shallow manhole construction will be used when manhole depth is
four (4) feet or less. All shallow manholes shall be built in accordance with Fig. 106 or
per Fig. 103 but with a flat slab top (no cones sections will be allowed). All shallow
manholes shall have a 24" x 40" cast iron lid and frame with pick slots. NOTE:
MANHOLES PER FIG. 105 WILL NOT BE ALLOWED.
7. Manhole Steps: No Manhole steps are to be installed on any Sanitary Sewer Manhole.
8. Exterior surfaces of all manholes shall be coated with two mop coats of coal tar epoxy
paint, Koppers "Bitumastic Super Service Black", Tnemec, "46-450 Heavy Tnemecol", or
equal to a minimum of 14 mils dry film thickness.
9. Manhole Joint Sealing:
A. General: All interior and/or exterior joints on concrete manhole sections
constructed for the City of Fort Worth Water Department, excluding only the joints
using a trapped type performed 0-ring rubber gasket shall require bitumastic joint
sealant as per attached Figure M.
B. Materials: This sealant shall be performed and trowelable bitumastic as
manufactured by Kent-Seal, Ram-Nek, E-Z Stick or equal. The joint sealer shall be
supplied in either extruded rope-form of suitable cross-sectional area or flat-tape form
and shall be sized as recommended by the manufacturer and approved by the Engineer.
The joint sealer shall be protected by a suitable removable wrapper and shall not in any
way depend on oxidation, evaporation, or any other chemical action for either its
adhesive properties or cohesive strength. The joint sealer shall remain totally flexible
without shrinking, hardening, or oxidizing regardless of the length of time it is
exposed to the elements. The manufacturer shall furnish an affidavit attesting to the
successful use of the product as a preformed flexible joint sealant on concrete pipe and
manhole sections for a period of at least five years.
C. Installation of Joint Sealant: Each grade adjustment ring and manhole frame shall
be sealed with the above specified materials. All surfaces to be in contact with the
joint sealant shall be thoroughly clean of dirt, sand, mud or other foreign matter. A
primer shall be applied to all surfaces prior to installing the joint sealant in accordance
with the recommendations by the manufacturer. The protective wrapper shall remain
on the joint sealant until immediately prior to placement of the pipe in the trench.
After removal of the protective wrapper, the joint sealant shall be kept clean. Install
frames and cover over manhole opening with the bottom of the rings resting on
bitumastic joint sealer. Frames and grade rings shall rest on two (2) rows (inside and
outside) ofbitumastic joint sealer.
D-8
-
-
-
10: Sealing and/or Adjusting Existing Manholes: Excavate (rectangular full depth saw
cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a
minimum of 6 inches of the manhole wall keeping the sides of the trench nearly vertical.
A. Remove manhole frame from the manhole structure and observe the condition of
the frame and grade rings. Any frame or grade ring that is not suitable for use as
determined by the Engineer shall be replaced. Grade rings that are constructed of
brick, block, or materials other than precast concrete shall be replaced with precast
concrete rings, or where necessary and approved by the Engineer, a precast flattop
section. Precast concrete rings, or precast concrete flattop section will be the only
adjustments allowed.
B. In brick or block manholes replace the upper portion of the manhole to a point 24
inches below the frame. If the walls or cone section below this level are structurally
unsound, notify the Engineer prior to replacement of the grade rings and manhole
frame. Existing brickwork, if damaged by the Contractor, shall be replaced at the
Contractor's expense.
C. Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose
debris. Coat exposed manhole surfaces with an approved bonding agent followed with
an application of a quick setting hydraulic cement to provide a smooth working
surface.
D. If the inside diameter of the manhole is too large to safely support new adjustment
rings or frame, a flattop section shall be installed.
E. Joint surfaces between the frame, adjustment rings, and cone section shall be free of
dirt, stones, debris, and voids to ensure a watertight seal. Place a flexible gasket joint
material in two concentric rings along the inside and outside edge of each joint, or use
trowelable material in lieu of preformed gasket material. Position the butt joint for
each length of joint material on opposite sides of the manhole. No steel shims, wood,
stones, or any material not specifically accepted by the Engineer may be used to obtain
final surface elevation of the manhole frame. ~
F. In paved areas or future paved areas, castings shall be installed by using a straight
edge not less than ten (10) feet long so that the top of casting will conform to the slope
and finish elevation of the paved surface. The top of the casting shall be 1/8 inch
below the finished elevation. Allowances for the compression of the joint material
shall be made to assure a proper final grade elevation.
G. All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy
paint, Koppers "Bitumastic Super Service Black", Tnemec, "46-450 Heavy Tnemecol",
or equal to a minimum of 14 mils dry film thickness ..
D-9
11. Measurement and Payment:
A. The price bid for new/replacement manhole installations shall include all labor,
equipment, and materials necessary for construction of the manhole including but not
limited to joint sealing, lift hole sealing and exterior surface coating.
B. The price bid for adjusting and/or sealing of existing manholes shall include all
labor, equipment, and materials necessary for adjusting and/or sealing the manhole
including but not limited to joint sealing, lifthole sealing and exterior surface coating.
C. Payment for concrete collars and watertight manhole inserts, if required, will be
made separately, based on the appropriate bid items.
D.
D-21 SANITARY SEWER SERVICES:
Any reconnection, relocation, replacement, or new sanitary sewer service shall be
required as shown on the plans, and/or as described in these Special Contract Documents
in addition to those located in the field and identified by the Engineer as active sewer
taps. The service connections shall be constructed by the Contractor utilizing standard
factory manufactured saddle taps or tee's. The Contractor shall be responsible for
coordinating the scheduling of tapping crews with building owners and the Engineer in
order that the work be performed in an expeditious manner. A minimum of 24 hours
advance notice shall be given when taps will be required. Severed service connections
shall be maintained as specified in section C6-6.15.
1. SEWER SERVICE RECONNECTION: When sewer service reconnection is called for
the Contractor shall vertically adjust the existing . sewer service line as required for
reconnection and furnish a new tap. The fittings used for vertical adjustment shall consist
of a maximum bend of 45 degrees. The tap shall be located so as to line up with the
service line and avoid any horizontal adjustment. All sanitary sewer service lines shall be
replaced to the property line or easement line in alleys or easements, to the back of curb
in streets, or as directed by the Engineer. Procedures listed below for Sewer Service
Replacement shall be adhered to for the installation of any sewer service line including
the incidental four (4) feet of service line which is included in the price bid for Sanitary
Sewer Taps. Payment for wo'rk such as backfill, saddle, fittings incidental four ( 4) feet of
service line and all other associated appurtenances required shall be included in the price
bid for Sanitary Sewer Taps.
2. SEWER SERVICE REPLACEMENT: All building sewer services encountered during
construction shall be adjusted and/or replaced by the Contractor as directed by the
Engineer as required for there connection of the sewer service line. If the sewer service
line is in such condition or adjustment necessitates the replacement of the sewer service
line, all work shall be performed by a licensed plumber. The length of the replacement
shall be determined by the Engineer. All sewer services shall be installed at a minimum
of two (2) percent slope or as approved by the Engineer. Connection to the existing
sewer service line shall be made with appropriate adaptor fitting. The fitting shall be a
D-10
urethane or neoprene coupling A .S.T.M. C-425 with series 300 stainless steel
compression straps. Payment for work and materials such as backfill, pipe, fittings, and
all other associated work for service replacements in excess of four ( 4) linear feet shall be
included in the linear foot price bid for sanitary sewer service line. Payment for all work
and material involving the 'tap' shall be included in the price bid for sanitary sewer
service taps.
D-23 REMOVAL, SALVAGE AND ABANDONMENT OF EXISTING FACILITIES:
Any removal, salvaging and /or abandonment of existing facilities will necessarily be
required as shown on the plans, and/or described in these Special Contract Documents in
addition to those located in the field and identified by the Engineer. This work shall be
done in accordance with Section E2-l.5 Salvaging of Material and E2-27 Removing Pipe,
of the General Contract Documents and Specifications unless amended or superseded by
requirements of this Special Condition.
1. SALVAGING OR EXISTING WATER METER AND METER BOX. Existing water
meter and meter box shall be removed and returned to the Water Department Warehouse
by the contractor in accordance with Section E2-l .5 Salvaging of Materials. Backfill
material for the void meter box shall' be suitable excavated material approved by the
Engineer. Surface restoration shall be compatible with the existing surrounding surface
and grade. If water main is to remain active, the contractor will be required to plug
service line at the main.
2. SALVAGING OF EXISTING WATER METER AND CONCRETE VAULT LID.
Existing water meter and concrete vault lid shall be removed and returned to the Water
Department Warehouse by the contractor in accordance with Section E2-1.5 Salvaging of
Materials. The void shall be backfilled and compacted in accordance with backfill
method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable
excavated material approved by the Engineer. Surface restoration shall be compatible
with the existing surrounding surface and grade.
3. SALVAGE OFF EXISTING FIRE HYDRANTS. Existing fire hydrants shall be
removed and returned to the Water Department Warehouse by the contractor in
accordance with Section E2-l .5 Salvaging of Materials. The void shall be backfilled and
compacted in accordance with backfill method as specified in Section E2-2.9 Backfill.
Backfill material shall be suitable excavated material approved by the Engineer. Surface
restoration shall be compatible with the existing surrounding surface and grade.
4. SALVAGE OF EXISTING GATE VALVE . Existing gate valve and valve box and lid
shall be removed and returned to the Water Department Warehouse by the contractor in
accordance with Section E2-l .5 Salvaging of Materials. The void area caused by the
valve removal shall be backfilled and compacted in accordance with backfill method as
specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material
approved by the Engineer. Surface restoration shall be compatible with the existing
D-11
surrounding surface and grade. If the valve is in a concrete vault, the vault shall be
demolished in place, to a point no less than 18 inches below the final grade.
5. ABANDONMENT OF EXISTING GATE VALVES. Existing gate valve and box lid
shall be abandoned by first closing the valve to fully closed position and demolishing the
valve box in place to a point not less than 18 inches below the final grade. Concrete shall
then be used as backfill material to match existing grade.
6. ABANDONMENT OF EXISTING VAULTS. Vaults to be demolished in place shall
have the top slab and lid removed and vault walls demolished to a point no less than 18
inches below the final grade. The void area caused shall then be backfilled and
compacted in accordance with backfill method as specified in Section E2-2.9 Backfill.
Backfill material shall be suitable excavated material approved by the Engineer. Surface
restoration shall be compatible with the existing surrounding surface and grade.
7. ABANDONMENT OF MANHOLES. Manholes to be demolished in place shall have
all pipes entering and exiting the structure plugged with lean concrete. Manhole tops or
cone section shall be removed to the top of the full barrel diameter section or to a point no
less than 18 inches below the final grade. The structure then shall then be backfilled and
compacted in accordance with backfill method as specified in Section E2-2.9 Backfill.
Backfill material may be either clean washed sand or clean, suitable excavated material
approved by the Engineer. Surface restoration shall be compatible with surrounding
surface. Payment for work involved in backfilling, plugging of pipe and all other
appurtenant required, shall be included in the appropriate bid items.
8. REMOVAL OF MANHOLES. Manholes to be removed shall have all pipes entering
or exiting the structure disconnected. The complete manhole, including top or cone
section, all full barrel diameter sections and base section shall be removed. The
excavation shall then be backfilled and compacted in accordance with backfill method as
specified in Section E2-2.9 Backfill. Backfill material may be Type C Backfill or Type B
Backfill as approved by the Engineer. Surface restoration shall be compatible with
surrounding surface.
9. CUTTING AND PLUGGING OF EXISTING MAINS. At various location on this
project, it may be required to cut, plug and block existing water mains/services or sanitary
sewer mains/services in order to abandon these lines. Cutting and plugging existing mains
and/or services shall be considered incidental and all costs incurred will be considered to
be included in the linear foot bid price of pipe, unless separate trenching is required.
1 O. REMOVAL OF EXISTING PIPE. Where removal of existing pipe is required, it shall
be the Contractor's responsibility to properly dispose of all removed pipe. All removed
valves, fire hydrants, and meter boxes shall be delivered to Water Department Field
Operations Storage Yard.
D-12
11. PAYMENT. Payment for all work and material involved in salvaging, abandoning
and /or removing of existing facilities shall be included in the linear foot bid price of the
pipe except as follows : Separate Payment will be made for removal of all Fire Hydrants ,
Gate Valves 16-inch and larger, and Sanitary Sewer Manholes regardless of location.
Payment will be made for salvaging, abandoning and/or removing of all other facilities
when said facility is not being replaced in the same trench, i .e. when removal requires a
separate trenching operation.
D-24 VALVE BLOCKING:
All valves shall have concrete blocking for support. Valves shall have polyethylene
wrapping per Material Specification El-13 and Construction Specification E2-13
installed prior to concrete blocking. No separate payment will be made for any of the
work involved for this item and all costs incurred will be considered to be included in the
bid price of the valve.
D-25 DUCTILE IRON PIPE AND GRAY-IRON FITTINGS:
Reference Part E2 Construction Specifications, Section E2-7 Installing Cast Iron Pipe,
Fittings, and Specials, Sub Section E2-7.l 1 Cast Iron Fittings: the first Paragraph shall be
revised to read as follows:
"E2-7.11 DUCTILE-IRON AND GRAY-IRON FITTINGS: All ductile-iron and gray-
iron fittings shall be furnished with cement mortar lining as stated in Section E 1-7.
The price bid per ton of fittings shall be payment in full for all fittings, joint
accessories, polyethylene wrapping, horizontal concrete blocking, vertical tie-down
concrete blocking, and concrete cradle necessary for construction as designed.
All ductile-iron and gray-iron fittings, valves and specials shall be wrapped with
polyethylene wrapping conforming to Material Specification El-13 and Construction
Specification E2-13. Wrapping shall precede horizontal concrete blocking, vertical
tie-down concrete blocking, and concrete cradle. Payment for the polyethylene
wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and
concrete cradle shall be included in bid items for valves and fittings and no other
payment will be allowed." ·
D-26 DETECT ABLE WARNING TAPES:
Detectable underground utility warning tapes which can be located from the surface by a
pipe detector shall be installed directly above non-metallic water or sanitary sewer pipe.
The detectable tape shall be "Detect Tape" manufactured by Allen Systems Inc. or
approved equal, and shall consist of a minimum thickness 0.35 mils solid aluminum foil
encased in a protective inert plastic jacket that is impervious to all known alkalis, acids,
chemical reagents and solvents found in the soil. The minimum overall thickness of the
tape shall be 5.5 mils. and the width shall not be less than 2" inches with a minimum unit
weight of 2-1/2 pounds/1 "/1000'. The tape shall be color coded and imprinted with the
message as follows:
Type ofUtilityColor Code Legends
D-13
Water
Sewer
Safety Blue
Safety Green
Caution Buried Water Line Below
Caution Buried Sewer Line Below
Installation of detectable tapes shall be per manufacturer's recommendations and shall be
as close to the grade as is practical for optimum protection and detectability. Allow a
minimum of 18" inches between the tape and the pipe. Payment for work such as
backfill, bedding, blocking, detectable tapes and all other associated appurtenances
required shall be included in the subsidiary to the cost of pipe installation.
D-27 CONCRETE CYLINDER PIPE AND FITTINGS:
Concrete cylinder pipe on this project shall be Class 150 A WW A C-303 pretensioned
concrete cylinder pipe or Class 150 A WW A C-301 prestressed concrete cylinder pipe as
specified on the plans and manufactured in accordance with Material Standard El-4
contained in the General Contract Documents. Payment for work such as backfill,
beddings, blocking, excavation and all other associated appurtenances required; shall be
included in the Linear Foot price of the pipe and lump sum for the pipe fittings in the
appropriate BID ITEM(S).
D-28 TYPE OF CASING PIPE:
1. Water:
The casing pipe for open cut or bored or tunneled section shall be A WW A C-200
Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of
El-15, El-5, and El-9 in Material Specifications of the General Contract Documents and
Specifications for Water Department Projects. The steel casing shall be supplied as
follows:
A. For inside and outside of casing pipe, coal-tar protective coating in accordance
with the requirements of Section 2.2 and related sections in A WW A C-203.
B. Touch-up after field welds shall provide coating equal to those specified above.
C. Minimum thickness for casing pipe shall be 0.375 inch.
Stainless Steel Casing Spacers ( centering style) such as manufactured by Cascade
Waterworks Manufacturing Company or an approved equal shall be used on all non-
concrete pipes when installed in casing. Installation shall be as recommended by the
manufacturer.
2. Sewer
Boring used on this project shall be in accordance with the Material Standard El-15 and
Construction Standard E2-15 as per Figure 110 of the General Contract Documents.
3. Payment.
Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and
incidental work shall be included in the unit price bid per foot.
D-14
-
-
D-30 VALVE CUT-INS:
It may be necessary to cut-in gate valves to isolate the water main from which the
extension and/or.replacement is to be connected. This may require closing valves in other
lines and putting consumers out of service for that period of time necessary to cut in the
new valve; the work must be expedited to the utmost and all such cut-ins must be
coordinated with the engineer in charge of inspection. All consumers shall be individually
advised prior to the shut out and advised of the approximate length of time they may be
without service.
Payment for work such as backfill, bedding, fittings, blocking and all other associated
appurtenances required, shall be included in the price of the appropriate bid items.
D-31 CONNECTION OF EXISTING MAINS:
The Contractor shall determine the exact location, elevation, configuration and angulation
of existing water or sanitary sewer lines prior to manufacturing of the connecting piece.
Any differences in locations, elevation, configuration, and or angulation of existing lines
between the contract drawings and what may be encountered in the said work shall be
considered as incidental to construction. Where it is required to shut down existing mains
in order to make proposed connections, such down time shall be coordinated with the
Engineer, and all efforts shall be made to keep this down time to a minimum. In case of
shutting down an existing main, the Contractor shall notify the Engineering Construction
Services Manager or Superintendent, Phone 817-871-8306, at least 48-hours prior to the
required shut down time. The Contractor's attention is directed to Paragraph C5-5.15
INTERRUPTION OF SERVICE, Page C5-5(5), PART C -GENERAL CONDITIONS
OF THE WATER DEPARTMENT GENERAL CONTRACT DOCUMENTS AND
GENERAL SPECIFICATIONS. The Contractor shall notify customer, both personally
and in writing, as to the location, time, and schedule of the service interruption.
The cost of removing any existing concrete blocking shall be included in the cost of
connection. Unless bid separately all cost incurred shall be included in the linear foot
price for the appropriate pipe size.
D-33 DEHOLES (MISC. EXT.)
The Contractor excavates for existing water and/or sanitary sewer main as detailed by
work order together with a sketch. The location and dimensions shown on the plans
relative to other 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. 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 dehole process to provide adequate clearances. The
Contractor shall take all necessary precautions in order to protect all services
encountered. Any damage to utilities resulting from the Contractor's operations, shall be
restored at his expense.
D-15
Payment for work such as backfill and all other associated appurtenants required, shall be
included in the price of the appropriate bid item.
D-34 EASEMENTS AND PERMITS:
Easements and permits, both temporary and permanent, have been secured for this project
at this time and made a part thereto. Any easements and/or permits, both temporary and
permanent, that have not been obtained by the time of publication shall be secured before
construction starts. No work is to be done in areas requiring easements and/or permits
until the necessary easements are obtained. The Contractor's attention is directed to the
easement description and permit requirements, as contained herein, along with any
special conditions that may have been imposed on these easements and permits.
Where the pipeline crosses privately owned property, the easements and construction
areas are shown on the plans. The easements shall be cleaned up after use and restored to
their original conditions or better. In the event additional work room or access is required
by the Contractor, it shall be the Contractor's responsibility to obtain written permission
from the property owners involved for the use of additional property required. No
additional payment will be allowed for this item.
D-37 CONCRETE ENCASEMENT:
Concrete encasement shall be Class E (1500 psi) concrete and for sewer line encasements
shall conform to Fig. 113; for water line encasements it shall conform to Fig. 20 of the
General Contract Documents. Requirements for such encasement are specified in
Sections El-20 and E2-20 of the General Contract Documents. Payment for work such as
forming, placing, and finishing including all labor, tools, equipment and material
necessary to complete the work shall be included in the linear foot price bid for Concrete
Encasement.
D-38 CONNECTION TO EXISTING STRUCTURES:
All connections between proposed and existing facilities, shall consist of a watertight
seal. Concrete used in the connection shall be Class A (3000 psi) concrete and meet the
requirements of Section El-20 and E2-20 of the General Contract Documents. Prior to
concrete placement, a gasket, RAM-Nek or approved equal, shall be installed around
penetrating pipe.
Payment for such work as connecting to existing facilities including all labor, tools,
equipment, and material necessary to complete the work shall be included in the linear
price of the appropriate pipe size.
D-39 BID ALTERNATIVES:
The Proposal section of this documents is arranged to allow the Contractor to base his bid
on either ductile iron pipe or polyvinyl chloride plastic pipe. Contractor shall indicate
type of pipe to be used. However, regardless of the general type pipe specified by the
Contractor at certain locations, a specific type pipe has been specified on the plans. All
D-16
-
cost for this shall be considered as subsidiary and no additional compensation will be
allowed.
D-41 SITE PREPARATION:
The Contractor shall clear rights-of-way or easements of obstruction which must be
removed to make possible proper prosecution of the work as a part of this project
construction operations. The contractor's attention is directed to Paragraph C6-6.10 Work
Within Easements, Page 6-6(4), Part C -General Conditions of the Water Department
General Contract Document and General Specifications.
Clearing and restoration shall be considered as incidental to construction and all costs
incurred will be included in the Linear Foot price of the pipe.
D-43 BID QUANTITIES {MISC. EXT):
Bid quantities of the various items in the Proposal are for bid comparison only and may
not reflect the actual quantities (See General Conditions C2-2.2 and C4-4.3). Moreover,
there is to be no limit on the variations between the estimated quantities shown and actual
quantities performed.
D-46 CONCRETE RIPRAP:
1 GENERAL: The following shall govern the furnishing and placing of concrete riprap
as shown on the plans or as directed by the Engineer.
2 MATERIALS: Concrete for riprap shall be placed in accordance with the details and to
the dimensions shown on the plans or as established by the Engineer. Unless otherwise
shown on the plans, concrete riprap shall be reinforced using wire or bar reinforcement.
The concrete shall be 3000 PSI at 28 days, Class A.
Wire reinforcement shall be six (6) by six (6) inch No. 6 plain electric welded reinforcing
fabric or its equal. A minimum lap of six (6) inches shall be used at all splices. At the
edge of the riprap, the wire fabric shall not be less than one (1) inch, no more than three
(3) inches from the edge of the concrete and shall have no wire projecting beyond the last
member parallel to the edge of the concrete.
Reinforcement shall be supported properly throughout the placement to maintain its
position equidistant from the top and bottom surface of the slab.
If the slopes and bottom of the trench for toe walls are dry and not consolidated properly,
the Engineer may require the entire area to be sprinkled, or sprinkled and consolidated
before the concrete is placed. All surfaces shall be moist when concrete is placed.
After the concrete has been placed, compacted, and shaped to conform to the dimensions
shown on the plans, and after it has set sufficiently to avoid slumping, the surface shall be
finished with a wooden float to secure a reasonably smooth surface.
D-17
3. PAYMENT: Payment for concrete riprap in place shall be made at the unit price bid in
the Proposal multiplied by the quantity of material used. Bid price will be full
compensation for placing all materials, and for all labor, tools, equipment, and incidentals
necessary to complete the work.
Payment for all necessary excavation below natural ground, and bottom or slope of the
excavated channel will be included in the bid price.
D-47 CONCRETE AND ASSESSORIES:
1. SCOPE: The requirements of this section shall govern for all materials used and for the
storage, handling, measuring, proportioning, and mixing or combining such materials in
producing concrete for special manholes and incidental pier construction.
All other concrete construction shall be governed by the General Contract Document
Specifications. All materials shall be in accordance with requirements of ACI 301, unless
amended or superseded by requirements of following articles or general notes on the
Plans.
Concrete shall be composed of normal Portland cement or high early strength cement,
coarse aggregate, fine aggregate, and water proportioned and mixed as hereinafter
provided in these specifications.
When not specifically shown on the plans or stated in the Special Contract Documents,
all concrete shall be 3000 psi Type II, unless otherwise directed by the Engineer.
"Central Plant", or "Transit Mixed" concrete may be permitted, but only with Engineer's
approval.
2. TESTING AGENCY: All testing shall be done by an approved testing laboratory
selected and paid by the Contractor. Three (3 )cylinder samples should be performed at
each 20-yard interval of concrete that is placed.
3. CEMENT (ACI 301 2.1): Only one brand of cement shall be used in any one structure,
except by written permission of the Engineer. When such permission is granted and more
than one brand is used in one structure, the resulting concrete shall be uniform in color.
Portland cement shall meet the requirements of ASTM C 150, Type II with a maximum of
5% tricalcium aluminate for exposure to sewage. All cement shall be sampled and tested
in accordance with ASTM C183, C184, C187, C188, C190, and C191, "Sampling and
Testing Portland Cement".
4. WATER (ACI 301 2.3): The water used in all concrete shall be free from objectionable
quantities of silt, organic matter, alkali, salts, and other impurities.
D-18
-
5. COARSE AGGREGATE (ACI 301 2.4): Coarse aggregate shall consist of gravel or
crushed stone meeting the requirements of ASTM C33. When tested by ASTM Cl3 l
procedures, coarse aggregate shall have a percentage of wear of not more than forty ( 40).
Coarse aggregate for Class F concrete shall have a minimum of fifty (50%) percent
calcium carbonate equivalent.
6. FINE AGGREGATE (ACI 301 2.4): Fine aggregate shall consist of natural sand,
manufactured sand, or a combination thereof conforming to ASTM C-33.
When tested in accordance with ASTM 40, "Test of Organic Impurities in Sands for
Concrete", the fine aggregate shall not show a color darker than the standard color.
When the fine aggregate, to be used on the job, is mixed with High Early Strength
Portland Cement in the proportion of one to three, the average tensile strength of not less
than three standard mortar briquets shall be equal to or greater than the tensile strength of
Ottawa sand mortar briquets of the same consistency when tested at the age of three days.
7. ADMIXTURES (ACI 301 2.2):
A. General: Unless specified, no admixtures may be used without specific approval of
the Engineer. Admixtures containing more than 1 % chloride ions may not be used.
B. Air Entraining Agent: Conform to ASTM C260. Add air entraining agent as
indicated in ACI 301, Table 3.4.1.
C. Water Reducing Admixtures: Conform to ASTM C494, Type A; Euclid Chemical
Co. Eucon WR-75, Master Builders Pozzolith 200N, Protex PDA or approved equal.
(At Contractor's option, water reducing admixture may be used to reduce cement
content and improve workability.) Use according to manufacturer's recommendations.
D. High Range Water Reducing Admixture (Super Plasticizer): Conform to ASTM
C494, Type F or Type G; Euclid Chemical Co. Euco n37, Sike Chemical Corp.
Sikament or approved equal.
8. STORAGE OF CEMENT (ACI 301 2.5): Unless otherwise provided, all cement shall
be stored in well ventilated weatherproof buildings which will protect the cement from
dampness. The floor supporting the cement shall clear the ground a sufficient distance to
prevent the absorption of moisture by the cement. Provisions for storage shall be ample in
capacity, and the shipments shall be segregated in such a manner as to provide easy
access for identification and inspection of each shipment.
The Engineer may permit small quantities of cement to be stored in the open for a short
period of time, (maximum 48 hours) if a raised storage platform and adequate waterproof
covering are provided. No cement shall be used which has become lumped, caked or
hardened.
D-19
9. STORAGE OF AGGREGATES(ACI 301 2.5): The handling and storage of aggregate
to be used in making concrete shall be such as to prevent the admixture of foreign
materials. If the aggregates are stored on the ground, the site of the stock piles shall be
grubbed, cleared of all weeds, grass and other vegetation, and leveled off so that the entire
area will be properly drained. The bottom layer of aggregate shall not be disturbed or
used.
When the contract requires the use of two (2) or more sizes of aggregates, the different
sizes shall be stored in such a manner as to prevent intermixing.
Materials in stock piles shall be handled and placed in such a manner that segregation of
materials within the pile will be avoided, and each pile shall be built up in horizontal
layers of not more than three (3) feet in depth.
10. CONSTRUCTION JOINT BONDING (ACI 301 6.1.4 .1): Polyvinyl acetate type
bonding compound. Euclid Chemical Co. Euco Weld, Larsen Welacrete or approved
equal. Omit 6.1.4.2 and 6.1.4.3
11. ACCESSORIES FOR FORMS (ACI 301, Chapter 4}:
A. Cone Ties: 11/16" diameter, 1" depth, plastic cone and neoprene waterstop ring with
suitable snap tie.
B. Chamfer Strips: 3/4" 45 degree job cut wood .
12. STRUCTURAL REPAIR MATERIALS (ACI 301 9.4): With prior approval of the
Engineer as to methods and procedures, make structural repairs with Euclid Chemical Co.
Euco Epoxy 456, 400, 463 or Sika Chemical Corp . Culma Dur Mortar, Sikadur Hi-Mod
L.V. ,or Sikadur Hi-Mod or approved equal.
13. MIXING OF CONCRETE:
A. Central Mixing Plant: A central mixing plant will be allowed provided the method of
mixing and handling has first been approved by the Engineer, and concrete produced is
in conformity with the specification requirements. Concrete:
1. Hauling Time: Discharge all concrete transmitted in a truck mixer, agitator or other
transportation device within 1-1/2 hours after the mixing water has been added.
2. Extra Water: Deliver concrete to the job in exact quantities r equired by the design
mix. Should extra water be required before depositing the concrete, the Engineer shall
have sole authority to authorize the addition of water. Any additional water added to
the mix after leaving the batch plant shall be indicated on the truck ticket and signed
by the person responsible. Where extra water is added to the concrete it shall be mixed
thoroughly for 40 revolutions of the drum or 3-1/2 minutes at m ixing speed, whichever
is greater.
D-20
....
-
....
B. Transit Mixing: When transit mixing is used, the transit mixer shall be of an
approved revolving drum or revolving blade type so constructed as to produce a
thoroughly mixed concrete with a uniform distribution of the materials throughout the
mass and shall be equipped with a discharge mechanism which will insure the
discharging of the mixed concrete without segregation.
The mixer drum shall be water-tight when closed and shall be equipped with a locking
device which will automatically prevent the discharging of the mixer prior to receiving
the required number of revolutions.
The entire quantity of mixing water shall be accurately measured and controlled. Each
batch shall be mixed to the consistency as described herein. Any additional mixing shall
be done at a slower speed specified by the manufacturer for agitation and shall be
continuous until the batch is discharged.
14. CONSTRUCTION JOINTS: Construction joints shall be placed as shown on the
plans unless otherwise specifically authorized by the Engineer. All construction joint
shall' be made on horizontal and vertical planes and formed with mortises or keys made in
the concrete unless shown otherwise on the plans.
A. Construction Joint Bonding (ACI 302 6.1.4.1) Polyvinyl Acetate type bonding
compound. Euclid Chemical Co., Euco Weld, Larsen Welacrete or approved equal and
applied as recommended. Omit 6.1.4 .1 and 6.1.4.3.
15. FORMS:
A. FORMWORK (ACI 301, CHAPTER 4)
1. Earth Cuts (ACI 301 4.1.3): Shall not be used as forms for vertical surfaces unless
approved by the Engineer.
2. Chamfer Strips (ACI 301 4.2.4): Install 45 degrees chamfer strips at exposed outside
corners.
B. FORM REMOVAL (ACI 301 4.5)
1. Form Removal: Remove formwork supporting weight of concrete only after
notifying Engineer and in a manner to insure safety of the structure. Under normal
conditions. Formwork may be removed when concrete is at least 14 days old and has
reached 90 percent of specified strength. When temperature is below 45 degrees F,
leave formwork in place an additional period of the equaling time structure was_
exposed to lower temperature. No live load permitted on new construction after form
removal until concrete is at least 28 days old and has reached full specified strength.
2. Form Facing Material Removal: Form facing material which is removable without
disturbing shores may be removed when concrete is at least 7 days old. Facing may be
removed earlier if specifically approved by the Engineer and acceptable curing
compound is applied to all surfaces immediately after form removal.
D-21
C. RESHORING (ACI 301 4 .6)
Reshoring permitted only after prior review by Engineer.
D. FORM REUSE
Clean all form material suitable for reuse before erection. No form material will be
acceptable for reuse if, in the opinion of the Engineer it will not produce a finished
surface required by these Specifications or called for on the drawings.
16 . PLACING CONCRETE (ACI 301): On vertical formwork, use approved bar chairs
or spacer as required to maintain proper concrete cover and bar position.
17. REPAIR OF SURFACE DEFECTS (ACI 309 9.1): Allow Engineer to inspect
concrete surfaces immediately upon removal of forms. Modify or replace concrete not
conforming to required lines, detail and elevations. Repair or replace concrete not
properly placed resulting in excessive honeycombing and other defects. Do not patch,
repair or replace exposed architectural finished concrete except upon express directions of
Engineer. Patching of tie holes and defects is required .
18. FORMED SURFACE FINISHED (ACI 301 10.4): Formed surface finished per ACI
301 10.4.
19. CURING (ACI 301 12.1):
A. Impervious Coating: Applied specified curing compounds immediately after final
finishing of slabs. Apply in quantities recommended by the manufacturer.
B. Wet Covering: Curing shall be continued for at least four curing days after the
concrete is placed.
20. MISCELLANEOUS FINISH REQUIREMENTS: All other concrete finish work not
indicated on the plans shall be provided herein, even though not specifically mentioned,
as follows:
1. Finishing Exposed Surfaces: All tie wires shall be cut below surface then pointed
over. All imperfections such as fins shall be removed and local surface depressions
pointed over.
21. PAYMENT FOR CONCRETE: The concrete quantities for the various structures will
be paid for at the lump sum for the construction of the special manhole and piers. Price
will be full compensation for furnishing, hauling, and mixing all concrete materials;
placing, curing and finishing all concrete; all grouting and pointing; cost of concrete mix
design except as provided in Special Contract Documents; furnishing and placing metal
flashing strips; and for all forms and formwork, labor, tools, equipment, and incidentals
necessary to complete the work.
D-48 TEMPORARY PAVEMENT REPAIR:
D-22
-
-
-
The Contractor shall provide a temporary pavement repair immediately after trench
backfill and compaction using a minimum of 1-inch cold mix asphalt. This temporary
repair shall be rolled to provide a smooth transition between the existing pavement and
the temporary repair. The unit price bid under the appropriate bid item of the proposal
shall cover all cost for providing temporary pavement repair for all streets cuts prior to
street reconstruction.
D-53 TURBO METER WITH VAULT AND BYPASS INSTALLATION :
AH combination turbo meter installations will be per the plans unless otherwise directed
by the Engineer.
The appropriate size turbo meter with strainer and check valve, if required, will be
furnished to the Contractor free of charge; however, the Contractor will be required to
pick up these item(s) at the Field Operations Warehouse.
Payment for all work, materials, and all necessary appurtenances from bypass tee to
bypass tee which are required to provide a complete and functional Combination Turbo
Meter Installation complete with Bypass and Concrete Vault shall be included in the price
for each.
D-55 TEMPORARY SOIL EROSION SEDIMENT AND WATER POLLUTION
CONTROL:
1. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water
pollution control measures deemed necessary by the Engineer for the duration of the
contract. These control measures shall at no time be used as a substitute for the
permanent control measures unless otherwise directed by the Engineer and they shall
not include measures taken by the CONTRACTOR to control conditions created by his
construction operations. The temporary measures shall include dikes, dams, berms ,
sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt
mulch, plastic liners, rubble liners, baled-hay retards, dikes, slope drains and other
devices.
2. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define
erodible earth and the authority to limit the surface area of erodible-earth material
exposed by preparing right-of-way, clearing and grubbing, the surface area of erodible-
earth material exposed by excavation, borrow and to direct the CONTRACTOR to
provide temporary pollution-control measures to prevent contamination of adjacent
streams, other water courses, lakes, ponds or other areas of water impoundment. Such
work may involve the construction of temporary berms, dikes, dams, sediment basins,
slope drains and use of temporary mulches, mats seeding or other control devices or
methods directed by the Engineer as necessary to control soil erosion. Temporary
pollution-control measures shall be used to prevent or correct erosion that may develop
during construction prior to installation of permanent pollution-control features, but are
not associated with permanent control features on the project.
D-23
The Engineer will limit the area of preparing right of way, clearing and grubbing,
excavation and borrow to be proportional to the CONTRACTOR'S capability and
progress in keeping the finish grading, mulching, seeding, and other such permanent
pollution-control measures current in accordance with the accepted schedule. Should
seasonal conditions make such limitations unrealistic, temporary soil-erosion-control
measures shall be performed as directed by the Engineer. The amount of surface area of
erodible-earth material exposed at one time shall not exceed 750,000 square feet for
each excavation operation, 750,000 square feet for each material source operation (other
than from commercially operated sources), 750,000 square feet for each preparing of
right-of-way operation or 750,000 square feet for each clearing and grubbing operation,
unless otherwise shown on the plans or with prior approval by the Engineer in writing.
The CONTRACTOR shall also conform to the following practices and controls. All
labor, tools, equipment and incidentals to complete the work will not be paid for directly
but shall be considered as subsidiary work to the various items included in the contract.
(a). Waste or disposal areas and construction roads shall be located and constructed in
a manner that will minimize the amount of sediment entering streams.
(b ). Frequent fording of live streams will not be permitted; therefore, temporary
bridges or other structures shall be used wherever an appreciable number of stream
crossings are necessary. Unless otherwise approved in writing by the Engineer,
mechanized equipment shall not be operated in live streams.
(c). When work areas or material sources are located in or adjacent to live streams,
such areas shall be separated from the stream by a dike or other barrier to keep
sediment from entering a flowing stream. Care shall be taken during the construction
and removal of such barriers to minimize the muddying of a stream.
( d). All waterways shall be cleared as soon as practicable of falsework, piling, debris
or other obstructions placed during construction operations that are not a part of the
finished work.
( e ). The CONTRACTOR shall take sufficient precautions to prevent pollution of
streams, lakes and reservoirs with fuels, oils, bitumens, calcium chloride or other
harmful materials. He shall conduct and schedule his operations so as to avoid or
minimize siltation of streams, lakes and reservoirs and to avoid interference with
movement of migratory fish.
3. SUBMITTAL: Prior to the start of the applicable construction, the CONTRACTOR
shall submit for approval his schedules for accomplishment of soil-erosion-control work
and his plan to keep the area of erodible-earth material to a minimum. He shall also
submit for acceptance his proposed method of soil-erosion control on construction and
haul roads and material sources and his plan for disposal of waste materials. No work
D-24
-
shall be started until the soil-erosion control schedules and methods of operations have
been reviewed and approved by the Engineer.
4. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary
to provide temporary erosion control shall be considered subsidiary to the contract
and no extra pay will be given for this work.
D-56 OPEN FIRE LINE INSTALLATIONS:
All open fire line installations will be per attached Figure 32 unless otherwise directed by
the Engineer.
The appropriate size detector check meter, 3/4-inch meter and Class 'B' meter box will be
furnished to the Contractor free of charge; however, the Contractor will be required to
pick up the items at the Field Operations Warehouse.
Payment for all work, materials, and all necessary appurtenances from the City side
flange coupling adapter to the customer side gate valve and box; including incidental 5
linear feet of pipe, which are required to provide a complete and functional open fire line
installation shall be included in the price bid for each.
Payment for the City side gate valve or tap valve depending on which is required will be
paid for under the appropriate bid item(s).
D-57 HYDRO MULCH SEEDING AND SODDING:
Any sodding or hydro mulching required will be done in accordance with Fort Worth
Public Works Department Standard Specifications item 118 and 120.
If in the opinion of the Engineer, additional seeding and/or sodding is required due to the
Contractor's construction, this will be seeded and sodded at the expense of the Contractor.
Payment for work and all associated appurtenants required, shall be included in the
appropriate bid item(s).
D-59 TELEVISION INSPECTION OF SANITARY SEWERS LINES:
1. GENERAL: Prior to the reconstruction, some noted sections sanitary sewer lines shall
be cleaned, and a television inspection and dye tests performed to identify any active
sewer service taps, other sewer laterals and their location. Work shall consist of
furnishing all labor, material, and equipment necessary for the cleaning and inspection of
the sewer lines by means of closed-circuit television. Satisfactory precautions shall be
taken to protect the sewer lines from damage that might be inflicted by the improper use
of cleaning equipment.
2. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high-velocity
sewer line cleaning equipment shall be constructed for easy and safe operation. The
equipment shall also have a selection of two or more high-velocity nozzles. The nozzles
D-25
shall be capable of producing a scouring action from 15 to 45 degrees in all size lines
designated to be cleaned. Equipment shall also include a high-velocity gun for washing
and scouring manhole walls and floor. The gun shall be capable of producing flows from
a fine spray to a solid stream. The equipment shall carry its own water tank, auxiliary
engines, pumps, and hydraulically driven hose reel.
Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in
such a way that a portion of the dam may be collapsed at any time during the cleaning
operation to protect against flooding of the sewer. The movable dam shall be equal in
diameter to the pipe being cleaned and shall provide a flexible scraper around the outer
periphery to insure removal of grease. If sewer cleaning balls or other equipment which
cannot be collapsed is used, special precautions to prevent flooding of the sewers and
public or private property shall be taken. The flow of sewage present in the sewer lines
shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever
possible.
3. CLEANING PROCEDURES: The designated sewer manhole sections shall be
cleaned using high-velocity jet equipment. The equipment shall be capable of removing
dirt, grease, rocks, sand, and other materials and obstructions from the sewer lines and
manholes. If cleaning of an entire section cannot be successfully performed _ from one
manhole, the equipment shall be set up on the other manhole and cleaning again
attempted. If, again, successful cleaning cannot be performed or th e equipment fails to
traverse the entire manhole section, it will be assumed that a major blockage exists and
the cleaning effort shall be abandoned. When additional quantities of water from fire
hydrants is necessary to avoid delay in normal working procedures, the water shall be
conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire
in the area served by the hydrant. Before using any water from the City Water
Distribution System the Contractor shall apply for and receive permission from the Water
Department. The Contractor shall be responsible for the water meter and related charges
for the set up, including the water usage bill. All expenses shall be considered incidental
to cleaning.
4. DEBRIS REMOVAL AND DISPOSAL: All sludge, dirt, sand, rock, grease, and other
solid or semisolid material resulting from the cleaning operation shall be removed at the
downstream manhole of the section being cleaned. Passing material from manhole
section to manhole section, which could cause line stoppages, accumulations of sand in
wet wells, or damage pumping equipment, shall not be permitted.
All solids or semisolids resulting from the cleaning operations shall be removed from the
site and disposed of at a site designated by the Engineer. All materials shall be removed
from the site no less often than at the end of each workday and disposed of at no
additional cost to the City.
D-26
-
-
Under NO circumstances will the Contractor be allowed to accumulate debris, etc., on the
site of work beyond the stated time, except in totally enclosed containers and as approved
by the Engineer.
UNDER NO CIRCUMSTANCES SHALL SEW AGE OR SOLIDS REMOVED
THEREFROM BE DUMPED ONTO STREETS OR . INTO DITCHES, CATCH
BASINS, STORM DRAINS OR SANITARY SEWER MANHOLES.
5. TELEVISION INSPECTION EQUIPMENT: The television camera used for the
inspection shall be one specifically designed and constructed for such inspection.
Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of
the pipe. The camera shall be operative in 100% humidity conditions. The camera,
television monitor, and other components of the video system shall be capable of
producing picture quality to the satisfaction of the Engineer; and if unsatisfactory,
equipment shall be removed and no payment will be made for an unsatisfactory
inspection.
6. EXECUTION:
A. TELEVISION INSPECTION: The camera shall be moved through the line in either
direction at a moderate rate, stopping when necessary to permit proper documentation
of any sewer service taps. In no case will be television camera be pulled at a speed
greater than 30 feet per minute. Manual winches, power winches, TV cable, and
powered rewinds or other devices that do not obstruct the camera view or interfere with
proper documentation shall be used to move the camera through the sewer line.
When manually operated winches are used to pull the television camera through the
line, telephones or other suitable means of communications shall be set up between the
two manholes of the section being inspected to insure good communications between
members of the crew.
The importance of accurate distance measurements is emphasized. Measurement for
location of sewer service taps shall be above ground by means of a meter device.
Marking on the cable, of the like, which would require interpolation for depth of
manhole, will not be allowed. Accuracy of the distance meter shall be checked by use
of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be
satisfactory to the Engineer.
The City makes no guarantee that all of the sanitary sewers to be entered are clear for
the passage of a camera. The methods used for securing passage of the camera are to be
at the option of the Contractor and the costs must be included in the bid price for
Television Inspection. The cost of retrieving the Television camera, under all
circumstances, when it becomes lodged during inspection, shall be incidental to
Television inspection.
D-27
B. DOCUMENTATION: Television Inspection Logs: Printed location records shall
be kept by the Contractor and will clearly show the location in relation to an adjacent
manhole of each sewer service taps observed during inspection. In addition, other
points of significance such as locations of, unusual conditions, roots, storm sewer
connections, broken pipe, presence of scale and corrosion, and other discernible
features will be recorded and a copy of such records will be supplied to the City.
1. Photographs: Instant developing, 35 mm, or other standard-size photographs of
the television picture of problems shall be taken by the Contractor upon request of
the Engineer, as long as such photographing does not interfere with the Contractor's
operations .
2 Videotape Recordings: The purpose of tape recording shall be to supply a visual
and audio record of problem areas of the lines that may be replayed. Videotape
recording playback shall be a the same speed that it was recorded. The television
tapes shall be furnished to the City for review immediately upon completion of the
television inspection and may be retained a maximum of 30 calendar days.
Equipment shall be provided to the City by the Contractor for review of the tapes.
Tapes will be returned to the Contractor upon completion of review by the Engineer.
Tapes shall not be erased without the permission of the Engineer.
If the tapes are of such poor quality that the Engineer is unable to evaluate the
condition of the sewer line or to locate service connections, the Contractor shall be
required to re-televise and provide a good tape of the line at no additional cost to the
City. If a good tape cannot be provided of such quality that can be reviewed by the
Engineer, no payment for television this portion shall be made. Also, no payment
shall be made for portions of lines not televised or portions where manholes cannot
be negotiated with the television camera.
Upon completion of review of the tapes by the Engineer, the Contractor will be notified
as to which sections of the sanitary sewer are to be abandoned.
Tapes will be returned to the Contractor upon completion of review by the Engineer.
All costs associated with this work shall be incidental to unit prices bid for Items under
Television inspection of the proposal.
C. PAYMENT OF CLEANING AND TELEVISION INSPECTION OF SANITARY
SEWERS: The unit price for Cleaning and Television Inspection of sanitary sewers shall
be full compensation for all costs connected with cleaning and providing the Engineer
with tapes of a quality that the particular piece of sewer can be readily evaluated as to
existing sewer conditions, and for providing appropriate means for review of the tapes by
the Engineer including collection and removal, transportation and disposal of sand and
debris from the sewers to a legal dump site.
D-28
-
-
-
The primary purpose of cleaning is for television inspectjon and rehabilitation; when a
portion of a line is not or cannot be televised or rehabilitated, the cleaning of that portion
of line shall be incidental and no payment shall be made.
Payment shall be made for all segments of good tapes accepted by the Engineer after the
review.
No additJonal payment will be made in the event the Contractor has to pull the television
camera from two directions -to obtain and provide an acceptable tape for review by the
Engineer.
The city makes no guarantee that all of the sanitary sewers to be entered are clear for the
passage of a camera. The methods used for securing passage of the camera are to be at the
option of the Contractor and the costs must be included in the bid price for T.V.
Inspections. The cost of retrieving the T.V. Camera, under all circumstances, when it
becomes lodged during inspection, shall be incidental to T.V. Inspection.
The item shall also include all cost of installing and maintaining any bypass pumping
required to provide reliable, regular sewer service to the area residents. All bypass
pumping shall be incidental to the project.
D-60 WATER SAMPLE STATION:
GENERAL:
All water sampling station installations will be per attached Figure 34 or as required in
large water meter vaults as per Figure 33 unless otherwise directed by the Engineer.
The appropriate water sampling station will be furnished to the Contractor free of charge;
however, the Contractor will be required to pick up this item at the Field Operations
Warehouse.
PAYMENT FOR FIGURE 34 INSTALLATIONS:
Payment for all work and materials necessary for the installation of the 3/4-inch type K
copper service line will be shall be included in the price bid for copper Service Line from
Main to Meter.
Payment for all work and materials necessary for the installation tap saddle (if required),
corporation stops, and fittings shall be included in the price bid for Service Taps to Main.
Payment for all work and materials necessary for the installation of the sampling station,
concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper
service line which are required to provide a complete and functional water sampling
station shall be included in the price bid for Water Sample Stations.
PAYMENT FOR FIGURE 33 INSTALLATIONS:
D-29
Payment for all work and materials necessary for the installation tap saddle, gate valve,
and fittings shall be included in the price bid for Service Taps to Main.
Payment for all work and materials necessary for the installation of the sampling station,
modification to the vault, fittings, and all type K copper service line which are required to
provide a complete and functional water sampling station shall be included in the price
bid for Water Sample Stations.
D-65 TRAFFIC CONTROL:
The Contractor shall be responsible for providing traffic control during the construction
of this project consistent with the provisions set forth in the "1980 Texas Manual on
Uniform Traffic Control Devices for Streets and Highways" issued under the authority of
the "State of Texas Uniform Act Regulating Traffic on Highways ", codified as Article
6701d Vernon's Civil Statues, pertinent sections being Section Nos. 27, 29, 30 and 31.
The Contractor shall execute this work in such a manner as to create a minimum of
interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian
traffic within the project area.
Barricades, warning and detour signs shall conform to be the Standard Specifications for
street and storm drain construction, "Barriers and Warning and/or Detour Signs", Item
524, and/or as directed by Engineer.
The Contractor will not remove any regulatory sign, instructional sign, street name sign,
or other sign which has been erected by the City. If it is determined that a sign must be
removed to permit required construction, the Contractor shall contact the Transportation
and Public Works Department, Signs and Markings Division (phone number 871-8075),
to remove the sign. In 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 or met. When construction work is completed to the extent that the
permanent sign can be re-installed, the Contractor shall again contact the Signs and
Markings Division to re-install the permanent sign and shall leave his temporary sign in
place until such re-installation is completed.
D-70 TRENCH BACKFILL (UTIL. CUT):
The Water Department shall place the pipe embedment and backfill with washed rock per
the following specification.
Washed Rock: All washed rock used for embedment or as otherwise directed by the
engineer shall be washed gravel or washed crushed stone or washed crushed gravel and
shall meet the following gradation and abrasion:
D-30
-
-
Sieve Percent Sieve Percent
Size Retained Size Retained
1-1/2" 0-2 3/8" 85-100
1" 7-55 #4 95-100
%" 23-100
Los Angeles abrasion test: 50% Maximum wear per ASTM.
D-79 CURB ON CONCRETE PAVEMENT:
Standard Specification Item 502 shall apply except as herein modified.
INTEGRAL CURB: Integral curb shall be constructed along the edge of the pavement as
an integral part of the slab and of the same concrete as the slab. The concrete for the curb
shall be deposited not more than thirty (30) minutes after the concrete in the slab.
SUPERIMPOSED CURB: Concrete shall have a minimum compressive strength of three
thousand (3,000) pounds per square inch at twenty-eight (28) days. The quantity of
mixing water shall not exceed seven (7) U.S. gallons per sack (94 lbs.) of Portland
Cement. The slump of the concrete shall not exceed three (3) inches. A minimum cement
content of five ( 5) sacks of cement per cubic yard of concrete is required.
PAYMENT: Payment shall be made for cutting and replacing curbs and gutters required
in this Project under the appropriate bid item and shall be in compliance with Public
Works Department standard requirement Item 502.
D-80 ADJUST WATER VAL VE BOX, MANHOLES, AND VAULTS {UTIL. CUT):
Contractor will be responsible for adjusting water valve boxes, manholes and vaults to
match new pavement grade. The unit price bid will be full payment for materials
including all labor, equipment, tools and incidentals necessary to complete the work.
D-86 WORKER'S COMPENSATION INSURANCE:
A. Contractor's Worker's Compensation Insurance.
Contractor agrees to provide the Owner (City) a certificate showing that it has obtained a
policy of worker's compensation insurance covering each of its employees employed on
the project in compliance with state law. No Notice to Proceed will be issued until the
Contractor has complied with this section.
B. Subcontractor's Worker's Compensation Insurance.
Contractor agrees to require each and every subcontractor who will perform work on the
project to provide to it a certificate from such subcontractor stating that the subcontractor
has a policy of worker's compensation insurance covering each employee on the project.
Contractor will not permit any subcontractor to perform work on the project until such
certificate has been acquired. Contractor shall provide a copy of all such certificates to the
Owner (City).
D-31
C. Worker's Compensation Insurance Coverage.
1. Definitions:
Certificate of coverage ("certificate"). A copy of a certificate of insurance, a
certificate of authority to self-insure issued by the Texas Workers' Compensation
Commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or
TWCC-84), showing statutory worker's compensation insurance coverage for
person's or entity's employees providing services on a project, for the duration of
the project.
Duration of the Project -includes the time from he beginning of the work on the
project until the contractor's/person's work on the project has been completed and
accepted by the City.
Persons providing services on the project ("subcontractor" in Texas Labor Code
Section 406.096) -includes all persons or entities performing all or part of the
services the contractor has undertaking to perform on the project, regardless of
whether that person contracted directly with the contractor and regardless of
whether that person has employees. This included, without limitation, independent
contractors, subcontractors, leasing companies, motor carriers, owner-operators,
employees of any entity which furnishes persons to provide services on the
project. "Services" include without limitation, providing, hauling, or delivering
equipment or materials, or providing labor, transportation, or other service related
to a project. "Services" does not include activities unrelated to the project, such as
food/beverage vendors, office supply deliveries, and delivery of portable toilets.
2. The contractor shall provide coverage, based on proper reporting of classification
codes and payroll amounts and filing of any coverage agreements, which meets
the statutory requirements of Texas Labor Code, Section 401.011(44) for all
employees of the contractor providing services on the project, for the duration of
the project.
3. The Contractor must provide a certificate of coverage to the City prior to
being awarded the contract.
4. If the coverage period shown on the contractor's current certificate of
coverage ends during the duration of the project, the contractor must, prior to the
end of the coverage period, file a new certificate of coverage with the City
showing the coverage has been extended.
5. The contractor shall obtain from each person providing services on a project, and
provide to the City:
D-32
-
-
(a) a certificate of coverage, prior to that person beginning work on the
project, so the City will have on file certificates of coverage showing
coverage for all persons providing services on the project; and
(b) no later than seven days after receipt by the contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on
the current certificate of coverage ends during the duration of the project.
6. The contractor shall retain all required certificates of coverage for the duration of
the project and for one year thereafter.
7. The Contractor shall notify the City in writing by certified mail or personal
delivery, within ten (10) days after the contractor knew or should have known, of
any change that materially affects the provision of coverage of any person
providing services on the project.
8. The contractor shall post on each project site a notice, in the text, form .and
manner prescribed by Texas Worker's Compensation Commission, informing all
persons providing services on the projects that they are required to be covered and
report lack of coverage.
9. The contractor shall contractually require each person with whom it contracts to
provide services on a project, to:
(a) provide coverage, based on proper reporting on the classification codes and
payroll amounts and filling of any coverage agreements, which meets the
statutory requirements of Texas Labor Code, Section 401.011(44) for all of
its employees providing services on the project, for the duration of the
project;
(b) provide to the contractor. prior to that person beginning work on the project, a
certificate of coverage showing that coverage is being provided for all
employees of the person providing services on the project, for the duration of
the project;
(c) provide the contractor. prior to the end of the coverage period a new
certificate
of coverage showing the extension of coverage, if the coverage period shown
on the current certificate of coverage ends during the duration of the project;
( d) obtain from each other person with it contracts, and provide to the contractor:
(1) a certificate of coverage, prior to the other person beginning on the
project; and
D-33
(2) · a new certificate of coverage showing extension of coverage, prior to the
end of the coverage period, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for duration of project and
for one year thereafter.
(f) notify the City in writing by certified mail or personal delivery, within 10 days
after the person knew or should have known, of any ch ange that materially
affects the provision of coverage of any person providing services on the
project; and
(g) contractually require each person with whom it contracts , to perform as
required by paragraphs (a) -(g), with the certificates of coverage to be
provided to the person for whom they are providing services.
10. By signing this contract or providing or causing to be provided a certificate of
coverage, the contractor is representing to the City that all employees of the
contractor who will provide services on the project will be covered by worker's
compensation coverage for the duration of the project, that the coverage will be
based on the proper reporting of classification codes and payroll amounts, and that
all coverage agreements will be filed with the appropriate insurance carrier or, in
the case of a self-insured, with the Texas Workers' Compensation Commission's
Division of Self-Insurance Regulation. providing false or misleading information
may subject the contractor to administrative penalties, criminal penalties, civil
penalties or other civil actions.
11. The Contractor's failure to comply with any of these provisions is a breach of
contract by the contractor which entitles the City to declare the contract void if the
contractor does not remedy the breach within ten days after receipt of notice of
breach from the City.
D. Posting of Required Worker's Compensation Coverage.
Toe contractor shall post a notice on each project site informing all persons providing
services on the project that they are required to be covered, and stating how a person may
verify current coverage and report failure to provide coverage. This notice does not satisfy
other posting requirements imposed by the Texas Workers' Compensation Act or other
Texas Workers' Compensation Commission rules. This notice must be printed with a title
in at least 30 point bold type and text in at least 10 point normal type, and shall be in both
English and Spanish and any other language common to the worker population. The text
for the notices shall be the following text, without additional words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
The law requires that each person working on this site or providing services
related to this construction project must be covered by workers' compensation
D-34
-
insurance. This includes persons providing, hauling, or delivering equipment or
materials, or providing labor or transportation or other service related to the
project, regardless of the identity of their employer or status as an employee.
"Call the Texas Workers' Compensation Commission at 512-440-3789 to receive
information on the legal requirement for coverage, to verify whether your
employer has provided the required coverage, or to report an employer's failure to
provide coverage.
D-89 TRENCH EXCAVATION, BACKFILL AND COMP ACTION:
Trench excavation and backfill under parking lots, driveways, gravel surfaced roads,
within easements, and within P-xisting or future R.O.W. shall be in accordance with
Sections El-2 Backfill and E2-2 Excavation and Backfill of the General Contract
Documents and Specifications except as specified herein.
1. TRENCH EXCAVATION: In accordance with Section E2-2 Excavation and
Backfill, if the stated maximum trench widths are exceeded, either through accident or
otherwise, and if the Engineer determines that the design loading of the pipe will be
exceeded, the Contractor will be required to support the pipe with an improved trench
bottom. The expense of such remedial measures shall be entirely the Contractor's own.
All trenching operations shall be confined to the width of permanent rights-of-way,
permanent easements, and any temporary construction easements. All excavation shall
be in strict compliance with the Trench Safety Systems Special Condition of this
document.
2. TRENCH BACKFILL: Trenches which lie outside of existing or future pavement
shall be backfilled above the top of the embedment material with Type "C" backfill
material. Excavated material used for Type "C" backfill must be mechanically
compacted unless the Contractor can furnish the Engineer with satisfactory evidence
that the P.I. of the excavated material is less than 8. Such evidence shall be a test report
from an
. independent testing laboratory and must include representative samples of soils in all
involved areas, with a map showing the location and depth of the various test holes. If
excavated material is obviously granular in nature, containing little or no plastic
material, the Engineer may waive the test report requirement. See El-2.3, Type "C" or
"D" Backfill, and E2-2.11 Trench Backfill for additional requirements. When Type "C"
back-
fill material is not suitable, at the direction of the Engineer, Type "B" backfill material
shall be used.
In general, all backfill material for trenches in existing paved streets shall be in
accordance with Figure A. Sand material specified in Figure A shall be obtained from
an approved source and shall consist of durable particles free of thin or elongated
pieces, lumps of clay, soil, loam or vegetable matter and shall meet the following
gradation:
D-35
Size Sieve
#4
#16
% Retained
0-5
0-20
(P.I. = 8 or less)
Size Sieve
#50
#100
#200
% Retained
0-50
60-95
90-100
3. TRENCH COMP ACTION: All trench backfill shall be placed in lifts per E2-2.9
Backfill. Trenches which lie outside existing or future pavements shall be compacted to
a minimum of90% Standard Proctor Density (A.S.T.M. D698) by means of tamping
only.
Trenches which lie under existing or future pavement shall be backfilled per Figure A
with 95% Standard Proctor Density by jetting, mechanical tamping, or a combination of
methods. Backfill material to be mechanically tamped must be within +-4% of its
optimum moisture content. The top two (2) feet of sewer line trenches and the top
eighteen (18) inches of water line may be rolled in with heavy equipment tires, provided
it is placed in lifts appropriate to the material being used and the operation can be
performed without damage to the installed pipe.
The Contractor shall obtain the services of an independent testing laboratory to perform
trench compaction tests per A.S.T.M. standards on all trench backfill. Any retesting
required as a result of failure to compact the backfill material to meet the standards will
be at the expense of the Contractor and will be billed at the commercial rates as
determined by the City. These soil density tests shall be performed at two (2) foot
vertical intervals beginning at a level two (2) feet above the top of the installed pipe and
continuing to the top of the completed backfill at intervals along the trench not to ·
exceed
300 linear feet. The Contractor will be responsible for providing access and trench
safety system to the level of trench backfill to be tested. No extra compensation will be
allowed for exposing the backfill layer to be tested or providing trench safety system for
tests conducted by the City. ·
4. MEASUREMENT AND PAYMENT: All material, including any and all Type "B"
backfill, and labor costs of excavation and backfill will be included in the price bid
per linear foot of water and sewer pipe. All costs involved in performing the trench
compaction tests made by independent laboratories shall be subsidiary to the cost of
the contract.
D-91 SHOP DRAWINGS:
1. Submit seven (7) copies of shop drawings, layouts, manufacturer's data and material
schedules as may be required by the Engineer for his review. Submittals may be checked
by and stamped with the approval of the Contractor and identified as the Engineer may
require. Such review by the Engineer shall include checking for general conformance
with the design concept of the project and general compliance with information given in
the General Contract Documents. Indicated actions by the Engineer, which may result
D-36
-
-
-
-
from his review, shall not constitute concurrence with any deviation from the plans and
specifications unless such deviations are specifically identified by the method described
below, and further shall not relieve the Contractor of responsibility for errors or
omissions in the submitted data. Processed shop drawing submittals are not change
orders. The purpose of submittals by the Contractor is to demonstrate that the Contractor
understands the design concept, and that he demonstrates his understanding by indicating
which equipment and materials he intends to furnish and install, and by detailing the
fabrication and installation methods he intends to use. If deviations, discrepancies or
conflicts between submittals and the design drawings and/or specifications are
discovered, either prior to or after submittals are processed, the design drawings and
specifications shall govern.
The Contractor shall be responsible for dimensions which are to be confirmed and
correlated at the job site, fabrication processes and techniques of constriction,
coordination of his work with that of other trades and satisfactory performance his work.
The Contractor shall check and verify all measurements and review submittals prior to
being submitted, and sign or initial a statement included with the submittal, which
signifies compliance with plans and specifications and dimensions suitable for the
application. Any deviation from the specified criteria shall be expressly stated in writing
in the submittal. Three (3) copies of the approved submittals shall be retained by the
Contractor until completion of the project and presented to the City in bound form.
2. Shop drawings shall be submitted for the following items prior to installation:
***List the required submittals here***
Additional shop drawing requirements are described m some of the material
specifications.
3. Address for Submittals -The submittals shall be addressed to the Chief Design
Engineer:
David R. Townsend, P.E.
Fort Worth Water Department
Engineering Division
P.O. Box 870
Fort Worth, TX 76101
D-92 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY
SEWERS: .
A. GENERAL: This special condition covers the furnishing of all _necessary materials
and equipment to perform post-construction television inspection of all sanitary sewer
lines installed under this contract. This television inspection is considered as a part of the
fmal inspection. A satisfactory inspection is required before the project is considered
complete.
D-37
B. MATERIAL:
1. VHS format video cassette recording equipment and tapes are required for video
taping. The television camera used for the inspection shall be specifically designed and
constructed for such inspection and shall provide a color picture. Lighting for the
camera shall be suitable to allow a clear picture of the entire periphery of the pipe
acceptable to the Engineer. The camera shall be operative in 100 percent humidity
conditions and shall have a minimum of 600 line resolution.
2. Recording equipment shall be equipped with data recorder capable of the following:
a. Date and time
b. Footage
c. Project name, contract number, contractor, and inspection firm
d. Location, main/lateral number, and station number
C. Execution:
1. The Contractor shall obtain the services of a qualified independent company to
perform the television inspection.
2. The Contractor shall provide traffic control during inspection operations to maintain
public traffic and safety of all personnel.
3. The Contractor shall clean all construction debris, sand, and gravel from the sewer to
be inspected.
4. Satisfactory preca~tions shall be taken to protect the sewer lines from damage that
might be inflicted by the improper use of inspection equipment. Any damage done
during inspection shall be repaired by the Contractor: There shall be no additional
payment for these repairs.
5. Internal Television Inspection
a. The inspection shall be done one sewer section at a time. The section being
inspected shall be isolated from the remainder of the sewer in a manner approved by
the Engineer. Any defects found shall be repaired by the Contractor and then re-
inspected. There shall be no additional compensation allowed for such repair or re-
inspection.
b. The camera shall be moved through the line in either direction at a uniformly slow
rate, stopping at all defects to allow adequate evaluation by the Engineer. In addition,
the camera shall be stopped at each service connection.
c. Cost for excavation to retrieve inspection equipment shall be the responsibility of
the Contractor. The City shall not be liable for any costs relative to retrieving
inspection equipment from the sewer system.,
D-38
-
-
-
-
d. Sanitary sewer mains must be laced with enough water to fill all low points. The
television inspection must be done immediately following the lacing of the main with
no water flow. Sanitary sewage may be used to propel the camera if the main is live.
However, flow may be restricted in a manner approved by the Engineer when
necessary to provide a clear image of the sewer being inspected.
e. Telephones, portable radios, CB, walkie talkies ; or other electronic means of
communication must be set up where voice or manual communication is not feasible.
6. Viewing
a. The television inspection company shall provide facilities for the purpose of
viewing the monitor while the inspection is in progress.
b. The Engineer shall witness the television inspection.
7. Record Logs
a. The video tape of each sewer segment shall note on the tape the project name and
number, the main or lateral number, the beginning manhole station, the ending
manhole station, the time and date of inspection. Footage for camera location in the
sewer line shall be displayed continuously during the inspection.
b. The original unaltered cassette video tapes will be reviewed by the Engineer for
focus, lighting, clarity of view, and technical quality. The inspection company shall
maintain sharp focus, proper lighting, and clear, distortion-free viewing during the
camera operations. Failure to maintain these conditions can result in rejection of the
video tape by the Engineer. Any sewer line whose video tape is not acceptable to the
Engineer shall be retelevised at no expense to the City.
c. Defects shall be described and quantified on the video tapes by the company doing
the inspection. Measurement for location of defects in sewer mains shall be at the
ground level by means of a metering device. Marking on cable or the like which
requires interpolation for depth of manhole will not be allowed. Measurement
meters shall be accurate to 0.2 feet. Measurements shall be taken from the center of
the manhole and displayed on the video tape.
d. A typewritten report shall be provided with the video tape. Each run sheet shall
identify the segment being televised, and the location of each service or defect with
its appropriate clock position.
e. Upon completion of the project, the Contractor shall provide to the City the video
tapes of each section of sewer line televised.
D. MEASUREMENT AND PAYMENT.
D-39
Payment for internal television inspection shall be paid at the contract price per linear
foot of sewer pipe televised. Length shall be measured in place along the centerline of the
pipe for each sewer segment. The contract price shall include all costs associated with
internal television inspection, viewing, record logs, and cassette video tapes.
D-93 LIME STABILIZED SUBGRAGE (UTILITY CUTS):
Upon the direction of the Engineer, the Contractor shall provide a lime stabilized
subgrade or base in conformance with Specification Items 210 and 212 of the City of Fort
Worth's Transportation and Public Works Department's Standard Specifications for Street
and Storm Drainage Construction. Unless otherwise directed by the Engineer, lime shall
be applied at the minimum rate of four pounds ( 4#) per square yard per inch depth.
Payment shall be made by the square yard at the unit price bid for the quanity measured in
place and shall include all labor, equipment, material, and incidentials necessary to
satisfactorily complete the project. No payment shall be made for the hydrated lime as it
shall be considered subsidiary to the bid price for lime stabilization.
D-94 CEMENT STABILIZED SUBGRADE (UTIL. CUTS)
At the direction of the Engineer, the Contractor shall stabilize the subgrade or base
material with Portland Cement in conformance with Specification Item 214, Portland
Cement Treatment, in the Standard Specifications for Street and Storm Drain
Construction of the City of Fort Worth, Texas Transportation and Public Works
Department. Unless directed otherwise by the Engineer, Cement shall be applied at a
minimum rate of five pounds ( 5#) per square yard per inch of depth
D-101 TESTING:
a. The Contractor shall furnish, at his own expense, certifications by a private laboratory
for all materials proposed to be used on the project, including a mix design for any
asphaltic and/or Portland cement concrete to be used, and gradation analysis for sand
and crushed stone to be used along with the name of the pit from which the material
was taken. The Contractor shall provide manufacturer's certifications for all
manufactured items to be used in the project and will bear any expense related
thereto.
b. Tests of the design concrete mix shall be made by the Contractor's laboratory at least
nine days prior to the placing of concrete using the same aggregate, cement, and
mortar which are to be used later in the concrete. The Contractor shall provide a
certified copy of the test results to the City.
c. Quality control testing of in-place material on this project will be performed by the
City at its own expense. Any retesting required as a result of failure of the material to
meet project specifications will be at the expense of the Contractor and will be billed
at commercial rates as determined by the City. The failure of the City to make any
tests of materials shall in no way relieve the Contractor of his responsibility to furnish
materials and equipment conforming to the requirements of the contract.
D-40
-
-
-
-
d. Not less than 24 hours notice shall be provided to the City by the Contractor for
operations requiring testing. The Contractor shall provide access and trench safety
system (if required) for the site to be tested, and any work effort involved is deemed
to be included in the unit price for the item being tested.
e. The Contractor shall provide a copy of the trip ticket for each load of fill material
delivered to the job site. The ticket shall specify the name of the pit supplying the fill
material.
D-102 SUBSIDIARY WORK:
Any and all work specifically governed by documentary requirements for the project,
such as conditions imposed by Plans, the General Contract Documents or these Special
Contract Documents, in which no specific item for bid has been provided for in the
proposal, shall be considered as a subsidiary item of work, the cost of which shall be
included in the price bid in the Proposal for each bid item. Surface restoration and
cleanup are general items of work which fall in the category of subsidiary work.
D-103 ADDENDA:
Bidders wanting further information, interpretation or clarification of the contract
documents must make their request in writing to the Fort Worth Water Department
Engineering Services, at least 96 hours prior to bid opening. Answers to all such requests
will be bound and made a 'part of the Contract Documents. No other explanation or
interpretation will be considered official or binding. Should a bidder find discrepancies
in, or omissions from, the Contract Documents, or should the bidder be in doubt as to
their meaning, the bidder should at once notify the Fort Worth Water Department
Engineering Services, in order that a written addendum may be sent to all bidders. Any
addenda issued will be mailed or be delivered to each prospective bidder. The bid
proposal as submitted by the bidder must be so constructed as to include anyaddenda
issued by the Fort Worth Water Department, prior to 24 hours of the opening of bids with
appropriate recognition of addenda so noted in the bid proposal.
D-104 OSHA STANDARDS:
All work performed under this contract shall meet the requirements of the Occupational
Safety and Health Administration (OSHA).It is the responsibility of the Contractor to
become familiar with the provisions of the regulations published by the OSHA in the
Federal Register and to perform all the responsibilities thereunder. It is the Contractor's
responsibility to see that the project is constructed in accordance with OSHA regulations
and to indemnify and save harmless the City from any penalties resulting from the
Contractor's failure to so perform.
D-105 PROJECT SUPERINTENDENTS:
The Contractor shall keep a competent resident superintendent at the project site at all
times during the progress of the work. A resume listing the qualifications and experience
record of the proposed resident superintendent, as well as references from similar projects
shall be submitted to the Owner prior to award of contract. This resident superintendent,
D-41
if found to be acceptable, shall not be replaced without written notice to and consent from
the Owner except under extraordinary circumstances, Qualifications of a proposed
replacement shall be submitted when a request is made for replacement of the
superintendent and shall be approved by the Owner prior to withdrawing the
superintendent.
During the construction of the project, the resident superintendent shall demonstrate an
ability to properly execute the work outlined in the contract documents in a timely
manner and shall consistently produce work of an acceptable quality and in accordance
with the contract documents. If the Owner shall have a reasonable objection to the
performance of the resident superintendent, the Contractor shall replace the resident
superintendent upon written notice from the Owner. The resident superintendent is to be
replaced with a superintendent acceptable to the Owner. No extension of time will be
allowed for delays caused by the replacement of a resident representative.
D-106 RESIDENT ENGINEER:
The General Conditions, Section Cl-1.19 ENGINEER, defines various persons who may
be designated as the Engineer. For the prosecution of this contract, the Term Engineer
shall mean the Resident Engineer as designated by the Director of the Fort Worth Water
Department together with members of the staff of the Engineer who are assigned to the
Project. Any contacts the contractor may wish to make with any City personnel, including
the Water Production Supervisor, members of the plant operating staff, members of the
City Administration, or Consulting Engineers, shall be arranged through the Engineer.
The Contractor shall not act upon requests or instructions he may receive from any City
personnel or Consulting Engineers nor shall he give instructions or directions to such
persons without the approval or consent of the Engineer.
D-107 PROGRESS PHOTOGRAPHS:
The Contractor shall take photographs of the project site prior to construction, monthly
during construction of the project and after completion of the project. Photographs may
be taken with a quality 35mm or better camera, equipped to photograph either interior or
exterior exposures, with lenses ranging from wide angle to 135mm. Photographs shall be
taken at locations as designated by the Engineer.
Contractor shall video tape all roads and work areas to be affected prior to starting
construction and furnish a copy of the video tape to the Engineer.
Two glossy color 3" x 5" prints and the negative shall be provided for each photograph
taken. Each print shall be marked on the reserve side to indicate project name, date and
time, location, direction of exposure, and description of what is being photographed.
Prints shall be clear and sharp with proper exposure. If prints of adequate quality are not
produced from exposures, additional photographs shall be taken.
D-108 TERMINATION:
D-42
It is understood and agreed that this contract may be terminated by the City without
obligation to the Contractor, in whole or from time to time in part, whenever such
termination is determined by the City to be in the best interests of the City. Termination
may be effected by delivering to the Contractor or his designated representative a notice
of termination, specifying to what extent performance of the work under the contract is
being terminated and the effective date of termination. After receipt of notice of
termination Contractor shall:
1. Stop work specified in the notice on the date and to the extent specified in the notice
of termination.
2. Place no further order or subcontract except as necessary to complete work already
underway.
3. Terminate all orders and contracts to the extent that they relate to the performance of
the work terminated by the Notice of Termination.
D-109. HAZARDOUS AND TOXIC MATERIALS:
Insofar as permitted by law, the Owner shall indemnify and hold harmless the Contractor
from and against any and all liabilities, losses, cost, damages and expenses, arising out of
use of the materials at the Owners site which are not under the direct control of the
Contractor, including, but not limited to, any and all liability resulting from personal
injury, including death, property liability, at any time, however caused, due to the
presence or release of, or exposure, whether to the person of property injured or
otherwise, whether to the person of property injured or otherwise, to any hazardous or
toxic substance, provided, however, that the City liability shall be limited to that
established in Article 6252-19, Texas Revised Code and other applicable State statutes
and Constitutional provisions.
D-110. SPOIL AND FILL MATERIAL:
Prior to disposing on any spoiVfill material, the contractor shall advise the Director of
Transportation and Public Works, acting as the City of Fort Worth's Flood Plain
Administrator ("Administrator"), of the location of all sites where the contractor intends
to dispose of such material. Contractor shall not dispose of such material until the
proposed sites have been determined by the Administrator to meet the requirements of the
Flood Plain Ordinance of the City of Fort Worth (Ordinance No 10056). All disposal
sites must be approved by the Administrator to ensure that filling is not occurring within
a floo'd plain without a permit.
A flood plain permit can be issued upon approval of necessary engineering studies. No
fill permit is required if disposal sites are not in a flood plain. Approval of the
contractor's disposal sites shall be evidenced by a letter signed by the Administrator
stating the site is not in a known flood plain of by a Flood Plain Fill Permit authorizing
fill within the flood plain. Any expenses associated with obtaining the fill permit,
including any necessary engineering studies, shall be at the contractor's expense.
D-43
In the event the contractor disposes of spoil /fill material at a site without a fill permit or a
letter from the Administrator approving the disposal site , upon notification by the
Director of Transportation and Public Works, the contractor shall remove the spoil/fill
material at its expense and dispose of such materials in accordance with the Ordinances
of the City and this section.
D-111 AGE:
In accordance with the policy "(Policy") of the Executive Branch of the Federal
Government, Contractor covenants that neither it nor any of its officers, members, agents,
employees, program participants or subcontractors , while engaged in performing this
contract, shall, in connection with the employment, advancement or discharge of
employees or in connection with the terms , conditions or privileges of their employment,
discriminate against persons because of their age except on the basis of a bona fide
occupational qualification, retirement plant or statutory requirement.
Contractor further covenants that neither it nor its officers, members, agents, employees,
subcontractors, program participants, or persons acting on their behalf, shall specify, in
solicitations or advertisements for employees to work on this contract, a maximum age
limit for such employment unless the specified maximum age limit is based upon a bona
fide occupational qualification, retirement plan or statutory requirement.
Contractor warrants it will fully comply with the policy and will defend, indemnify and
hold City harmless against any claims or allegations asserted by third parties or
subcontractor against City arising out of Contractor's and/or its subcontractors' alleged
failure to comply with the above referenced Policy concerning age discrimination in the
performance of this agreement.
D-112 DISABILITY:
In accordance with the prov1s10ns of the Americans With Disabilities Act of 1990
("ADA"), Contractor warrants that it any and all of its subcontractors will not unlawfully
discriminate on the basis of disability in the provision of services to the general public,
nor in the availability, terms and /or conditions of employment for applicants for
employment with, or employees of Contractor or any of its subcontractors. Contractor
warrants it will fully comply with ADA's provisions and any other applicable federal,
state and local laws concerning disability and will defend, indemnify and hold City
harmless against any claims or allegations asserted by third parties or subcontractors
against City arising out of Contractor's and/or its subcontractor's alleged failure to comply
with the above-referenced law concerning disability discrimination in the performance of
this agreement.
D-113 INDEMNIFICATION:
To clarify Section C6-6.12 of the General Conditions of the Contract, it is the intent of
the Owner that the Contractor indemnify, hold harmless and defend the Owner, and the
D-44
-
-
Owner's officers , agents , servants, and employees from and against any and all claims as
listed herein, even though causes by the Owner's sole negligence.
With respect to the last sentence of the first paragraph of Section C6-6. l 2, it is the
Owner's intent that the language be site specific to the general area where the work to be
performed under the Contract is being performed . It is not the Owner's intent that the
Contractor be required to indemnify the Owner for damages to property other than that
caused to property located in close proximity to this project, unless such damage is
caused wholly or in part by the Contractor's negligence.
D -114 CONSTRUCTION ADMINISTRATION
A. CONTRACTOR MODIFICATION REQUEST(CMR)/PROPOSED CONTRACT
MODIFICATION(PCM):
Any Change in the Contract Documents will be initiated either by the Contractor
issuing a Contractor's Modification request (CMR) or by the Owner issuing a
Proposed Contract Modification (PCM) on forms provided by the Owner. Proposals
will be reviewed by the Owner and if found acceptable, will be incorporated in a
Change Order or a Field Order in accordance with Section C4-4 of the Contract
Documents.
The Contractor's Modification request (CMR) shall fully identify and describe the
deviations and associated costs, time factors and impacts, and state the reason the
change is requested. Any savings in costs related to the substitution/repalcement or
change is to be stated in th erequest for consideration.
Cost of the Engineer's evaluation of any substitution or deviation requested by the
Contractor shall be charged to the Contractor by the Owner.
B.PROJECT INFORMATION REQUEST
When necessary, the Contractor shall request additional information, clarification or
interpretation of the contract documents or when the Contractor believes there is a
conflict between the contract drawings and specification, the Contractor shall identify
the conflict and/or request clarification/additional information using the Project
Information Request (PIR) form provided by the Owner. Sufficient information shall
be attached to permit a written response without further information.
The Owner will log each request and will review the request. If review of the Project
information request (PIR) indicates that a change to the contract documents is
required, the Owner will issue either a Field Order(FO) or Proposed Contract
Modification (PCM).
C. RECORD DRAWINGS
The Contractor shall keep on record at the site a copy of all Contract Specifications,
. Plans, Addenda, modifications , record and shop drawings and samples, in good
condition and annotated .in erasable red pencil to show all changes made during the
D-45
construction process. These shall be delivered to the Engineer upon completion of the
work and before final payment is made.
The Contractor shall retain for record purposes only, all designs and plans prepared
for construction which are prepared and sealed by a State of Texas Registered
Professional Engineer. Said design and plans shall include, but not be limited to.
paving, buildings, mechanical and electrical systems, foundation, etc.
D-46
PARTE
TECHNICAL SPECIFICATIONS
SECTION 02317
TRENCHING FOR SITE UTILITIES
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Backfilling and compacting for utilities outside the building .
1.02 REFERENCES
A. AASHTO T 180 -Standard Specification for Moisture-Density Relations of Soils Using a 4.54 kg (10-lb)
Rammer and a 457 mm (18 in .) Drop; American Association of State Highway and Transportation
Officials; 2001 (2004).
B . ASTM D 698 -Standard Test Methods for Laboratory Compaction Characteristics of Soil Using
Standard Effort (12,400 ft-lbf/ft3 (600 kN-m/m3)); 2000a.
C. ASTM D 1556 -Standard Test Method for Density and Unit Weight of Soil in Place by the Sand-Cone
Method; 2000.
D. ASTM D 1557 -Standard Test Methods for Laboratory Compaction Characteristics of Soil Using
Modified Effort (56 ,000 ft-lbf/ft3 (2,700 kN m/m3)); 2002 .
E. ASTM D 2167 -Standard Test Method for Density and Unit Weight of Soil in Place by the Rubber
Balloon Method; l 994(R 2001 ).
F. ASTM D 2922 -Standard Test Methods for Density of Soil and Soil-Aggregate in Place by Nuclear
Methods (Shallow Depth); 2005 .
G. ASTM D 3017 -Standard Test Method for Water Content of Soil and Rock in Place by Nuclear Methods
(Shallow Depth); 2005.
1.03 PROJECT CONDITIONS
A. Provide sufficient quantities of fill to meet project schedule and requirements. When necessary, store
materials on site in advance of need.
B. Protect bench marks, survey control points, existing structures, fences, sidewalks, paving, and curbs
from excavating equipment and vehicular traffic .
PART 2 PRODUCTS
2.01 FILL MATERIALS
A. General Fill: Subsoil excavated on-site.
1. Free oflumps larger than 3 inches, rocks larger than 2 inches, and debris .
B. Sand : Natural river or bank sand ; washed; free of silt, clay, loam , friable or soluble materials, and organic
matter.
PART 3 EXECUTION
3.01 EXAMINATION
A. Identify required lines, levels , contours , and datum locations .
B. Locate, identify, and protect utilities that remain and protect from damage.
C. Notify Owner to remove and relocate utilities.
3.02 TRENCHING
A. Notify Engineer of unexpected subsurface conditions and discontinue affected Work in area until
notified to resume work .
B. Slope banks of excavations deeper than 4 feet to angle ofrepose or less until shored.
CFW-RHWTP-DUAL FEED LAB BLDG
06041.00
02317 - 1
TRENCHING FOR SITE UTILITIES
C. Do not interfere with 45 degree bearing splay of foundations .
D . Cut trenches wide enough to allow inspection of installed utilities .
E. Hand trim excavations . Remove loose matter.
F. Remove large stones and othe r hard matter which could damag e piping or impede consistent backfilling
or compaction.
G . Remove lumped subsoil, boulders, and rock up to 1/3 cu yd measured by volume.
H . Remove excavated material that is unsuitable for re-use from site.
I. Stockpile excavated material to be re-used in area design ated on site.
J . Remove excess excavated material from site.
3.03 PREPARATION FOR UTILITY PLACEMENT
A. Cut out soft areas of sub grade not capable of compaction in place. Backfill with general fill.
B. Compact subgrade to density equal to or greater than requirements for subsequent fill material.
C. Until ready to backfill, maintain excavations and prevent loose soil from falling into excavation .
3.04 BACKFILLING
A. Employ a placement method that does not disturb or damage other work.
B . Systematically fill to allow maximum time for natural settlement. Do not fill over porous, wet, frozen or
spongy subgrade surfaces.
C . Maintain optimum moisture content of fill materials to attain required compaction density .
D . Granular Fill: Place and compact materials in equal continuous layers not exceeding 6 inches compacted
depth.
E. Soil Fill : Place and compact material in equal continuous layers not exceeding 8 inches compacted
depth .
F. Slope grade away from building minimum 2 inches in 10 ft, unless noted otherwise. Make gradual grade
changes . Blend slope into level areas.
G. Correct areas that are over-excavated.
1. Other areas: Use general fill, flush to required elevation, compacted to minimum 97 percent of
maximum dry density.
H . Compaction Density Unless Otherwise Specified or Indicated :
1. Under paving, slabs-on-grade, and similar construction : 97 percent of maximum dry density .
2. At other locations: 95 percent of maximum dry density .
I. Reshape and re-compact fills subjected to vehicular traffic.
3.05 BEDDING AND FILL AT SPECIFIC LOCATIONS
A . Utility Piping, Conduits , and Duct Bank:
1. Bedding: Use sand.
2 . Cover with general fill.
3. Fill up to sub grade elevation .
4. Compact in maximum 8 inch lifts to 95 percent of maximum dry density .
3.06 FIELD QUALITY CONTROL
A. See Section O 1400 -Quality Requirements, for general requirements for field inspection and testing.
B . Perform compaction density testing on compacted fill in accordance with ASTM D1556, ASTM D2167,
ASTM D2922, or ASTM D3017 .
CFW-RHWTP-DUAL FEED LAB BLDG
06041.00
02317 - 2
TRENCHING FOR SITE UTILITIES
C. Evaluate results in relation to compaction curve determined by testing uncompacted material in
accordance with ASTM D 698 ("standard Proctor"), ASTM D 1557 ("modified Proctor"), or AASHTO T
180.
D. If tests indicate work does not meet specified requirements, remove work, replace and retest.
3.07 CLEAN-UP
A . Remove unused stockpiled materials, leave area in a clean and neat condition. Grade stockpile area to
prevent standing surface water.
CFW-RHWTP-DUAL FEED LAB BLDG
06041 .00
END OF SECTION
02317-3
TRENCHING FOR SITE UTILITIES
SECTION 02582
UNDERGROUND ELECTRICAL DUCTS AND PULLBOXES
PART 1 GENERAL
1.01 SECTION INCLUDES
A . Nonmetallic duct.
B . Pullboxes.
1.02 RELATED SECTIONS
A . Section 02317 -Trenching for Site Utilities : Excavating, bedding, and backfilling.
B . Section 03300 -Cast-in-Place Concrete.
1.03 REFERENCES
A. ASTM C 857 -Standard Practice for Minimum Structural Design Loading for Underground Precast
Concrete Utility Structures; 1995 (Reapproved 2001).
B. ASTM C 858 -Standard Specification for Underground Precast Concrete Utility Structures; 1983
(Reapproved 2004).
C. NEMA TC 2 -Electrical Polyvinyl Chloride (PVC) Tubing and Conduit; National Electrical
Manufacturers Association; 2003.
D . NEMA TC 3 -PVC Fittings for Use with Rigid PVC Conduit and Tubing; National Electrical
Manufacturers Association; 2004.
E. NFP A 70 -National Electrical Code; National Fire Protection Association; 2005.
1.04 SUBMITTALS
A . Shop Drawings: Indicate dimensions, reinforcement, size and locations of openings , and accessory
locations for precast manholes.
B. Project Record Documents: Record actual routing and elevations of underground conduit and duct, and
locations and sizes of manholes.
1.05 QUALITY ASSURANCE
A. Conform to requirements ofNFPA 70.
B. Products : Listed and classified by Underwriters Laboratories Inc. as suitable for the purpose specified
and indicated.
PART 2 PRODUCTS
2.01 CONDUIT AND DUCT
A. Rigid Plastic Conduit: NEMA TC 2, Schedule 40 PVC , with fittings and conduit bodies to NEMA TC 3.
2.02 PRECAST CONCRETE PULLBOXES
A. Description: Precast pullbox.
B. Loading: ASTM C 857, Class A-8. Light Traffic
C. Shape: As indicated--rectangular
D. Nominal Inside Dimensions: 3 feet x 5 feet.
E. Inside Depth : 3 feet.
F. Wall Thickness: 3 inches.
CFW-RHWTP-DUAL FEED LAB BLDG
06041.00
UNDERGROUND ELECTRICAL DUCTS AND PULLBOXES
02582 - 1
G. Duct Entry Provisions: Single duct knockouts.
H . Duct Entry Locations: each end.
I. Duct Entry Size: 4 inch.
J. Cover: Double galvanized steel doors--full size of pull box. Recessed handle pulls. Torsion spring
loaded door hinges . 180 degree door swing for full access to pull box. M ark "Electric"
2.03 ACCESSORIES
A. Underground Warning Tape : 4 inch wide plastic tape, detectable type colored red with suitable warning
legend describing buried electrical lines.
PART 3 EXECUTION
3.01 EXAMINATION
A. Verify routing and termination locations of duct bank prior to excavation for rough-in.
B. Duct bank routing is shown in approximate locations unless dimensions are indicated. Route as required
to complete duct system.
3.02 DUCT BANK INSTALLATION
A. Install duct to locate top of ductbank at depths as indicated on drawings .
B. Install duct with minimum slope of 4 inches per 100 feet (0.33 percent). Slope duct away from building
entrances .
C. Cut duct square using saw or pipe cutter; de-burr cut ends.
D. Insert duct to shoulder of fittings; fasten securely.
E . Join nonmetallic duct using adhesive as recommended by manufacturer.
F. Wipe nonmetallic duct dry and clean before joining. Apply full even coat of adhesive to entire area
inserted in fitting. Allow joint to cure for 20 minutes, minimum.
G. Install no more than equivalent of three 90-degree bends between pull points.
H. Provide suitable fittings to accommodate expansion and deflection where required.
I. Stagger duct joints vertically in concrete encasement 6 inches minimum.
J . Use suitable separators and chairs installed not greater than 4 feet on centers .
K. Band ducts together before backfilling.
L. Securely anchor duct to prevent movement during concrete placement.
M. Use 3000 psi concrete, 3/4" and under aggregate. Maximum slump 5" . Use mineral pigment to color
concrete red on upper surface of concrete only.
N . Provide minimum 3 inch concrete cover at bottom, top, and sides of ductbank.
0. Connect to manhole wall using dowels.
P. Provide suitable pull string in each empty duct except sleeves and nipples.
Q. Swab duct. Use suitable caps to protect installed duct against entrance of dirt and moisture.
R . Interface installation of underground warning tape with backfilling. Install tape 6 inches below finished
surface .
3.03 PRE-CAST PULL BOX INSTALLATION
A . Excavate for pull box installation under the provisions of Section 02315.
B. Set pullbox top elevation aproximately 3 1/2" above finished grade.
CFW-RHWTP-DUAL FEED LAB BLDG
06041.00
UNDERGROUND ELECTRICAL DUCTS AND PULLBOXES
02582 - 2
C. Install pullbox plumb .
D. Backfill manhole excavation under the provisions of Section 02316 .
E . Install cast in place reinforced concrete collar around perimeter of pull box per drawings .
CFW-RHWTP-DUAL FEED LAB BLDG
06041 .00
END OF SECTION
UNDERGROUND ELECTRICAL DUCTS AND PULLBOXES
02582 -3
SECTION 16051
OVERCURRENT PROTECTIVE DEVICE COORDINATION STUDY
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Short circuit study.
B. Coordination study and analysis.
1.02 RELATED SECTIONS
A. Section 16341 -Low voltage Switchgear: Overcurrent protective devices in switchgear.
B. Section 16423 -Automatic Transfer Switch
1.03 REFERENCES
A. IEEE 242 -IEEE Recommended Practice for Protection and Coordination oflndustrial and Commercial
Power Systems; 2001.
B. IEEE 399 -IEEE Recommended Practice for Industrial and Commercial Power Systems Analysis ; 1997.
C. NFPA 70 -National Electrical Code; 2005.
1.04 SUB MITT ALS
A . Study Preparer's Qualifications.
B . Study Report: Submit protective device studies as specified, prior to submission of product data
submittals or ordering or fabrication of protective devices.
1. Evaluation of product data submittals by Engineer will not commence until acceptable preliminary
studies in sufficient detail to ensure that device selection will be adequate have been submitted.
2. Include stamp or seal and signature of preparing engineer.
C. Product Data: In addition to submittals specified elsewhere, submit manufacturer's time-current curves
for all protective devices.
D. Field Engineer Qualifications.
E. Field Inspection Report: Show final adjusted settings of protective devices .
F. Project Record Documents: Revise protective device study as required to show as-built conditions.
l. Submit not less than 60 days prior to final inspection of electrical system.
2 . Include hard copies in operation and maintenance data submittals .
3 . Include all files prepared using software packages, on CD-ROM, with file name cross-references to
specific pieces of equipment and systems.
1.05 PROTECTIVE DEVICE STUDY
A. Analyze the specific electrical and utilization equipment (according to NEC definition), the actual
protective devices to be used, and the actual feeder lengths to be installed.
l. Scope of Studies: lOOOkV A existing padmount transformer, 500kV A padmount transformer, and
ATS/BPS ..
2. Primary Source, for Purposes of Studies: primary protective devices .
3. Study Methodology: Comply with requirements and recommendations ofNFPA 70, IEEE 399, and
IEEE 242 .
4. Report: State the methodology and rationale employed in making each type of calculation; identify
computer software package(s) used.
B. Coordination Study: Perform an organized time-current analysis of each protective device in series from
the individual device back to the primary source, under normal conditions, alternate operations, and
emergency power conditions.
CFW-RHWTP-DUAL FEED LAB BLDG OVERCURRENT PROTECTIVE DEVICE COORDINATION STUDY
06041.00
16051 - 1
1. Graphically illustrate that adequate time separation exists between series devices , including
upstream primary device .
2 . Plot the specific time-current characteristics of each protective device on log-log paper.
3. Organize plots so that all upstream devices are clearly depicted on one sheet.
4 . Also show the following on curve plot sheets:
a. Device identification.
b. Voltage and current transformer ratios for curves.
c . 3-phase and 1-phase ANSI damage curves for each transformer.
d . No-damage, melting, and clearing curves for fuses.
e. Cable damage curves.
f. Transformer inrush points.
g. Maximum short circuit cutoff point .
h . Simple one-line diagram for the portion of the system that each curve plot illustrates .
C. Analysis: Determine ratings and settings of protective devices to minimize damage caused by a fault
and so that the protective device closest to the fault will open first.
1. Required Ratings and Settings: Derive required ratings and settings of protective devices in
consideration of upstream protective device settings and optimize system to ensure selective
coordination.
2. Identify any equipment that is underrated as specified.
3. Identify specified protective devices that will not achieve required protection or coordination and
cannot be field adjusted to do so , and for which adequate devices would involve a change to the
contract sum.
4 . In all cases where adequate protection or coordination cannot be achieved at no extra cost to
Owner, provide a discussion of alternatives and logical compromises for best achievable
coordination .
5. Do not order, furnish, or install protective devices that do not meet performance requirements
unless specifically approved by Engineer.
D. Protective Device Rating and Setting Chart: Summarize in tabular format the required characteristics for
each protective device based on the analysis ; include:
1. Device identification .
2. Relay CT ratios , tap, time dial, and instantaneous pickup.
3 . Circuit breaker sensor rating, long-time, short-time, and instantaneous settings, and time bands.
4. Fuse rating and type.
5. Ground fault pickup and time delay .
6. Input level and expected response time at two test points that are compatible with commonly
available test equipment and the ratings of the protective device .
7. Highlight all devices that as furnished by Contractor will not achieve required protection.
1.06 QUALITY ASSURANCE
A. Study Preparer Qualifications: Electrical testing agency regularly engaged in short circuit and
coordination studies, with at least 5 years experience in work of this type, and employing professional
electrical engineer licensed in Texas to perform the studies.
1. Acceptable Testing Agencies:
a . Shermco, or approved equal .
B. Computer Software for Study Preparation: Use the latest edition of commercially available software
utilizing specified methodologies.
C. Contractor Responsibility: Provide all project-related data needed by study preparer, including
equipment, wire sizes , insulation types, conduit types, and actual circuit lengths.
D. Owner's Responsibility : Provide data on relevant Owner power distribution equipment.
CFW-RHwrP-DUAL FEED LAB BLDG OVERCURRENT PROTECTIVE DEVICE COORDINATION STUDY
06041.00
16051 - 2
PART 2 PRODUCTS
2.01 PROTECTIVE DEVICES
A. Provide protective devices of ratings and settings as required so that the protective device closest to the
fault will open first.
B. In addition to requirements specified elsewhere, provide overcurrent protective devices having ratings
and settings in accordance with results of this analysis.
PART 3 EXECUTION
3.01 FIELD QUALITY CONTROL
A. Provide the services of a qualified field engineer and necessary tools and equipment to test, calibrate,
and adjust the installed protective devices to conform to requirements determined by the coordination
analysis .
B. Adjust installed protective devices having adjustable settings to conform to requirements determined by
the coordination analysis.
C . Submit report showing final adjusted settings of all protective devices.
END OF SECTION
CFW-RHWTP-DUAL FEED LAB BLDG OVERCURRENT PROTECTIVE DEVICE COORDINATION STUDY
06041.00
16051 - 3
SECTION 16060
GROUNDING AND BONDING
PART 1 GENERAL
1.01 SECTION INCLUDES
A . Grounding and bond ing compo nents.
1.02 REFERENCES
A . NETA STD ATS -Acceptance T esting Specifications for Electrical Power Distribution Equipment and
Systems; International Electrical Testing Association 2003.
B. NFPA 70 -National Electrical Code; National Fire Protection Association ; 2005.
1.03 PERFORMANCE REQUIREMENTS
A. Grounding System Resistance : 5 ohms.
1.04 SUBMITTALS
A . Product Data: Provide for grounding electrodes and connections .
1.05 QUALITY ASSURANCE
A . Conform to requirements ofNFPA 70 .
B. Products : Listed and classified by Underwriters Laboratories Inc. as suitable for the purpose specified
and indicated.
PART 2 PRODUCTS
2.01 ELECTRODES
A. Rod Electrodes: Copper.
1. Diameter: 3/4 inch.
2 . Length: 8 feet .
2.02 CONNECTORS AND ACCESSORIES
A. Mechanical Connectors: Bronze.
B . Exothermic Connections :
1. Product: Cadweld.
C. Wire : Stranded copper.
D. Grounding Electrode Conductor: Size to meet NFP A 70 requirements.
PART 3 EXECUTION
3.01 EXAMINATION
A. Verify that final backfill and compaction has been completed before driving rod electrodes .
3.02 INSTALLATION
A . Install ground electrodes at locations indicated. Install additional rod electrodes as required to achieve
specified resistance to ground.
B. Provide grounding electrode conductor and connect to reinforcing steel in foundation footing where
indicated. Bond steel together.
C. Equipment Grounding Conductor: Provide separate, insulated conductor within each feeder and branch
circuit raceway. Terminate each end on suitable lug, bus , or bushing.
3.03 FIELD QUALITY CONTROL
CFW-RHWTP-DUAL" FEED LAB BLDG
06041 .00
GROUNDING AND BONDING
16060 - 1
A. Inspect and test in accordance with NETA STD ATS 7 .13 .
CFW-RHWTP-DUAL FEED LAB BLDG
06041.00
END OF SECTION
16060 -2
GROUNDING AND BONDING
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Nameplates and labels.
B. Wire and cable markers.
1.02 REFERENCES
SECTION 16075
ELECTRICAL IDENTIFICATION
A. NFPA 70 -National Electrical Code; National Fire Protection Association; 2005 .
1.03 QUALITY ASSURANCE
A . Conform to requirements ofNFPA 70.
PART 2 PRODUCTS
2.01 MANUFACTURERS
2.02 NAMEPLATES AND LABELS
A. Nameplates: Engraved three-layer laminated plastic, black letters on white background .
B . Locations:
1. Each electrical distribution and control equipment enclosure .
C . Letter Size:
1. Use 1/4 inch letters for identifying grouped equipment and loads .
2.03 WIRE MARKERS
A. Description: tape type wire markers .
B. Locations: Each conductor at panelboard gutters, pull boxes, outlet boxes, and junction boxes each load
connection.
2.04 UNDERGROUND WARNING TAPE
A. Description: 4 inch wide plastic tape, detectable type colored red with suitable warning legend
describing buried electrical lines.
PART 3 EXECUTION
3.01 PREPARATION
A. Degrease and clean surfaces to receive nameplates and labels.
3.02 INSTALLATION
A. Install nameplates and labels parallel to equipment lines.
B. Secure nameplates to equipment front using screws.
C. Secure nameplates to inside surface of door on panelboard that is recessed in finished locations.
D. Identify underground conduits using underground warning tape. Install one tape per trench at 3 inches
below finished grade.
CFW-RHWTP-DUAL FEED LAB BLDG
06041.00
END OF SECTION
16075-1
ELECTRICAL IDENTIFICATION
SECTION 16121
MEDIUM-VOLTAGE CABLE
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Medium voltage cable .
B. Cable terminations.
1.02 RELATED SECTIONS
A. Section 16075 -Electrical Identification .
1.03 REFERENCES
A. IEEE 48 -IEEE Standard Test Procedures and Requirements for Alternating-Current Cable Terminations
2.5 kV through 765 kV; Institute of Electrical and Electronic Engineers; 1996 (R2003).
B. UL STD 1072 -Medium Voltage Power Cables
C. NEMA WC 74 -S5-46 kV Shielded Power Cable for Use in the Transmission and Distribution of Electric
Energy; National Electrical Manufacturers Association; 2006 .
D. NETA STD ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and
Systems; International Electrical Testing Association 2003 .
E. NFP A 70 -National Electrical Code; National Fire Protection Association ; 2005.
1.04 SUBMITTALS
A. Product Data: Provide for cable, terminations , and accessories.
B. Test Reports : Indicate results of cable test in tabular form and in plots of current versus voltage for
incremental voltage steps, and current versus time at 30 second intervals at maximum voltage .
C. Project Record Documents: Record actual sizes and locations of cables.
1.05 QUALITY ASSURANCE
A. Comply with UL 1072, NEMA WC74
B. Products: Listed and classified by Underwriters Laboratories Inc . as suitable for the purpose specified
and indicated.
PART 2 PRODUCTS
2.01 MANUFACTURERS
A. Southwire Company: www.southwire.com.
B. Aetna Insulated Wire , Model SPEC 2-61-1.
C. Okonite
2.02 CONDUCTORS
A. Medium Voltage Conductor: Single Conductor, Shielded, Type MV-90/MV-105, Wet or Dry, 105 deg C
conductor temperature rating, 100% insulation level , (grounded).
1. Voltage: 8 kV, grounded .
2 . Conductor: Copper, Class B compacted strands, with extruded semi-conductor layer conductor
shield.
3. Insulation: Ethylene Propylene Rubber (EPR) , 90 mils minimum thickness.
4 . Insulation Shield : Extruded semi-conductor under uncoated copper metallic tape shield with
minimum 20% overlap of tape shield
5. Overall Jacket: PVC jacket, 60 mils minimum thickness
CFW-RHWTP-DUAL FEED LAB BLDG
06041 .00
16121 - 1
MEDIUM-VOLTAGE CABLE
2.03 ACCESSORIES
A . Tape Terminations: IEEE 48; Class 1, tape termination kit with semi-conductive tape, stress control
tape, splicing tape, vinyl plastic tape, stress cone, mechanical ground straps, and cable preparation kit.
B. Fireproofing Tape
PART 3 EXECUTION
3.01 EXAMINATION
A. Verify that conduit, duct, trench, or manholes are ready to receive cable.
B. Verify routing and termination locations of cable bank prior to rough-in.
C. Cable routing is shown in approximate locations unless dimensioned. Route as required to complete
wiring system.
3.02 PREPARATION
A. Use swab to clean conduits before pulling cables.
3.03 INSTALLATION
A. Avoid abrasion and other damage to cables during installation.
B. Use suitable lubricants and pulling equipment.
C. Sustain cable pulling tensions and bending radii below recommended limits.
D. Ground cable shield at each termination and splice.
E. Follow manufacturer's instructions for terminating cable.
F. Fireproof cables in manholes and pull boxes using fireproofing tape in half-lapped wrapping. Extend
fireproofing 1 inch into duct.
3.04 FIELD QUALITY CONTROL
A. Inspect exposed cable sections for physical damage.
B. Inspect cable for proper connections as indicated.
C. Inspect shield grounding, cable supports, and terminations for proper installation.
D. Perform inspections and tests listed in NETA STD ATS, Section 7.3.3
3.05 PROTECTION
A. Protect installed cables from entrance of moisture.
CFW-RHWTP-DUAL FEED LAB BLDG
06041 .00
END OF SECTION
16121 -2
MEDIUM-VOLTAGE CABLE
SECTION 16123
BUILDING WIRE AND CABLE
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Wire and cable for 600 volts and less .
B . Wirin g connectors and connections.
1.02 RELATED SECTIONS
A. Section 02317 -Trenching for Site Utilities : Excavating, bedding, and backfilling.
B . Section 16075 -El ectrical Identification.
1.03 REFERENCES
A. NECA 1 -Standard for Good Workmanship in Electrical Contracting; National Electrical Contractors
Association ; 2006.
B. NETA STD ATS -Acceptance Testing Specifications for Electrical Power Distribution Equipment and
Systems; International Electrical Testing Association 2003.
C. NFPA 70 -National Electrica l Code ; National Fire Protection Association ; 2005 .
1.04 SUBMITTALS
A. Product Data: Provide for each cable assembly type.
1.05 QUALITY ASSURANCE
A . Conform to requirements ofNFPA 70 .
B . Products: Furnish products listed and classified by Underwriters Laboratories Inc . as suitable for the
purpose specified and indicated.
PART 2 PRODUCTS
2.01 WIRING REQUIREMENTS
A. Exterior Locations : Use only building wire in raceway or service-entrance cable.
B. Use stranded conductors for control circuits .
C . Use conductor not smaller than 12 A WG for power and lighting circuits .
D. Use 10 A WG conductors for 20 ampere, 120 volt branch circuits longer than 75 feet .
2.02 WIRE MANUFACTURERS
A. Cerro Wire & Cable Company: www.cerrowire.com.
B . Industrial Wire & Cable, Inc: www.iewc.com .
C . Southwire Company: www.southwire.com.
2.03 BUILDING WIRE
A. Description : Single conductor insulated wire.
B. Conductor: Copper.
C . Insulation Voltage Rating: 600 volts.
D . Insulation: NFPA 70, Type THHN!THWN.
2.04 SERVICE ENTRANCE CABLE
CFW-RHWf P-DUAL FEED LAB BLDG
06041 .00
16123 - 1
BUILDING WIRE AND CABLE
2.04 SERVICE ENTRANCE CABLE
A . Description: NFPA 70 , Ty pe USE .
B. Conductor: Copp er.
C. Insul ation Voltage Rating: 600 volts .
D . Insulation: Type XHHW.
PART 3 EXECUTION
3.01 PREPARATION
A . Completely and thoroughly swab raceway before installing wire .
3.02 INSTALLATION
A. Install wire and cable securely , in a neat and workmanlike manner, as specified in NECA 1.
B . Route wire and cable as required to meet project conditions.
C . Use wiring methods indicated .
D . Pull all conductors into raceway at same time .
E . Use suitable wire pulling lubricant for building wire 4 A WG and larger.
F . Neatly train and lace wiring inside boxes, equipment, and panelboards.
G. Clean conductor surfaces before installing lugs and connectors.
H . Make splices , taps , and terminations to carry full ampacity of conductors with no perceptible temperature
rise .
I. Use (straight, inline) barrel type compression connectors for splices larger than 8 Ga, with 3M or
Raychem heat shrink sleeves UL listed for insulation of compression connectors used. Follow
manufacturer's instructions for insulating splices. Insulate ends of cut existing conductors that are not
reused in main entry Jbox.
J . Use solderless pressure connectors w ith insulating covers for copper conductor splices and taps , 8
A WG and smaller.
K. Trench and backfill for direct burial cable installation as specified in Sections 02315 and 02316 . Install
warning tape along entire length of direct burial cable, within 3 inches of grade, as specified in Section
16075.
L. Identify and color code wire and cable under provisions of Section 16075. Identify each conductor with
its circuit number or other designation indicated.
3.03 FIELD QUALITY CONTROL
A . Perform inspections and tests listed in NETA STD ATS, Section 7.3 .2 ., including spliced main
conductors .
CFW-RHWTP-DUAL FEED LAB BLDG
06041 .00
END OF SECTION
16123 - 2
BUILDING WIRE AND CABLE
SECTION 16139
CABINETS AND ENCLOSURES
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Hinged cover enclosures.
1.02 REFERENCES
A. NECA 1 -Standard Practices for Good Workmanship in Electrical Contracting; National Electrical
Contractors Association ; 2006.
B. NEMA 250 -Enclosures for Electrical Equipment (1000 Volts Maximum); National Electrical
Manufacturers Association; 2003.
1.03 SUB MITT ALS
A. Product Data: Provide manufacturer's standard data for enclosures and cabinets.
1.04 QUALITY ASSURANCE
A. Conform to requirements ofNFPA 70.
1.05 MAINTENANCE MATERIALS
A. Furnish two of each key.
PART 2 PRODUCTS
2.01 ENCLOSURE MANUFACTURERS
A. Hoffman.
2.02 HINGED COVER ENCLOSURES
A . Construction: NEMA 250, Type 4 Stainless Steel enclosure .
B. Covers: Continuous hinge, held closed by flush latch operable by screwdriver.
C. Enclosure Finish: none.
PART 3 EXECUTION
3.01 INSTALLATION
A. Install securely, in a neat and workmanlike manner, as specified in NECA 1.
B. Install enclosures and boxes plumb. Anchor securely to wall and structural supports at each corner
under the provisions of Section 16070 .
C. Modify cabinet or order with only 1 1/4" lip around rear of cabinet. Predrill holes 8" OC to pass 3/8"
bolts through lip of new cabinet and face of existing cabinet. Remove door and hardware from existing
cabinet. Mount new cabinet over face of existing cabinet using silicone caulk to form waterproof seal at
the interface of the new and existing cabinets using 3/8" bolts, washers, and nuts .
3.02 CLEANING
A. Clean electrical parts to remove conductive and harmful materials.
B . Remove dirt and debris from enclosure.
C. Clean finishes and touch up damage.
CFW-RHWf P-DUAL FEED LAB BLDG
06041 .00
END OF SECTION
16139 -1
CABINETS AND ENCLOSURES
SECTION 16271
PAD-MOUNTED DISTRIBUTION TRANSFORMERS
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Liquid-filled pad-mounted distribution transformers.
1.02 RELATED SECTIONS
1.03 REFERENCES
A. IEEE C57.12.28 -IEEE Standard for Pad-Mounted Equipment--Enclosure Integrity; 2005.
B. IEEE C57.12.00 -IEEE Standard General Requirements for Liquid-Immersed Distribution, Power, and
Regulating Transformers; Institute of Electrical and Electronic Engineers; 2006.
C. IEEE C57.12.90 -IEEE Standard Test Code for Liquid-Immersed Distribution, Power, and Regulating
Transformers; Institute of Electrical and Electronic Engineers; 2006.
D. NEMA 260 -Safety Labels for Padmounted Switchgear and Transformers Sited in Public Areas; National
Electrical Manufacturers Association; 1996 (2004).
E. NETA STD ATS -Acceptance Testing Specifications for Electrical Power Distribution Equipment and
Systems ; International Electrical Testing Association 2003 .
F. NFPA 70-National Electrical Code; National Fire Protection Association; 2005.
1.04 SUBMITTALS
A. Shop Drawings: Indicate electrical characteristics and connection requirements, outline dimensions ,
connection and support points, weight, specified ratings and materials.
B . Product Data: Provide electrical characteristics and connection requirements, standard model design
tests, and options.
1.05 QUALITY ASSURANCE
A. Conform to requirements ofNFPA 70.
PART 2 PRODUCTS
2.01 MANUFACTURERS
A. Cooper Power Systems: www.cooperpower.com.
B . Eaton Electrical/Cutler-Hammer: www.eatonelectrical.com.
C. Square D: www .squared.com.
D. Virginia Transformer Corp.
2.02 LIQUID-FILLED TRANSFORMERS
A. Liquid-Filled Transformers: IEEE C57.12.00, three phase, pad-mounted, self-cooled transformer unit.
B. Cooling and Temperature Rise; IEEE C57.12.00; Class OA. 55 degrees C, self-cooled.
C. Insulating Liquid: Oil.
2.03 SERVICE CONDITIONS
A. Meet requirements for usual service conditions described in IEEE C57.l2.01 and for the specified
unusual service conditions .
B. Maximum Ambient Temperature: 105 degrees F.
CFW-RHWTP-DUAL FEED LAB BLDG
06041 .00
PAD-MOUNTED DISTRIBUTION TRANSFORMERS
16271 - 1
2.04 RA TINGS
A. Capacity: 500 kV A.
B. Primary Voltage: 4 .16 kV delta connected.
C. Taps: Standard primary taps.
D. Secondary Voltage : 480/277 volts, wye connected .
E. Impedance: 5.75 percent maximum.
F. Basic Impulse Level: 30 kV.
2.05 ACCESSORIES
A. Accessories : IEEE C57 .12.00 standard accessories, including liquid level gage, temperature gage, lifting
eyes.
2.06 FABRICATION
A. Conform to the requirements of IEEE C57.12.28 .
2.07 FACTORY FINISHING
A. Clean surfaces before applying paint.
B. Apply corrosion-resisting primer to all surfaces.
C. Apply finish coat of baked enamel paint to 4 mils thick.
D . Finish Color: Manufacturer's standard dark green finish.
2.08 SOURCE QUALITY CONTROL
A. Provide factory tests to IEEE C57 .12 .90 and IEEE C57.12.00.
PART 3 EXECUTION
3.01 INSTALLATION
A. Install plumb and level.
B. Install safety labels to NEMA 260.
3.02 FIELD QUALITY CONTROL
A . Perform inspections and tests listed in NETA STD ATS, Section 7.2.2 Perform all inspections listed,
only perform connection resistance tests and insulation resistance tests.
3.03 ADJUSTING
A. Adjust primary taps so that secondary voltage is above and within 2 percent ofrated voltage.
CFW-RHWTP-DUAL FEED LAB BLDG
06041.00
END OF SECTION
PAD-MOUNTED DISTRIBUTION TRANSFORMERS
16271-2
SECTION 16413
ENCLOSED TRANSFER SWITCHES
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Automatic Transfer Switch and Bypass/Isolation Switches .
1.02 RELATED SECTIONS
A. Section 16075 -Electrical Identification: Engraved nameplates .
B. Section 16060 -Grounding and Bonding
1.03 REFERENCES
A. NEMA ICS 10 -Industrial Control and Systems: AC Transfer Switch Equipment; National Electrical
Manufacturers Association; 2005.
B. UL 1008 -Standard for Safety Transfer Switch Equipment
C. NETA STD ATS -Acceptance Testing Specifications for Electrical Power Distribution Equipment and
Systems; International Electrical Testing Association 2003 .
D . NFPA 70 -National Electrical Code; National Fire Protection Association; 2005 .
1.04 SUB MITT ALS
A. Product Data: Provide catalog sheets showing voltage, switch size, ratings and size of switching and
overcurrent protective devices, operating logic, short circuit ratings.
B. Shop Drawings : Show connection requirements, conduit stub windows, dimensions, weight, and
enclosure details . Show complete wiring, including clearly marked field connection and field wiring
required .
C. Manufacturer's Instructions : Indicate application conditions and limitations of use stipulated by product
testing agency . Include instructions for storage, handling, protection, examination, preparation, and
installation of product.
D. Operation Data: Instructions for operating equipment under normal, alternate source, and emergency
bypass conditions.
1.05 QUALITY ASSURANCE
A. Conform to requirements ofNFPA 70.
B. Products: Listed and classified by Underwriters Laboratories Inc. as suitable for the purpose specified
and indicated.
PART 2 PRODUCTS
2.01 MANUFACTURERS
A. Russelectric: www .russelectric .com. (Design Basis)
2.02 AUTOMATIC TRANSFER AND BYPASS/ISOLATION SWITCH
A. General
1. The automatic transfer switch (ATS) and its associated bypass/isolation (BPS) shall be furnished
as shown on the drawings . 480V AC , 60Hz, 3Phase-4Wire, 3Pole with solid neutral, 800A
continuous rating, 65kAIC rating. Two sources are used, a normal source from a lOOOkV A
padmount transformer, and an emergency source from a 500kV A padmount transformer.
2. The ATS and BPS shall be Service Entrance (SE) Rated .
CFW-RHWTP-DUAL FEED LAB BLDG
06041 .00
16413 - 1
ENCLOSED TRANSFER SWITCHES
3. The combination automatic transfer bypass/isolation switch shall be mounted in a freestanding
NEMA 3R enclosure, unless otherwise indicated. Enclosures shall be fabricated from 12-gauge
steel. The enclosure shall be sized to exceed minimum wire bending space required by UL 1008.
4. Both units shall be bused together with silver plated copper bus to provide a complete pre-tested
assembly. Aluminum bus, and/or cable interconnections are not acceptable. Construction shall be
such that the contractor needs to install only the power and control connections .
5. Bypass/isolation switches shall provide a safe and convenient means for manually bypassing and
isolating the automatic transfer switch, regardless of the condition or position of the ATS, with the
ability to be used as an emergency back-up system in the event the transfer switch should fail. In
addition, the bypass/isolation switch shall be utilized to facilitate maintenance and repair of the
automatic transfer switch .
6. The automatic transfer switch shall be completely isolated from the bypass/isolation switch by
means of insulating barriers and separate access doors to positively prevent hazard to operating
personnel while servicing the automatic transfer switch.
7. The transfer switch shall be equipped with an internal welded steel pocket, housing an operations
and maintenance manual.
8. The combination automatic transfer bypass/isolation switch shall be top and bottom accessible .
9. The main contacts shall be capable of being replaced without removing the main power cables.
10. The main contacts shall be visible for inspection without any major disassembly of the transfer
switch.
11. All bolted bus connections shall have Belleville compression type washers.
12. Solid neutral is required, furnish a fully rated bus bar with required AL-CU neutral lugs.
13. Control components and wiring shall be front accessible . All control wires shall be multiconductor
18 gauge 600-volt SIS switchboard type point to point harness. All control wire terminations shall
be identified with tubular sleeve-type markers.
14. The switch shall be equipped with 90 degrees Crated copper/aluminum solderless mechanical type
lugs .
15. The complete combination automatic transfer bypass/isolation switch assembly shall be factory
tested to ensure proper operation and compliance with the specification requirements. A copy of
the factory test report shall be available upon request.
B. Bypass/Isolation Construction
1. All main contacts and operating linkages of the bypass/isolation section shall be identical to the
ATS , except that the operation shall be manual.
2. The bypass/isolation switch shall have the same electrical ratings of ampacity, voltage, short circuit
withstand, and temperature rise capability as the associated ATS. The bypass/isolation switch
shall be the load-break type. The main contacts of the bypass switch shall be mechanically locked
in both the normal bypass and emergency bypass positions without the use of hooks, latches,
magnets, or springs and shall be silver-tungsten alloy, protected by arcing contacts with magnetic
blowouts on each pole. The switching mechanism shall provide "quick-break," "quick-make"
operation of the contacts.
3. The primary buswork of the draw-out automatic transfer switch shali be connected to the stationary
bus stabs in the freestanding cubicle by silver plated, segmented, self-aligning, primary disconnect
fingers to facilitate proper alignment between the removable draw-out when the ATS is withdrawn
and shall be available for inspection without disturbing or de-energizing the main bus.
4 . The secondary control disconnect contacts mounted on the ATS shall be self-aligning and shaJI
plug into the stationary elements mounted on the freestanding cubicle. Separate, manual,
secondary control disconnect plugs are not acceptable.
5 . The isolating portion of the bypass/isolation shall allow the automatic transfer switch to be
disconnected from aJI sources of power and control without opening the enclosure door. The
transfer switch shall have a true draw-out configuration that does not require disconnection of any
electrically or mechanical device by maintaining personnel. The automatic transfer switch shall be
provided with rollers or casters to allow it to be removed from its enclosure simply by rolling it
out. Positive mechanical interlocks shall be provided to insure that the bypass/isolation functions
can be accomplished without the danger of a short circuit. Overlapping contact bypass/isolation
switches, that are dependent upon the position of the automatic transfer switch for proper
operation, are not acceptable.
CFW-RHWTP-DUAL FEED LAB BLDG
06041.00
16413 - 2
ENCLOSED TRANSFER SWITCHES
C. Automatic Transfer Switch
1. The transfer switch shall be double throw, actuated by two electric operators momentarily
energized, and connected to the transfer mechanism by a simple over center type linkage .
Minimum transfer time shall be 400 milliseconds .
2. The normal and emergency contacts shall be positively interlocked mechanically and electrically to
prevent simultaneous closing. Main contacts shall be mechanically locked in both the normal and
emergency positions without the use of hooks, latches, magnets, or springs, and shall be
silver-tungsten alloy . Separate arcing contacts with magnetic blowouts shall be provided on all
transfer switches . Interlocked, molded case circuit breakers or contactors are not acceptable.
3. The transfer switch shall be equipped with a safe external manual operator, designed to prevent
injury to operating personnel. The manual operator shall provide the same contact to contact
transfer speed as the electrical operator to prevent a flashover from switching the main contacts
slowly. The external manual operator shall be safely operated from outside of the transfer switch
enclosure while the enclosure door is closed.
D. Automatic Transfer Switch Controls
1. The transfer switch shall be equipped with a microprocessor based control system, to provide all
the operational functions of the automatic transfer switch . The controller shall have two
asynchronous serial ports. The controller shall have a real time clock with Ni Cad battery back up.
2. The CPU shall be equipped with self diagnostics which perform periodic checks of the memory 1/0
and communication circuits , with a watchdog/power fail circuit
3. The controller shall use industry standard open architecture communication protocol for
high-speed serial communications via multidrop connection to other controllers and to a master
terminal with up to 4000 ft of cable, or further, with the addition of a communication repeater . The
serial communication port shall be RS422/485 compatible.
4. The serial communication port shall allow interface to either the manufacturer's or owner furnished
remote supervisory control.
5. The controller shall have password protection required to limit access to qualified and authorized
personnel.
6. The controller shall include a 20 character, LCD display, with a keypad, which allows access to the
system.
7. The controller shall include three-phase over/under voltage, over/under frequency, phase sequence
detection and phase differential monitoring on both normal and alternate sources.
8. The controller shall be capable of storing the following records in memory for access either locally
or remotely:
a. Number of hours transfer switch is in the alternate position (total since record reset).
b. Number of hours alternate power is available (total since record reset).
c. Total transfer in either direction (total since record reset).
d. Date, time, and description of the last four source failures ,
e. Date of the last exercise period.
f . Date of record reset.
E. Sequence of Operation
1. When the voltage on any phase of the normal source drops below 80% or increases to 120%, or
frequency drops below 90%, or increase to 110%, or 20% voltage differential between phases
occurs, after a programmable time delay period of 0-9999 seconds factory set at 3 seconds to allow
for momentary dips, switch transfers to alternate source.
2 . After restoration of normal power on all phases to a preset value of at least 90% to 110% of rated
voltage, and at least 95% to 105% of rated frequency, and voltage differential is below 20%, an
adjustable time delay period of0-9999 seconds (factory set at 300 seconds) shall delay retransfer
to allow stabilization of normal power. If the alternate power source should fail during this time
delay period; the switch shall automatically return to the normal source.
F . Automatic Transfer Switch Accessories
CFW-RHwrP-DUAL FEED LAB BLDG
06041.00
ENCLOSED TRANSFER SWITCHES
16413 - 3
1. Programmable three phase sensing of the normal source set to pickup at 90% and dropout at 80%
ofrated voltage and overvoltageto pickup at 120% and dropout out at 110% of rated voltage.
Programmable frequency pickup at 95% and dropout at 90% and over frequency to pickup at 110%
and dropout at 105% ofrated frequency. Programmable voltage differential between phases, set at
20%, and phase sequence monitoring.
2. Programmable three phase sensing of the alternate source set to pickup at 90% and dropout at 80%
of rated voltage and overvoltage to pickup at 120% and dropout out at 110% of rated voltage
programmable frequency pickup at 95% and dropout at 90% and over frequency to pickup at 110%
and dropout at 105% ofrated frequency. Programmable voltage differential between phases set at
20%, and phase sequence monitoring.
3. Time delay for override of momentary normal source power outages (delays engine start signal and
transfer switch operation). Programmable 0-9999 seconds. Factory set at 3 seconds, if not
otherwise specified .
4. Time delay to control contact transition time on transfer to either source . Programmable 0-9999
seconds, factory set at 3 seconds. ·
5. Time delay on retransfer to normal, programmable 0-9999 seconds, factory set at 300 seconds if
not otherwise specified, with overrun to provide programmable 0-9999 second time delay, factory
set at 300 seconds, unloaded engine operation after retransfer to normal.
6. Time delay on transfer to alternate, programmable 0-9999 seconds, factory set at 3 seconds.
7. A maintained type load test switch shall be included to simulate a normal power failure, keypad
initiated.
8. A remote type load test switch shall be included to simulate a normal power failure, remote switch
initiated.
9 . A time delay bypass on retransfer to normal shall be included. Keypad initiated .
10 . Contact, rated 10 Amps 30 volts DC, to close on failure of normal source to initiate engine starting.
11. Contact, rated 10 Amps 30 volts DC, to open on failure of normal source for customer functions.
12. Light emitting diodes shall be mounted on the microprocessor panel to indicate: switch is in normal
position, switch is in emergency position and controller is running.
13. Provision to select either "no commit" or "commit" to transfer operation in the event of a normal
power failure shall be included. In the "no commit position," the load will transfer to the alternate
position unless normal power returns before the alternate source has reach 90% of it's rated values
(switch will remain in normal). In the "commit position" the load will transfer to the alternate
position after any normal power failure. Keypad initiated.
14. Two auxiliary contacts rated 10 Amp, 120 volts AC (for switches 100 to 800 amps) 15 amp, 120
volts AC (for switches 1000 to 4000 amps), shall be mounted on the main shaft, one closed on
normal, the other closed on emergency. Both contacts will be wired to a terminal strip for ease of
customer connections.
15. A three phase digital LCD voltage readout, with 1 % accuracy shall display all three separate phase
to phase voltages simultaneously, for both the normal and emergency source.
16. A digital LCD frequency readout with 1 % accuracy shall display frequency for both normal and
alternate source.
17. An LCD readout shall display normal source and alternate source availability.
18 . Provide 120V anticondensation heaters, with control power transformer attached by fuses to load
side of switch.
G. Bypass/Isolation Switch
1. Operation of the bypass/isolation shall be assured, regardless of the position of the automatic
transfer switch .
2. Light emitting diodes shall be provided to indicate: bypass position, fully isolated position, and
source availability .
3. Positive sequencing of all contacts, with no possible intermediate position, shall be accomplished
through the manual operators from a dead front location. Electrical testing during maintenance of
the automatic transfer switch shall be possible in the bypass position.
4 . Inherent double-throw (break-before-make) operation shall provide positive assurance against
accidental short circuitry of the normal and emergency power sources. Arrangements utilizing
interlocking of single-throw devices are not acceptable . The operating speed of the contacts shall
be independent of the speed at which the handle is moved.
CFW-RHWTP-DUAL FEED LAB BLDG
06041 .00
16413 -4
ENCLOSED TRANSFER SWITCHES
5. The switch shall be fully manually operated and shall not be dependent upon electrical operators,
relays , or interlocks for operation.
6. The bypass/isolation switch shall be listed by Underwriters' Laboratories, Inc ., Standard UL-1008
and meet the identical withstand ratings of its associated transfer switch.
7. Both the automatic transfer switch and bypass/isolation switch shall be supplied by the same
manufacturer. The manufacturer shall verify that the design has been in continuous production for
not less than 10 years, with at least 100 similar installations operating continuously and
successfully for that period oftime.
8. Bypass/isolation switch must have mechanical separation of normal and alternate to assure against
accidental connection of unsynchronized sources. Electrical interlocking will not be considered
acceptable.
9. Bypass switches of the two source design. Either the normal or alternate source can be selected at
the operator's discretion to bypass directly to the load.
H. Approval
l . As a condition of approval, the manufacturer of the combination automatic transfer
bypass/isolation switches shall verify that their switches are listed by Underwriters Laboratories,
Inc., Standard UL-1008 with 3 cycle short circuit closing and withstand as follows:
a. RMS Symmetrical Amperes 480 V AC 800Amp Continuous rating, Closing and Withstand
of65,000 A.
2. During the 3 cycle closing and withstand tests, there shall be no contact welding or damage . The 3
cycle tests shall be performed without the use of current limiting fuses . The test shall verify that
contact separation has not occurred, and there is contact continuity across all phases. Test
procedures shall be in accordance with UL-1008 , and testing shall be certified by Underwriters'
Laboratories, Inc.
3. When conducting temperature rise tests to UL-1008, the manufacture shall include post-endurance
temperature rise tests to verify the ability of the combination transfer bypass/isolation switch to
carry full rated current after completing the overload and endurance tests .
4. The microprocessor controller shall meet the following requirements:
a . Storage conditions -25 degrees C to 85 degrees C
b . Operation conditions -20 degrees C to 70 degrees C ambient
c. Humidity Oto 99% relative humidity, noncondensing
d. ·Capable of withstanding infinite power interruptions
e . Surge withstand per ANSI/IEEE C-37 .90A-1978
5. Manufacturer shall provide copies oftest reports upon request.
2.03 SERVICE CONDITIONS
A. Service Conditions: NEMA ICS 10 .
B. Temperature: 105 degrees F.
C. Altitude: 600 feet.
D . Outside-Unprotected NEMA 3R minimum
E . 480VAC, 3 Phase, 4 Wire, Wye secondary connected 500 & lOOOkVA padmount transformer with
5.72% impedance.
PART 3 EXECUTION
3.01 EXAMINATION
A. Verify that surface is suitable for transfer switch installation.
3.02 PREPARATION
A. Provide concrete foundation slab per drawings and manufacturer's instructions. Coordinateoverall size
and stub up locations with shop drawings.
3.03 INSTALLATION
CFW-RHWTP-DUAL FEED LAB BLDG
06041.00
ENCLOSED TRANSFER SWITCHES
16413 -5
A. Install in accordance with manufacturer's instructions.
B . Install driven ground rod and ground wire, preferrably inside switch footprint.
C. Provide engraved plastic nameplates under the provisions of Section 16075.
3.04 FIELD QUALITY CONTROL
A. Perform inspections and tests listed in NETA STD ATS, Section 7 .1 (omit tests 2.1, 2.5, 2.6, 2.8, 2.11,
2.12)
3.05 DEMONSTRATION
A . Demonstrate operation of transfer switch in bypass, normal, and alternate source modes .
CFW-RHWTP-DUAL FEED LAB BLDG
06041 .00
END OF SECTION
16413 -6
ENCLOSED TRANSFER SWITCHES
-
PARTF
BONDS
Certificate of Insurance
Performance Bond
Payment Bond
Maintenance Bond
CERTIFICATE OF INSURANCE
TO: CITY OF FORT WORTH, TEXAS
NAME OF PROJECT:
DATE: -------
--------------------------------
PROJECT NUMBER(S): ------------------------
THIS IS TO CERTIFY THAT-------------------------
(Name and Address of Insured)
is at the date of this certificate, insured by this Company with respect to the business operations hereinafter
described, for the type of insurance and in accordance with the provisions of the standard policies used by this
Company, and further hereinafter described. Exceptions to standard policy noted on the reverse side hereof.
TYPE OF INSURANCE
Policy No. Effective Expires Limits of Liability
Worker's Compensation
Comprehensive General Bodily Injury:
Liability Insurance Ea. Occurrence: $
(Public Liability) Property Damage
Ea. Occurrence $
Blasting
Collapse of Buildings
or structures adjacent Ea. Occurrence $
to excavations
Damage to Underground
Utilities Ea. Occurrence $
Builder's Risk
Bodily Injury:
Comprehensive Ea. Person $
Automobile Ea. Occurrence: $
Liability Property Damage
Ea. Occurrence $
Bodily Injury:
Contractual Liability Ea. Occurrence: $
Property Damage
Ea. Occurrence $
Other
Location covered: ----------------------------------
Description of Operations covered: ----------------------------
The above policies either in the body thereof or by appropriate endorsement provide that they may not be charged
or canceled by the insurer in less than five (5) days after the insured has received written notice of such change/or
cancellation.
Where applicable local laws or regulations require more than five (5) days actual notice of change or cancellation
to be assured, the above policies contain such special requirements , either in the body thereof or by appropriate
endorsement thereto attached.
Agency
Fort Worth Address By
Address Title
CONTRACTOR COMPLIANCE WITH
WORKER'S COMPENS ATION LAW
Pursuant to Article 8308-3 .23 ofVeron's Annotated Civil Statues, Contractor Certifies
that it provides worker's compensation insurance co verage for all of its employees
employed on City of Fort Worth Project
Number 01454
STATE OF TEXAS §
COUNTYOFTARRANT §
TEXSUN ELECTRICAL CONTRACTORS, INC.
CONTRACTOR
By: Tm< CREW E/ ~~
I
PRESIDENT
Title
04/08/10
Date
BEFORE ME, the undersigned authority, on this day personally appeared ___ _
TOM CREW . known to me to be the person whose name is subscribed
to the foregoing instrument, and acknowledged to me that he executed the same as the act
and deed of for the purpose and consideration therein
expressed and in the capacity therein stated.
GNEN UNDER MY HAND AND SEAL OF OFFICE this 8 of APRIL
2010.
--
A:::.f~
Notary Public in and for the State of Texas
A ';-Y~¥.:~,,,_ JAM ES D. BURLE SON
J~~"1 Nota ry Public. St ate of Texas \..\~j~§ My Commission Exp i res
~~:.;;;,\~~~ April 09, 201 3
.... ,,."'''
Page 1 Of 1
THE STAlE OF 1EXAS
COUNTY OF TARRANT
Bond No. 1352801
PAYMENT BOND
§
§
§
KNOW ALL BY THESE PRESENTS:
That we, (1), Texsun Electrical Contractors Inc. as Principal herein, and
(2) Great American Insurance Company , a corporation organized and
existing under the laws of the State of (3) Ohio , as surety, are held and finnly bound
unto the City of Fort Worth, a municipal corporation situated in Tarrant, Denton, Parker and
Wise Counties, Texas, Obligee herein, in the amount of One Hundred Thirty Eight Thousand and no/1 OO's
------~--~---Dollars($ 138,000.00 ) for the payment whereof,
the said Principal and Surety bind themselves and their heirs, executors, administrators,
successors and assigns, jointly and severally, finnly by these presents:
WHEREAS, the Principal has entered into a certain written contract with the Obligee
dated tbe~day of JUNE 2010, 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: City of Ft. Worth Water Department -Rolling Hills Water Treatment Plant-Laboratory ,
Building Dual Electric Power Feed, Project No. P265-607510145480
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the
said Principal shall faithfully make payment to each and every claimant (as defined in Chapter
2253, Texas 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 amended, 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 representa?ves of the Principal and the .
Surety have executed this instrument.
SIGNED and SEALED this _1_5 __ day of J v1v b ,20~.
ATIEST:
TOM CREW
( Principal) Secretary
(SE AL)
HOLLIE PAGE
Witness as to Principal
ATTEST:
~lliAAtJ ll · ~~ Scretary
Texsun Electrical Contractors Inc.
PRINCIPAL
By: ~ ............... r ____ tJ}Y) _ __._6.....,..k<.....--
Name : TOM CREW
Title: PRESIDENT
Address: ________ _
4242 Mansfield H.:!-:!Y
Ft Worth TX 76119
-~ -
Great American Insurance C~rr_ipany···
SURETY
By: --.:::;{:I~~~~:.:;:~!!'!:' -.: -::::;. ._
Name: Jo n W. Schuler\-~.;:----••.
Attorney in Fact ,, ,,, "
·.._ ...-:
. --
.
_ .... -·-~ _.... .::::'
,· ,. ............... ...
(SE AL) Address :---------
2435 N. Central Expressway
Richardson, TX 75080
Witness as to Surety
Amy Lewis , Bond Admin .
Telephone Number: 972437-7 161
NOTE: (1)
(2)
(3)
Correct name of Principal (Contractor}.
Correct name of Surety.
State of incorporation of Surety
Telephone number of surety must be stated. In addition, an original copy of
Power of Attorney shall be attached to Bond by the Attorney-in-Fact.
The date of bond shall not be prior to date of Contract.
Bond No. 1352801
PERFORl'\IANCE BOND
THE STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
KNOW ALL BY THESE PRESENTS:
That we, (1) Texsun Electrical Contractors Inc.
Principal herein, and (2) Great American Insurance Company
as
a
COiporation organized undet" the laws of the State of (3) _O_h_io _____ , and who 1s
authorized to issue surety bonds in the State of Texas, Surety herein, are held and fumly bound
unto the City of Fort Worth, a municipal corporation situated in Tarrant, Denton, Parker and
Wise Counties, Texas, Obligee herein, in the sum of One Hundred Thirty Eight Thousand and No/100's
____________ _.Dollars ($ 138,000.00 ) 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 JUNE 20.1..Q., a copy of which is attached hereto and made a part
hereof for all purposes, for the construction of ______ ~---------~
City of Ft. Worth Water Department -Rolling Hills Water Treatment Plant-Laboratory Building Dual Electri:)
Power Feed, Project No. P265-607510145480
NOW, THEREFORE, the condition of this obligation is such, if the said Principal shall
faithfully perform the work in accordance with the plans, specifications, and contract documents
and shall fully indemnify and hold harmless the Obligee from all costs and damages which
Obligee may sufffll' by reason of Principal's default, and reimburse and repay Obligee for all
outlay and expense that Obligee may incur in making good such default, then this obligation
shall be void; otherwise, to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the
Texas Government Code, as amended, and all liabilities on this bond shall be determined in
accordance with the provisions of such statute, to the same extent as if it were copied at length
herein.
.. ....... . ..... -·
-. .... ---
.....-;.. --...
~ . -.
IN WITNESS WHEREOF, the duly authorized representati'ves · of the Principal" and the
Surety have executed this instrument.
SIGNEDandSEALEDthis 15 dayof_J _u_J.Jt._· ______ 20~®
A::::v ~ (SW} v-
Texsun Electrical Contractors Inc.
PRINCIPA~ /
By: / {))11~
.-:.< >----. (Principal) Secretary
Name: TOM CREW
.-,..I",.,,. ~. .: .. ,. • ~ Title: PRESIDENT ...... ,.
(SEAL)
HOLLIE PAGE
Address :---------
4646 Mansfield Hwy
Ft. Worth TX 76119
Witness as to Principal
(SE AL)
l.AfAH~
-.. ---
Name: John . Schulei\_'(--( -~_ . .---;;
Attorney in Fact --:-,,, ....... -·-..... · · .• , ~
.. . -·----.. -::. ,.. ... ,< ....
Address : ----~~-~----··· "
.21~5 ~. CentraJ Exoresswav
Richardson IX zsoao
Witness as to Surety
Amy Lewis, Bond Adm in.
Telephone Number: 972-437-7161
NOTE: (1)
(2)
(3)
Correct name of Principal (Contractor).
Correct name of Surety.
State of incorporation of Surety
Telephone number of surety must be stated. In addition, an original copy of
Power of Attorney shall be attached to Bond by the Attorney-in-Fact.
The date of bond shall not be prior to date of Contract.
THE STATE OF TEXAS
COUNTY OF TARRANT
KNOW ALL BY THESE PRESENTS:
§
§
§
MAINTENANCE BOND
That Texsun Electrical Contractors Inc.
Bond No. 1352801
("Contractor''), as
principal, and, Great American Insurance Company a corporation organized under the laws of the
State of Ohio , ("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, ("City'') in Tarrant County, Texas, the sum of One Hundred Thirty Eight Thousand
and No/1 OO's Dollars
($ 138 ,000 .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 --1.2_ of JUNE , 20 10, a copy of which is hereto attached and made a
part hereof, for the performance of the following described public improvements:
City of Ft. Worth Water Department -Rolling Hills Water Treatment Plant-Laboratory
Building Dual Electric Power Feed, Project No . P265-607510145480
the same being referred to herein and in said contract as the Work and being designated as project
number(s) P265-607510145480 and said contract, including all of the specifications,
conditions, addenda, change orders and written instruments referred to therein as Contract Documents
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 the date of the
final acceptance of the work by the City; and
WHEREAS, said Contractor binds itself to maintain said work in good repair and
condition for said term of Two (2) years; and
WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in
part at any time within said period, if in the opinion of the Director of the City of Fort Worth
Department of Engineering, it be necessary; and,
WHEREAS, said Contractor binds itself, upon rece iving notice of the need .therefore to
repair or reconstruct said Work as herein provided.
NOW THEREFORE, if said Contractor shalr 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 recoveri es may be had hereon
for successive breaches until the full amount hereof is exhausted.
IN WITNESS WHEREOF, this instrument is executed in _l.p ___ counterparts, each of
which shall be deemed an original, this 15 day of J VNt::; , AD. 20_!,9__. @
ATTEST:
(SEAL)
HOLLIE PAGE
Secretary
ATTEST:
(SE AL)
\ NJµ.// =-
Secretary Amy Lewis , Bond Admin.
Texsun Electrical Contractors Inc. ,.,,. ----------------... -Contractor ·-.• ., ... '.._..
/.7..A'm. fuw: -.·--.-:;.. ,.
,-. /~:,.. By: ______ -......;... _______ ;.:, ..., : --,
. ·,.._;:_.
Name: TOM CREW
Title: PRESIDENT
-,.,: ...
------<~= _/:: ' -
Great American Insurance Com e,any.,~ _.,.: -~ -
Surety --.. ~ , • · .. -:.
: ;:.. -::
--~: -< ~
By: ____ ~..&.LJ~~-i:--=....;;...::::;~=--.= --:
Title: Attorney-in-Fact
2435 N. Central Expressway
Richardson , TX 75080
Address
GREAT AMERICAN INSURANCE COMPANY® Bona No. 13s2so1
Administrative Office: 580WALNUT STREET • CINCINNATI , OH IO 45202 • 513-369-5000 • FAX 513-723-2740
The number of persons a uthorize d by
this power of attorney is no t more than ONE
No . 0 18519
POWE R OF ATTO RNEY
KNOW ALL MEN BY THESE PR ESENTS : That th e GREAT AMERICAN [NS URANCE COMPA N Y, a corporati o n o rga ni zed a nd ex istin g under
a nd by virtue of the laws of the State o f Ohio, does he re by no min ate , const itute and appoint th e perso n or pe rsons nam ed be low it s tru e and lawfu l attorney-in-
fact, for it and in its name, pl ace and stead to exec ute in behalf of the said Company, as s urety, any and a ll bonds, undertakin gs and contrac ts of s uret ys hip , or
o ther written obli gati o ns in th e nature th ere of; provid ed that th e liability of th e sai d Company o n a ny such bo nd , und ertakin g o r cont ract of s uretyship execut ed
under thi s auth o rity shall not ex ceed the limit stated be low.
Name Address
JOHN W . SCHULER AUSTIN , TEXAS
Thi s Power of Attorney revokes all prev iou s powers iss ued in behalf of th e atto rn ey(s)-in -fac t named a bove.
Limit of Power
$75 ,000 ,000
IN WITNESS WHEREOF the GREAT AMER ICA N INS URANCE COMPANY has caused these presents to be sig ned and a u es ted by its appropri ate
o ffi cers and its corporate seal here unto affi xed thi s 28TH d ay o f FEBRUARY 2008
Attest GREAT AMERICAN INS URANCE COMPANY
STATE OF OHIO, COUNTY OF HAMILTO N_ ss: DAVID C. KITCHIN (5 13-412-4602)
On thi s 28TH day o f FEBRUARY 2008 , before me per so nall y a ppeared DAVID C . KITC HIN , to me kn ow n.
being d u ly sworn , de poses and says that he res id es in C incinnati. Ohio, th at he is the Di vis ional Senior Vi ce Pres id e nt of the Bo nd Di vis io n of Great A me ric an
Insuran ce Company, th e Company described in and whi c h execut ed th e ab ove in strum e nt ; that he knows th e seal o f the sa id Company ; that the sea l affi xed to the
sa id in strum e nt is s uch corp orate sea l: th at it was so a ffi xed by authority of hi s offi ce unde r th e By-Laws of said Com pa ny. and that he sig ned hi s name th e reto
by like authority.
This Po wer of Allorney is grant ed by authority of th e fo ll owin g re so luti o ns ado pt e d by th e Board of Direc to rs of Gre at American In suran ce Co mpany
by unanimous wriuen conse nt d ated March I , 1993.
R ESO LVED: Thal 1he Div ision al Pres ide1!1 , 1he Divis ional Se nio r Vice Pres iden l, 1he several Di visional Vi ce Pres idenl s and Divisonal Assis/ant Vi ce
Pres idenls, o r any on e of Them, be and hereby is aut liori ~e d. from lime 10 Tim e, to appo int one o r 1nore At1omeys-in-Fac1 lO exernle 0 11 behalf of 1he Company.
as su rely, any and a ll bonds. underta kin gs and comracls of surerys hip. or Dl her wrillen obliga1ions in 1he na1ure Thereof; to pre scribe Th eir respec1ive du 1ies and
the respec1ive l im il.~ of 1h e ir a utho riry; and 10 revoke anv such appo in1me111 al any Time.
RESO LVED FU /?1H ER : 711m the Co mpany sea l and 1h e sig11a1u re of any of the aforesaid officers and any Secre1ary or Assiswn1 Secrelary of 1he
Com p any may be affixed by .facsimile lo any power of a ll u rn ey or ceniflcate of ei1h er given.for Th e execu1io n of any bond, undertaking, c:onlmcl o r su re1ysh ip,
o r oth er writ/en o bliga1io11 in 1he 11au1re 1he reo.f, such signa111re and sea l when so used being hereby adop1ed by the Companv as 1he o rig inal sig nature of .m ch
offi cer and 1he o riginal seal of The Co mpany. 10 be va lid and binding upon the Co m pany wilh 1he same fo rce and ejfeci as though manually affixed.
~ .. -,
----··-r-._. CERT IFICATION
":-
1, RON.S,:LD C-. --!:!AYES . As5jst~ll_t Secretary of Great American In sura nce Company, do he reby certify th at the fo rego in g Power of Attorney and th e
Reso luti o ns o f th eJ3oord of Di ,-eclors of March I , 1993 ha ve no t been revo ked and are now in full force and effect.
./
Signe~nd-seal ed thi s
S 1029W (6/07)
9th day of April 2010
IMPORTANT NOTICE:
Great American Insurance Campany of Ne• York
~ American AIUance Insurance Co111p,1U1y
Great AmerlQll lnsorance Company
To obtaio informaaan or make a compJairu:
You IC*)' contact the: Tnss D~ or laauruce to o'blain infotmaliOII 0n companies.
covetagd. righlS ot CODIJ)J:liots at: .
You may wri~ tile Tcxu 1>ep&rtmc11t oflnsUdlk:c ai:
P.O. Box 149104
Austin, TX 78714--9104
FAX# 1·512-475-1771
Y011r 11otice of cbil'A apimt lhe iaached bond may be &ivcn IO the surety COfflJIIIDJ that issued
tbe boad by scadiilg It t,y certified or rcgis&cred maJI 10 ihc ft>Powlng address:
MailnasAddrcSs:
'Physical Address:
c;ircat Aln~can lmurancc Comp;IDY Claim
P.O. Box 2575
Ci0eirma1i •. Ohio ,s2or.2s1s
Gtent American lns1n11Dce Company ClCLim
510 Wal.out S1reeL
?&flfJ001 .
Cincinnati, Ohio 4S202-3 I 80
You m&)' also coiill\ct \he: Great American 11lftr11aCC Comp:my Cla.i,-of&o by \clcph~Q at:
Telepllone Number: 1-S13-l69-,069
'PRltMlUM OR Cl.AJM DISrUTES:
. .
· lf you llavc I dispu&e conccmine a premium, you should coal.Id the a1en1 firsL If you bave a
dispurc conccmin& a claim, yov should c~ct Che company fitsL lf&hc di1p111c is not resolved.
you s,wy conract lhe Texas Department of losuraace.
ATTACH THIS NOTICE TO YOUR BOND:
1hil aotwc is for inform.won only and docs not bccamC' ii p:art or madili«ln of tbe atiKhrd
clocumenL
PARTG
CONTRACT
THE STATE OF TEXAS
COUNTY OF TARRANT
PART G-CONTRACT
§
§
THIS CONTRACT, made and entered into the ____!2_day of JUNE
2010 by and betw een the City of Fort Worth, a home-rule municipal corporation
located in Tarrant County, Texas , acting through its City Manager thereunto duly
authorized so to do, Party of the First Part, hereinafter termed "OWNER" and ___ _
TEXSUN ELECTRICAL CONTRACTORS, INC. of the City of _
FORT WORTH ' County of TARRANT and State of TEXAS ' Party of the
Second Part, Hereinafter termed "CONTRACTOR"
WITNESSETH: That for and in consideration of . the payments and
agreements hereinafter mentioned, to be made and performed by the Party of the First
Part (Owner), said Party of the Second Part (Contractor) hereby agrees with the said Party
of the First Part (Owner) to commence and complete certain improvements described as
follows:
City of Fort Worth Water Department
Rolling Hills Water Treatment Plant -Laboratory Building Dual Electric Power Feed
Project Number P265-607510145480
and all extra work connected therewith, under the terms as stated in the Contract
Documents, and at his (their) own proper cost and expense to furnish all materials,
supplies, machinery, equipment, tools , superintendence, labor, bonds, insurance, and
other accessories and services necessary to complete the said construction, in accordance
with all the requirements of the Contract Documen ts, which include all maps, plats,
blueprints and other drawings and printed or other written ex planatory matter thereof, and
the specifications thereof, as prepared by the Engineers employed by the Owner, each of
which has been identified by the endorsement of the Contractor and the Engineers
thereon, together with the Contractor's Written Proposal and other parts of the Contract
Documents hereto attached, including the Fort Worth Water Department General
Contract Documents and General Specifications, all of which are made a part hereof and
collectively as evidence and constitute the entire contract.
The Contractor hereby agrees to commence work within ten (10) days after the
date written notice to do so shall have been given to him, and to substantially complete
same within the time stated in the Proposal.
The Owner agrees to pay the Contractor in current fund s for the performance of
the contract in accordance with the Proposal submitted therefor, subject to additions and
deductions , as provided in the Contract Documents and all approved modifications
therefor, and to make payment on account thereof as provided therein.
G-1
IN WITNESS WHEREOF, the Parties to these presents have executed this
Contract in quadruplicate the year and the day first above written.
WITNESS:
City of Fort Worth, Texas (Owner)
Party of the First Part
Fernando Costa, Assistant City Manager
HOLLIE PAGE/ ACCOUNTANT
By: TOM CREW ?&n~
Title: PRESIDENT
S. Frank Crumb, PE, Water Director
Approved as to Form and L gality:
Con tract A: .. ,;:-i zatioa
t«\ \':) \ \() ---------Date
G-2
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
CONSTRUCTION PLANS
E-1 Electrical Symbols, Legend, & Abbreviations
E-2 Electrical Site Plan (And One Line Diagram)
E-3 Electrical Enlarged Plan & Detail
�E,
� I
�
E
m
i
0
N
�i
�
s
a
0
m
�
N'
w
<�
�
%
w
0
%
w
x
�
�
U
O
O
�
� �
%
F o
�/
z
I OA
I QB
I �LT
Io 0 0 0
I � LT
� �
I�....ef�i
�--0
I �
i�
' �
I I � 6-20R
I i � I
� �
I I
—G—G—
------'--
I M��
f _..........._ I
I ---f+T—
I ---F---P—
i � HB-4 '
s
I6D/40�
�M
�
I �
I �
I �
I �
� �p
( �
I�oH
� •
I �
� v
I v �
�
I �
� $
I � I� �
I � (
� �
� o
I � I� e
� �
O
� (
I �—
O H-O-A (
I � S'S
I o a-� I
I � I
� �
� �
I � �
ELECTRICAL LEGEND
CEILING LIGHT FIXTURE (LEffER INDICATES FIXTURE ttPE)
WALL L7GHT FIXTURE (LE7TER INDICATES FIXTURE 7YPE)
FLUORESCEM RXTURE (LEffER INDICATES FlXTURE iYPE)
TRACK L16HT (SEE FIXTURE SCHEDULE)
FLUORESCEM FIXTURE W/ EMERGENCY BATTERY PACK.
(LE7TER �NDICATES FIXTURE NPE)
EMERGENCY UGHT UNR
EXIT LIGHT (ARROWS & MOUNTING AS INDICATED)
POLE LIGHT
JUNCTION BOX
SINGLE POLE SWITCH
DUPLEX RECEPTACLE NEMA 5-15, U.N.O.
QUADRAPLEX PLEX RECEPTACLE '
SPECIAL PURPOSE RECEPTACLE, NEA�f+ 7YPE
ROOR OUTLET (W/ DUPLEX RECEPTACLE, U.N.O.)
FLOOR OUTLET (W/ QUAD RECEPT k TELEPHONE/DATA OUTLEf)
MULTI-OUTLEf ASSEMBLY, SEE SPEC'S, SIZE AS SHOWN
CONDUIT
GROUNDING CONDUCTOR
CONDU(f WITH WIRING U.N.O., UNDERGROUND OR UNDER FLOOR
LIQUID TIGHT REX CONDUIT
EXISTING CONDUtT OR DEVICE TO REMAIN
EXISTING CONDUIT OR DEVICE TD 8E REMOVED
HEAT TAPE ON PIPE
FIRBER OPTIC CABLE
HOA4ERUN 70 PANELBOARD. W/ PANEL AND CIRCUlT DESIGNATtON
MOTOR CONNECTION (NUMBER INDICATES H.P.)
DISCONNECT SWfTCH (SWITCH SIZE/FUSE SIZE)
SINGLE PHASE MANUAL MOTOR STARTER
MAGNETIC MOTOR STARTER
COA�BINATION MOTOR STARTER
P1RE ALARM MANUAL STATION
FIRE ALARM AUD10-VISUAL DEYICE
FlRE ALARM SfAOKE DEfECTOR
FlRE ALARM DUCT SMOKE DEfECTOR
FlRE ALARM HEAT DETECTOR
FlRE ALARM DOOR HOLDER
TELEPHONE OUTLET, WALL MOUNTED
RODR TELEPHDNE OUTLEf
DATA OUTLET
COMBINATION TELEPHONE/DATA OUTLEf
PROGR4IA BELL
SPEAKER ASSEMBLY. WALL MOUNTED
SPEAKER ASSEMBLY, CEILING MOUNTED
MICROPHONE OUTLET (14ALL)
ldICROPHONE OUTLET (FLOOR)
CABLE N OUTLEf
CABLE N F1.00R OUTLEf
DRY 7YPE TRANSFORIdER
PUSHBUTTON
CONTACTOR OR REL4Y
TIMER SWffCH
PHOTO CELL
THERIdOSTAT
IXPLOSION PROOF SEAL
HAND/OFF/AUTO SWITCH
START/STOP SWfTCH
ON/OFF SWITCH
PANELBOARD 120�208V
PANEL80ARD 277/48�V
GROUND
141RE TERM�NAL
BAR IS ONE INCH W LENC�TH
ON OftIGINALDRAWING.CHECK
SCALE AND ADJUST ACCOR�INGLY.
0
ONE INCH
AC
AFF
AFG
AHU
AM
ANN
ANSI
AS
AUTO
AUX
BYZ
C,COND
C
C
C
CAP
CB
CC
CDB
CKT
CM
COM
CPT
CR
CT
CTRL
CU
DC
DFR
DS
EC
EF
EHU
EMH
ETA4
EWC
EWH
F
FL.4
FLUO
FO
FVNR
FVR
G,GR�,GND
GALV
GEN
GFI
GFR
ALTERNATING CURRENT
ABOVE FINISH FLOOR
ABOVE FINISH GRADE
AIR HANDLING UtJ1T
AMMETER
ANNUNCIATOR
AMERICAN NATIONAL STANDAR� INSTITUTE
AMPMETER SWRCH
AUTOMATIC
AUXILIARY
PlINDDW CURRENT TR4NSFORMER
CONDUIT
CONTACTOR COIL
VALVE CLOSE CONTACTOR
CONDUCTORS (#/C IN CABLE)
CAPACITOR
CIRCUR BREAKER
CONTROL CABLE
COMMUNICATION DATA BANK
CIRCUf(
CONDUR MARKER
COMMUN�CATIONS
COMROL POWER TRANSFORA�ER
CONTROL RELAY
CURRENT TRANSFORMER
CONTROL
CONDE�SING UNIT
DIRECT CURRENT
DIFFERENTIAL RELAY
DISCONNECT SV/ITCH
EMP7Y CONDUR
EXHAUST FAN
ELECTRIC HEATER UNIT
ELECTRIC MANHOLE
ELAPSED TIME ME1'ER
ELECTRIC WATER COOLER
ELECTRIC WATER HE4TER
FUSE, FLASHER
FULL LOA� AMPERE
fLUORESCEM
FlBER OPTIC
FULL VOLTAGE NON-REVERSING
FULL VOLTAGE REVERSING
GROUND
GALVANIZED
GENERATOR
GROUND FAULT INTERRUPTER
GROUND FAULT RELAY
ABBREVIATIONS
HDG HOT DIPPED GALVANIZED
HID HIGH INTENSItt DISCHARGE
HH HAND HOLE
HOA HAND OFF AUTOMATIC
HS HAND SWITCH
�C INTERRUPTiNG CAPACfTY
INCAND INCANDESCENT
INST INSTANTANEOUS
IN8 INBOARD
J,JB JUNCTION BOX
K KEY IMERLOCK
KS KEY SWITCH
KVA KILO VOLT-AMPERE
KK' KILOWATT
L,IP LIGHTING PANEL
LA LIGHTNING ARRESTOR
LC LIGHTING CONTACWR
LCP LOCAL CON7ROL PANEL
LO LOCKOUT
LPU LOCAL PROCESSSWG UNIT
LR LA7CH RELAY
LRC LOCKED ROTOR CURREM
LS,LMS LIMIT SWfTCH
LS LEVEL SWITCH
LSC LIMR SWITCH VALVE CLOSE
L50 L1MR SWITCH VALVE OPEN
LTG LIGHTING
M MAGNETIC CONTACTOR COIL
M ELECTRIC MOTOR
MB MOTOR BEARING
MCC MOTOR CONTROL CENTER
MV MERCURY VAPOR, MEDIUM V.
MH MANHOLE, METAL HALIDE
MLO MAIN LUGS ONLY
MOV MOTORIZED VALVE
N NEUTRAL GROUNDED
CONDUCTOR
NA NON-kUTOMATIC
NC NORMALLY CLOSED
NF NON FUSED
NIC NOT IN CONTRACT
NO NORlAALIY OPEN
OB OUTBOARD
OC OVERCURRENT OR ON CEMER
OHE OVERHFAD ELECTRIC
OL OVERLOAD
OV OVERVOLTAGE
P POLE
PB PUSHBUTiON
PB PULLBOX
PBR PUMP-BEARING RELAY
PC PHOTO�ELL
PRGS,PRSC PLASTIC COATED RGS
PC PERSONAL COMPUTER
PH,s PHASE
PLC PROGR4MMABLE LOGIC CONTROLLER
PP POWER PANEL
PT POTEMIAL TRANSFORMER
PVC POLYVMYL CHLORIDE
P�NR POWER
R RELAY, REVERSE
RGS,RCS RIGID GALVANIZED STEEL CONDUIT
RS RIGID STEEL
RVNR REDUCED VOLTAGE NON-REVERSING
RVR REDUCE VOLTAGE REVERSING
RTD RESISTANCE TEMPER4TURE DETECTORS
RTU REMOTE TERMINAL UNIT
S,SU SOLENOID VALVE
SC SHORT CIRCUff
SCADA SUPERVISORY CONTROL AND
DATA AOUISR�ON
SCU SPEED CONTROL UNIT
gF SUPPLY FAN
Sp SPARE
SS STAINLESS STEEL, SUPERVISORY SWlTCH
SW SWITCH
T THERMOSTAT
TB 7ERMINAL BDARD, TERMINAL BOX
TD 71ME DELAY
TDC TIME DELAY CLOSING
TDO IIME DEl,4Y OPENING
?P TWISTED PAIR
TSC _ VALVE 70RQUE SW(fCH CLOSE DIRECTION
TSO VALVE TORQUE SWITCH OPEN DIRECTION
T5p 7WISTED SHIELDED PAIR
TST TWISTED SHIELDED TRIAD
NSS TRANSIENT VOLTAGE SURGE SUPPRESSOR
UG UNDERGROUND
UH UNIT HEATER
UPS UNINTERRUPTIBLE POWER SUPPLY
UV UNDER VOLTAGE
V VOLT
VCB VACUUM CIRCUIT BREAKER
VCR VALVE CLOSE RELAY
VP VARIABLE FREQUENCY
VM VOLTMEfER
VP VAPOR PRODF
VOR VALVE OPEN RELAY
VS VOLT MEfER SWITCH
WHD WATf HOUR DEMAND MEfER
WP WEATHER PROOF
XFMR TRANSFORMER
GENERAL NOTES
1. EQUIPMEM SHOWN IN APPROXIMATE SIZES VERIFY
SIZES AND ROUGH-IN OPENING LOCATIONS BEFORE
PREPARING FOUNDATlONS.
BID DOCUMENT �
¢
E
¢
0
€ o������o� ,..
�1���w��=�l
� ao-w =y=��I
_o������-�
� �y�r8�w���:
a �oo�LL�s�a
¢��y�
� c��g�g< �
o�Ea��
�����
h�3 e �
�'�` �
m
= W � �
m
w
�
� m
� � � �
� � y < o
� ���
� Ptf DF )
% �S `�1'�1
�s � .. . .......... ..:....�
. /
1�+�� ... ��is,y S o.' ��r��
tt\\�\DNA` E�—��,
iNE S'l:l.°7cP1�'G ON TMS
� i�w�xgm�'n'ntg.aw��� �
F �
Z �
Q �p
= a mQ
�~ J
W� ❑
� �O a�
� ¢ � � O Z
�W U'ZO
� �LL ��Q
� W W ��>
LL. Q� W��
LL �p�. W mm
Q � U � Q
��� Y
= U �
U Zw
��
� �
❑
PR�JECTNo OBD4i
SHF£ftM
E-1
.
�.�
K:\2006\06041.00 CFW Rolling Hills Lab Elec\CAD\Elec\06041_E-2.dwg Feb 15, 2008 - 920am User: RB
mo� " �� ...__... . � . ...__��.. .�frl '`_F�... . . ..._ .. ... .. .._.. ... ...
;�
, � �, 1_..i!...; : : __..._ ......... ...._.... .. .. . ...... .. _.... �;.,� ,, y Y,.�
, I �
z_ _ .�._ ..
,
o�o _i , Y
,a
o >Zz _ ..:.......:..: � " , f;
:..
__...._.__.. ; :
; ``�.
Z o � m •�1 �
m �oz I: "
z �, o . :, ; `:. , -.... _
:'.
z : : : : i : � ' , : :
z " � _ ; : 1 - - �....� __... - .. -._ ..................... ......__.
D _ Z ' i ' � : : i { t. �' �� , _ " _ i-J��/ ...._.._. _ _......__._... _..
� � m i , :' . : � . ................_......... _ _.�_,_ _. . _._. .......... _.__ I ' �
o°-�i I.; !i �; .....
.: ' ' ;
� i
__ ' t � � I
i� '.�... ... . _
:`
_.... .. . ``
. .....:'. .r.
j...,
'
j
z m Y : : : � : , . : i �r'l,'
,
.............. .
_�.
n �
�� �, ( ;, I1 '
;
.
............
7
< ` .;:. `,' i i I
;�
,
� _ .... . . ..... .. :
I � '
,
� ��: ,� , ;
_..... : : _...
_- ,
_... . .; . . - ..... _.
��. . ; , .. _ _._ _ ... .» . . , .. ... - ..
. rl�
; I
, ' `_ �
„ �: ,
;�; ... p � - ... + .
- ...,. ' i ;� i y .... . ........................................._........_........_............_........ . .......... ... . `� � i
,. .-..
.,
. .. . . . . ..... ....' . ..
,: , :...................:. ....................... .. .... I ,
,� , .. , , ; , ....
�
` � i 1,..
;:. � . _: .:..� ." F: _ _ _ _ _ _ # _ _
� � - - __ l I
_, _ __
E 7:- ,
,,� _ ;
r �
J
q " �i �
r % { _._I . .. .. ... ..
� ,�� : � � : : �
,
+ t
'..
� ;
,� t......._.x........: :..�. € I I i
„.
, . ;.._� ................_ .
€....... ` I -
; :. �
i i �� ; j, z' li
I .
. : � : ,_ ._. _ ; :
.... _ ., «..... ,.,....� .......::::.:..........»..,. � `. (�
:
: � _ .. ..
;
...� .,,
.�, ; ;
: ;
f j � �`\.\ , � ..... NX..._..0.�....._.�.Z -�
iI �\ _
1 � ♦ . _...:...... ' —
i O�N p� p�
�� ,. .� z = Z m Z C] p '-\
'� �� : � � ci c� Gi m p �. i \
�, . i \ 4,;.,` :� � �i ,� �-^ o � , � ;
4 1 'i ,
.. . .. -,1� � � ,.. ,
,.... , i T _�......., .... . „, , --- - ���
r
., �\
� - .m...�, .,. � ... .
1
�� y � � � ...................:.......... - �� --- ` .,. __... ., . __ ,._...�.,.� ..
�� II ` � ;
.
, „
e,, ;
� . �., � _
�, , ; .
� ..,. �
, ..- _ .................. .. . .. .............
,
_.... � . . .. .....
_:_�, ....._...,...._...;.._....;......_ .............._.. _ �_
,
, . - -.m,�m...�._�- _..
� r
_�..
, ,
m � �*� , , .....�...n. r
� � .s.:�' ...... T
,: .; .:,. - - �
v �..�'-i � � ,Ya,
�, ,
_.:.
,
,..:.._ _._ ... ...........n.�,�.
';4. ._ , .. .. ... ... .... _. �"y _........ 1.. '
' �+;.,....
,..;,:.. _;,::.I;;�-a>.:-;.:.,,.. ....:.:... ..... .............. ....... - _.
,.. ._... ... __ ....... : .... .. _ .......
�, . ...................................:,n-:-;
Z �'�;.. []
, .:. :.. .. ..... ..... .. . � -
, . ; . : .r�_.._.�.:..._. . �._
_„
_.. ;..
... . . . .. . . :
, .,
D t � � � � ; - ;�I.l,_,
i i , : . : . i ....
, .. . . ._.... ..._
_.. .... ..
� , . ; , ,, _i.III ... .` ..... ..... .:�:. �:��% °::x: _>.�-.,<,;.::..
_ ;
m i ; . , ,, ; ( x,.,,, -.;i;.�:z;�;;.;rr ;;: _
m , �; < w.,..,,. .�,s�,kr._.....__ _.., t.
, � _:J _._.._..
, _ � _..._ _
�c' -
,.
i::.
,._
,,�
.
_....._._....._ ..._ .........::: . -_:::..,.:--_ --_�....... ,.
� , �; � __...____... --
_...- --.... _...._._. .. . :
...Y..`iY,72.�;.X.;
y. . _. ..:•. _..
, t t . . .; ...,:= .
u (n ' . -��,.— ._,.
�_.._.__.
_._.
,
; . � .......� : H.... ...,..�-' y ��V m
/ \ . ....
�, � ; i ; i[ ; � � >�
o � _.... ; -- �
- ;: :
: ;.
;
m ,; , ' : ��;
. ;,
,,, ;,. ', ...' z;��
i�'Y'
.... _......
_
____.,
, i i i . �,% � �' �
, � � i i : ' . „'.: _.
� i i . •" : : '
. ....... 't_, I I
r %' �
, ;,
D ; : ..- "
; :-' :-�
Z .. _.... ........ _..�...........
___.:.... ;.=: ...._..�... .._.
' ; ...
.:::::.............
.:- : ;
�.....
, I
� ' ' �.:.. � .
�
z
0
3
�
x
oz
c� c
O �
� m
N �
m� o6�i
��
�O nj
�--� i
D
� fJ g
1��-
�m
z D
n
3
c � mz
NG ? C�A
mm o ��
v m� Y
� Z Ic
��
�m
x
n
�
� .
h
Z
C
y ; .,
� ,: . . i ; :. . 1 .................. y�� Y/t...........�.�' ...... ,. /y..... . .... A .
�' i i O G) o� )i �....
m ' � � : ', . i mm�_t ��p ��.,
�<
D : , : '. ; � m z ta \ ,'I...
. ; i i �iy6➢xG�
� : i � �'��'n . l�! ......._. .
e
' � ' ' `` \ _—_ —_--
�
� /.
, ........N i : ' � : i 3 ....... —_
. 1 A � \ \�
) �'rr `
� ,
I..).. � � I�
..^"��� �r^Y
'__'._..._..�._.......,.�..., �• :
!
�
I
�
_ .................... . ....
1_-
' ' �� l ; � �,.'I - ..,.._.. ..
i \ ,;+'rl y ;;
. ,,, (' € ,, \ ',.,.,., � t ' �'1 `ij
� 1 � j I � '�,� r..,; I '" � f;•_ ';
; � � I .. ...f�, ' Ij %�.�1 I li! ..l .
���a. �. ..__.. . ......._ ........ ; .. ..,.. . _ ....., � � �, I ,�.,� ....�.._; - .
`� ....y; _ _
i
. .e. �' ;...__ ....... ......._.____.___�_ ., _..:.... . j � �'kt:',;s.;i`"�:i,;,.x�r .,
r � ;
r':� y
,:....
; � � � d c ~J� `
,
s' � \ �
� 1\ _ .. �r. i.Y
� A � � � . . _ a� �
s
; 4 ` •_ _
; "'a.M1y M1 A r ., .. ..
px
: x....e.:._.»...___. ........_..e--..b 1'.,...____. _._�—�_..___..._.. ........,r.. ...-r^"✓"� . _ -
I i� i
M1 '
x N 1 \ : �^Ni�I � .:1
r � I ��£}1~ thY
: .._._.�..._..._. .
i t .} � D 1� �....... -._... ; ��:1�{. .... ... ;;'
i : . �. ._...,..._. ..... ....._... .
/
! ;' .... .... __—_ [i !i ...
�a' �..
t
� . .. . .... . .. ..... . .... .. u �. ,.... . .� „ ... ., _. .. . y
D ��
) 4 , I _r�
� � Cl�
„<> ,� :
�i' �
. . . , . . .' . ,,,� .
� , � . �:�, ! . t 1 . �'� i , � ��' ( t : I II ; , ....r,,,......:„ �
� s.
i I
� ......................_�...... _ . .............................I.._... � .'J'`' ....... .._...__...... . ._.`..... .. ,..._....�........ �---�, s.. _. _ m...._. ......,._�,..`_,__.
� �. .; � �. ..1; - f ' ' I l �
;,-. :... ,:,
.
:_, ..
�. , . _. . ❑
'
{.... •
,
, i : ; � - —' �I�a,
, ,... �
i r—w � �. ' P�� l � �
,
� , \ `� ,, �3' .: j�-„` � � ', � N N 'I
I �Am� ; o �„� . : t�;`� ; � +�
,0 m � 9 � �l ��? r .:f" J
i � ��
i i � �
.., ..
' � . � :.. .. 1
' ; y � � �i �. ;^ ,,, �
� ;o my �
: . .. ... .......... ...._......._...._. ...._ ...
' � ',ai O� .... .............................N . . _
�� � � �
._ �
, �
�_---_ -
' I , ..................____— _......'..:�....._........_._ _ -
Z
_.. _ .........................__._..... _........................ --..._._........ . ............ _,_.................. ..
_� ............................_.....--- - ��
w �� (
__...
........�......._._ ............._........ . , m m m
_ .........__......._�... � � .
........._..:.......____...... _. . � m _
........�_...._..._........_._, i i .x � � n N = -1
....._.�. . : .
.Y........_... �i U� mZ vZ
� Z � m �
% _...�...�� . � +� � r� N
<
�J
y O
D
m Z
� r
Z
m
0
�
�
��--{
' V
�
O
^
�J
C
� �
ftl
Z
--I
rn �
N �
1 `�� 1
W �
m � --
_.������ i N
- --
z �
T ' �
_�_
_I_
• 6PN � • NORMAL
> • AUTO
• BPE • ISOLATE
t�
DO
Yp
�
ti�
0
���' ,.,.. .''�.r--�--� ' � C
��-�--r � �.,....�' I.... I... ..
�. ..
ti I I mf 1 I
rgm Z= m � X X �X
Vi tn y i/+
D � o � � O -� ti -1 -i ... �.
� O� o CS � C m G] GI fi) } ' i .
`. F......
�Z� 9 r r.� m � a ..... .
m o�n �� � � i i m •
� m � � � -i
� � I
% � � �
_,
� ; ; _
�
1
�
i .�
� . .,
w ax
N } � N
�� y
N � y�
iAAA{ J�` I �
. _ ).,�t•t'J��. .•) -- - � r' 4 t �,
' , + �i, . f',�,
� t � ii,l
% �. -�x�-- � , i,.,r
r . • ;
:
! F ..,_ v .
� �
1 r��`,... _ _ w., _... _ .,.,, -_ ........................ . ' ' _ ' _ . . f 1 �. �',
.. . ....... . ... .......... _.....:....... ..
, � � . --..,--,.,..,-.- ......._..... _.... . _..::7:":1:...:L..... -
. . ..... .........._..... . _ ......._ ... ........ .... ,.. . . _
-m��m......
,
, i`_ ,
; ; .., �.tl.
,
;
, ;:
;;
� ,._. _. _..:.. .__ .. „
.. . ....__.v ...... . _ + �,..'�
� .:
F
l ij �� �
i i 1i
xf
` ` I'
,
: s ...._........ .L"'C� -. ., _..... ...
;
! i
, ;_ . ..........:....:ti.p ..
, , ,. I r : ;;` ;'i�.: ',J . � i'�. `�"
% � . , ," .. .:; � � l....,,:1;:.
,. _
.
�,.., i
, � � r`;;�;? ,,;)�
, �''^�, {_,. c-I. � �.,
.: J_. . . �_ _
.. y } (ril -, t ' t",t ;cii
! r '� ,
;- r.i
:., ,.
�
.. �,
,.,
�'' `;.' � :�
�,:i ` ,` ;r.�.
"r."' �` 'ft.i
,
,, _,,
, . I
�x�:.i� . ;z:�.
1 I ) ^ � .
� °*, i�? , :I[--
\ � '
� . . .� .............. ...... ....... _........._.... ........ ; _ _ .
;
� .. � ; �
I..__. _
, , \ --o., -rc-._ - � f , i I i
-__ . _..� ,_ ...... ..........._i I
�...A i
. __...
f
m
�
_. _. _._ .. ....... . ... _ , .... .,,, .
._......, .....,
F OWNEIVSNIP4FMSiRUMENi50F5ERNCE REV OqTE 9Y REMAftKS
CITY OF FORT WORTH �g� ��a i�?��i �Hw ,
���� �� r��Od �d'.�,1�) OESIGNEO BY ElE iq�NCF5E5,NFIEL� ATAINO�IESN1p
ROLLING H1LL5 WATERTREATMENT PLANT ���q ��� �r •�rv,�1 oRnwN ar EMB oTMEaoacuMerns,woirrsrnuinEnu
DUAL ELECTRIC POWER FEED FOR LAB BLDG. ,� � /z, • I raEvaneosvMuirnieuaeacweeaiecns
r�2 faj,���r'-:��'- �mu;A. �'�I MEI INSIPVMENTSOFSEPNCESfIALLlIEI.WNi11E
9�s � �, u�,�� . / SNEEf CHK'� 6Y PqOPEPiY0FNI1tTAiEGHE1IGMEERING.
ELEC7RICAL ���� ����ZC'�0., , r�/ .IHW M[TLTATECH MULTATfCNENGINEEflINOSHALtflEiAIYALL
SITE PLAN ���� e��,e�» �i\EFR� �'� �PPRWE� BY �qa> iE%AS. SURE 20o CaMMONUW,SiANIDRYNV00P@R
• FEB 15, 2008 Faftr wORRI, TE%As PESERVEOWGMS,INCWpINGiNE
��� �±����"�� b�TF MEI Prv�. No. 06041.00 COPTNIGNiTHEIVElO.
5 ��
GENERALNOTES
�
�
N
i
0
0
N
�
�
n
a
�
0
i
w
O
U
�
w
x
�
�
U
0
�
��
i
F o
�/
Y
J��� i .
j j
�/ /
i�; /
'' � ,' � EXISTING MAIN i
CALIBRATION ,/ -� � swircHeonao,=�
LABBLDG.;� - ,: �
� ' �EXISTINGTD / �
REMAM j ' -
, � ' / - �� � ..
i� ,
�
i
i a�-e° a�: o� /� s �
' �� i ., f� � � ' ��
/ j� `<' _i
` � _},--JB :�„ � �� �.�
� ` ,i
`�.
z �\ 4 . �'\` -- _ ,
� � \ � _^
3 ,r
i �� l
i
\ � SIDEVtlkC{( �,"_ � .r ~
��
V ��/ /\
- �i/ \ �
� ' �, � �
� �''� �
/ • /� \
' � _ � �
:� � m , � /�i \ \
.,�� �'� \
/ ' i �ri \ �
i -� � ,-{6� � „ - T - -
/ j i�.^-�.., � � \ ' � �
,� ° _ � � � � / �
_ .« � I � \ \ \ \ _ .__ � / � � / �ALIGN
\m �9 / u
��: s 9\ � //� m
�'� -�"�-�'= i�d ��
i
��: p �', � EXISTING 1000 � 5'-0" I A�T� I 5'-0" I� � ,�, ALGN PADS
� � KVA XFMR M�N' TR4NSFER M�N� ' S00 KVA �/ q� FRONT 8 REAR
� \ � SWRCH PAD MOUM �-�
_ > h XFMR
, ,�; J �
BAR IS ONE INCH IN LENGTH
ON ORIGINAL DR4WING. CHECK
SCALE AND ADJUST ACCORDMGLY.
0
ONE INCH
� ENLARGED PLAN - LAB BLDG SERVICE AREA
E-3 SCALE: 1/4"=1'-0"
NORTH
�\i\\jj\�%\\%�\\%�\��%�j\\��//�\%j\�//�\�//���/��\�/j
=� WARNINGTAPE
� RED DYE
NOTE:
�" CONCRETE �—
COVER, MIN. �. � •
ac„ a �° —
a c °�' f �
a o ,
zc. a�;, ' .
�: �. . e��,
� #4 REBAR, #3 STIRRUPS 5'
�.C. NOT SHOWN
�5KV DUCT BANK
3 SCALE: N.T.S.
_ _ _ _ _ _ � PRIMARY FEEDER_
TO PULL BOX
io
_ �\ �
� �
11 � \
\ �
�
/ ; ,_.— _.., �
,— ' ��, V =—
..,, \
��
1. ALL RACEWAYS UNDERGROUND, UNLESS NOTED OTHERWISE
2. FOLLOW CONSTRUCTION PHASING PLAN IN CONSTRUCTION
SEQUENCE. SCOPE IS NOTES BY SYMBOL
3, COOP.DINATE SHUTDOWN REQUIREMENTS WITH PLANT.
PLAN WORK WITH NO BREAKS DURING CUTOVER TO MINIMIZE
IMPACT ON BUILDING OPERATIONS. SCHEDULE OUTAGE
OVER WEEKEND
4. EQUIPMENT PADS FOLLOW EXISTING CONTOUR OF GRADE. �
NOTES BY SYMBOL O
1. REMUVE 4 SETS (4#600KCMIL, 4/DG,) BETWEEN JB AND
EXISTING XFMR,
2. EXTEND EXISTING 3' X 3' STAINLESS STEEL JB ARPDX
12" BY ADDING SIMILAR JB IN FRONT OF AND ATTACHED
TO EXISTING JB.
3. SAW CUT CONCRETE SIDEWALK. REPLACE CONCRETE
AFTER INSTALLATION OF CONDUITS.
4. SPLICE 2 SETS OF NEW CONDUCTORS TO EXISTING
SETS. DETACN FROM MSB UNUSED (SPARE) CONDUCTORS
TO REMAIN, � TAPE ENDS.
5. REMOVE EXISTING GROUND TO NEUTRAL BONDING JUMPER.
w nnsa.
6. 2 SETS (4#60D KCMIL CU, 4/OG, 4"C) WITH (2) 4"C SPARES
7. 6" THICK CONCRETE PAD WITH GRADE BEAM 10" DEEP
REINFORCE W/ #4 REBAR 12"OCEW+ ADDITIONAL #4 IN
BOTTOM OF BEAM. CHAMFER EDGES. REINFORCE
OPENINGS WITH 2' REBARAT45 DEG EACH CORNER.
8. 6" THI�K CONCRETE PAD WITH GRADE BEAM 15" DEEP
REINFORCE W/#4 REBAR 12"OCEW+ADDITIONAL �41N
BOTTOM OF BEAM. CHAMFER EDGES. REINFORCE
OPENINGS WITH 2' REBAR AT 45 DEG EACH CORNER.
INSTALL 2 CU COATED STEEL GROUND RODS 5/8" X 8'
COORDINATE OPENINGS FOR CONDUIT W/ XFMR USED.
9. 4" PAVING BETWEEN PADS. FOLLOW EXISTING GRADE.
HALF THICKNESS OF PAVING IN SUBGRADE. REINFORCE
WITH G X 6#10 WWM.
10. 3' X 5' X 3' DEEP CONCRETE PULL BOX. FURNISH WITH
DOUBLE LEAF HT010 RATED SPRING LOADED
GALVNNIZED STEEL LID. SET 4" AFG. INSTALL 8"W X6"D
CONCRETE CURB AROUND PERIMETER OF PULL BOX.
REINFORCE CURB W/ #4 REBAR. CHAMFER OUTSIDE
EDGE OF CURB.
11. BREAY.OUT 2"C FROM DB, FUTURE COMM. PROVISION.
(TERMINATES EMH 22.)
vONSTRUCTION PHASING NOTES
OBJECT: MINIMIZE OUTAGE TO BUILDING.
"I. SAWCUT SIDEWALK. EXCAVATE AND INSTALL
CONDUITS BETWEEN NEW JB POSITION AND ATS.
2. INSTALL SWEEPS AND STUB UP IN ATS AND NEW XFMR
FOR (A) PRIMARY XFMR 5KV CONDUCTORS,
(6) 50C KVA XFMR TO ATS CONNECTION,
(C^) 51'UB UP AND ELS INTO ATS FOR START TO
EXISTING XFMR, WHICH CAN START BUT NOT BE „
COMPLETED UNTIL EXISTING CONDUITS ARE REMOVED
IN XFMiR SECONDARY COMPARTMENT. SEE STEP 12.
3. INSTALL ATS CONCRETE PAD AND 500 KVA XFMR
PAD
4. SET NEW TRANSFORMER AND ATS EQUIPMENT.
5. INSTAL.L PRIMARY CABLE TO NEW XFMR.
6. INSTALL SECONDARY CONDUCTORS BENVEEN NEW
XFMR AND ATS.
7. INSTALL CONDUCTORS BETWEEN ATS AND NEW JB AT
SIDE OF BUILIDNG
8. OBTAIN CLEARANCE TO SHUT DOWN POWER TO BLDG.
9. SPLICE NEW CONDUCTORS AT NEW J6.
10. ENERGIZE NEW XFMR, RUN BLDG ON NEW EMERGENCY
XFMR.
11. WITH EXISTING XFMR DEENERIZED, REMOVE SECONDARY
CONDUCTORS. REMOVE EXISTING CONDUITS IN EXISTING
XFMR SECONDARY COMPARTMENT. COMPLETE CONDUIT
INSTALLATION TO ATS FROM EXISTING XFMR.
12. INSTALL CONDUCTORS BETWEEN ATS AND EXISTING
XFMR.
'13. ENERGIZE EXISTING TRANSFORMER AND LETATS
TRANS�ER TO NORMAL SOURCE.
0
�
�<�¢����o
� �y��¢<ez»k
�Sw�z����
3 ���¢����
w��.
E%c? °
�s6
�'LLa
� � w 3
� w � �
m
�
� x
� �
- � `Pt�OF � F[
. s �
�
/ `�*Ir%
Bfi62 % „f}�
...;�;
��it:fS!CcNSE�.G?�'ry i� �
,��\�i ��N-�'�ji / `,
iHESeALA�PEARINGONiH15
ODCIIIAEM WA5 AIf MOPIIE➢ a5
E J.M�R2YWRAE.P.EE6B25
c� c�
z° �
. � m m
i = E-Q ¢
J J
, � �� w�
�¢� �o
W W Jq7 W
� I— �LL UZ�
� �� �a�
� W W ~ d W
u. Q3 wo�
L� 3a w�a
O �U QU
J � J �
I" =U wU
,Uz� W
J W W
�> >
0 0
F--
Z
W
�
UPROJECTNa O6DS1
os�ER�o
m E-3