HomeMy WebLinkAboutContract 41275-U (3)SPECIFICATIONS
CITY SECRETARY LL
FOR CONTRACT NO . :::r:1¢ 15~
SAFETY AND REGULATORY IMPROVEMENTS
TO FORT WORTH WATER STORAGE FACILITIES
PROJECT NO. P265-601180064580
CITY OF FORT WORTH, TEXAS
DELTATEK ENGINEERING
Registration Number F-4419
14114 DALLAS PARKWAY, SUITE 480
DALLAS, TEXAS 75254
June 2010
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH s TX
12-21-1v O : ;6 I.~
L .. -1,-1 ,.
,, ~I&C Review Page 1 of2
Official site of the City of Fort Worth , Texas
CITY COUNCIL AGENDA FORT\\'ORTH --.,.,-
COUNCIL ACTION: Approved on 11/16/2010
DATE: 11/16/2010
CODE: C
REFERENCE
NO.:
TYPE:
**C-24604 LOG NAME:
PUBLIC
CONSENT HEARING:
60SAFETY REGULA TORY
IMPROV WATER
FACILITIES
NO
SUBJECT: Authorize a Contract with Landmark Structure I L.P ., in the Amount of $537 ,182 .03 for
Safety and Regulatory Improvements to Fort Worth Water Storage Facilities to Include
Armstrong Elevated Storage Tank , Calmont Elevated Storage Tank , Lake Country
Elevated Storage Tank, Meadowbrook Elevated Storage Tank, Northwest Elevated
Storage Tank, Sun Country Elevated Storage Tank and Como Ground Storage Tank
(COUNCIL DISTRICTS 2 , 4 , 8 and 9)
RECOMMENDATION:
It is recommended that the City Council authorize the City Manager to execute a contract with
Landmark Structure I L.P., in the amount of $537 ,182.03 for Safety and Regulatory Improvements to
Fort Worth Water Storage Elevated Storage Tank (EST) and Ground Storage Tank (GST) Fac i lities to
include Armstrong EST 7400 Trail Lake Drive , Calmont EST 6600 Calmont Avenue , Lake Country
EST 8516 Spring Street, Meadowbrook EST 4601 Bridge Street, Northwest EST 3216 Azle Avenue ,
Sun Country EST 5800 West Stewart Feltz Road in Crowley and Como GST 5820 Blackmore
Ave.nue .
DISCUSSION:
On April 3 , 2006, the City Manager was authorized to execute an Engineering Agreement w ith
Deltatek Engineering (CSC No.-33368) for design and preparation of the· contract documents for
Safety and Regulatory Improvements to Fort Worth Water Facilities and to include Armstrong EST
7400 Tra i l Lake Drive , Calmont EST 6600 Calmont Avenue , Lake Country EST 8516 Spring Street,
Meadowbrook EST 4601 Bridge Street, Northwest EST 3216 Azle Avenue , ·sun Country EST 5800
West -Stewart Feltz Road in Crowley and Com_o GST 5820 Blackmore Avenue .
The plant staff recently inspected the listed water storage facil ities and found the safety modifications
and regulatory improvements are required in order for the City to be in compliance with Texas
Commission on Environmental Quality , and to prevent staff injury during the maintenance of these
facilities . ·
This project was advertised on June 11 , 2010 and June 18 , 2010 , in the Fort Worth Star-Telegram.
On July 15 , 2010, the follow i ng bids were received:
Bidder
Landmark Structure I LP.
!Classic Protective Coatings , Inc.
IBLASTCO, Inc.
IN.G. Painting, Inc.
IM.K. Painting , Inc.
Bid Amount
lt.f3?.7, 182.03
$585 ,300.00
$600,550.00
$635,450.00
$715,000 .00
!contract I
150 Days I
file://l-I:\PROJECT FILE\ W ater Storage Facilitie s\Safety & R egul atory Improv ement t o St ora ge F... 12/13 /2 010
"l YlOU .. , 1\..t:Ylt:W ,_
/Utility Service 11 $799 ,100.00
jTMI Coatings, Inc. II $975 ,500.00
~lc=a=ld=w=el=I T=a===n=k=s ======Jl$1 ,080 ,591.00
In addition to the contract amount , $26 ,000.00 is required fo r project management by Water
Department staff and $50 ,000 .00 is required for project contingencies .
Landmark Structure I L.P ., is in compliance with the City's M/WBE ordinance by comm itting to 17
percent M/WBE part icipation . The City's goal on this project is 17 percent.
This project is i n COUNCIL DISTRICTS 2, 4 , 8 and 9.
FISCAL INFORMATION/CERTIFICATION:
Page 2 of 2
The Financial Management Services Director certifies that funds are available in the cu rrent capital
budget , as appropriated , of the Water Capital Projects Fund .
TO Fund/Account/Centers
Submitted for City Manager's Office by: ·
Originating DeRartment Head:
Additional Information Contact:
FROM Fund/Account/Centers
P265 541200 601180064580 $53 7.1 82 .03
Fernando Costa (6122)
S. Frank Crumb (8207 )
Seiavash Mir (8404)
---------·-·· ........ -~·-· -·---· ·-· .. -. ~-·-=· -· ---·· ------·· ·--·-··--· ·----
ATTACHMENTS
60Safety Regulato[Y lmQrov W~ter Facilities Armstrong Elevated Tank 11x8Template.pdf
Calmont 11x8 TempJate.J}df
Como Tank 11x8Templatapdf
Lake Country~T empJate .pdf
MeadowBrook Elevated Tank 11x8Template.pdf
NW elevated Tank 11x8Template.pdf
Sun Count[)'. 11x 8Template.pdf
fil e ://H :\PROJECT F IL E \Water Storage Facilit ies \Safety & R egulatory Improvement to Storage F... 12/13 /20 10
. -
Addendum No. 1
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
Project Number P265-601180064580
City of Fort Worth, Texas
Addendum Date: July 12, 2010
To all plan holders via email
PLAN SHEETS:
Sheet 9 of 10: Detail "C":
Clarification:
All roof horizontal and vertical railing members shall be 1 Yi" Schedule 40 steel pipe.
SPECIFICATIONS:
Bid Proposal Page B 10:
Clarification:
Contract Time is 180 Calendar days from Notice to Proceed.
Summary of Work:
Section 01010 Page 2:
Clarification:
Contract Time is 180 Calendar days from Notice to Proceed.
Section 01010 1.02-A-4
Clarification:
The Meadowbrook EST receives two (2) new aluminum hatches. No lift assist dampers are to be
installed.
BID PROPOSAL:
Bid Item # 32:
Add: Installation of the 18" vandal resistant vent will be paid from this bid item.
Bid Item # 34:
Add: Touch up repair to the roof and cable penetration repair shall be paid from this bid item.
End of Addendum No. 1
DELTATEK ENGIN
\~ l:':~~' P.E.
~,,,,,,, .. •'E. OF r ,, --~"\ .......... f-t'. ,,
: t:o-<:.-·· * ···1\S\ •• ~· .. ·· · ...• ,, ,.... . .. , , ............................ ~
~ BAHRAM NIKNAM ~
............................... ,I .., . . .-
',~· .. -? 53254 <;> /$/
1,0~.fq/STc~~.·~«;-
f ~ ··. '-.-"r~ • '~8/·······f:.~"'-,,,oNAL ._w• "''""~ 14114 Dallas Parkway, Suite 480 Dallas, Texas 75254
Firm Registration No. F-4419
469-374-9800 Fax 469-374-9801
Addendum No. 1
Pagel of l
Email: bn(al,deltatekeng.c om
SPECIFICATIONS
FOR
SAFETY AND REGULATORY IMPROVEMENTS
TO FORT WORTH WATER STORAGE FACILITIES
PROJECT NO. P265-601180064580
CITY OF FORT WORTH, TEXAS
DEL TATEK ENGINEERING
Registration Number F-4419
14114 DALLAS PARKWAY, SUITE 480
DALLAS, TEXAS 75254
June 2010
"''''''' .,.,'~ OF 1 11 --t>-\·········.f-t •• : ~:--· * ··115> •, -.... · ... ,, : .... · ... , , ............................ ~
~ BAHRAM NIKNAM ~
~···.······················:··1
~1{ 1> 53254 <) :$~ ,,,o~~f:.'!_1 ST ~«:.-·~~ /\A /))'~~,'RO~N~ ·~ ,,. w~ ....
, /1 / ,o
SAFETY AND REGULATORY IMPROVEMENTS
TO FORT WORTH WATER STORAGE FACILITIES
Notice to Bidders
Special Instructions to B idders
Proposal
Conflict oflnterest Questionnaire
Minority and Women Busine ss Enterprises Spec ifications
General Conditions
Supplementary Conditions
Special Conditions
TECHNICAL SPECIFICATIONS
DIVISION 1 -GENERAL REQUIREMENTS
TABLE OF CO NTE NTS
A
A
B
COi
B
C
cs
D
E
01010 Summary ofWork ............................................................................................................................. 01010 -1 -3
01011 Prevailing Wage Rate ........................................................................................................................ 01011 -1 -5
01050 Grades, Lines and Le vels .................................................................................................................. O 1051 -I -1
01070 Abbreviations .................................................................................................................................... O 1070 -1 -5
01150 Measurement and Payment ............................................................................................................... O 1150 -1 -1
01300 Submittals ......................................................................................................................................... 01300 -1 -5
Sample ........................................................................................................................................ Sample - 1 -1
01310 Construction Schedule ...................................................................................................................... O 131 O -1 -1
01 360 Quality Assurance ............................................................................................................................. 01360 -1 -1
01 370 Schedule ofValues ............................................................................................................................ 01 370 -1 -2
Sample ....................................................................................................................................... Sample - A - E
01 420 Inspection Se rv ices ........................................................................................................................... 01420 - 1 - 1
01700 Contract Close-Out ........................................................................................................................... 01700 -1 -1
01710 CleaningandAdjusting ..................................................................................................................... 01710-l-2
DIVISION 2 -SITE WORK
02 060 Demolition ........................................................................................................................................ 02 060 - 1 -4
02 100 Si te Preparation & Cleaning .............................................................................................................. 02 100 - 1 -1
DIVISION 3 -CONCRETE ................................................................................................................................. Not U sed
DIVISION 4 -MASONRY ................................................................................................................................... Not Used
DIVISION 5 -METALS ...................................................................................................................................... Not U sed
05 500 Metal Fabrications ............................................................................................................................ 05500 -1 -7
05515 Ladders .............................................................................................................................................. 05515 -1 -3
0 5520 Handrails & Railings ......................................................................................................................... 055 20 -1 -2
DIVISION 6 -WOOD AND PLASTICS ............................................................................................................. Not U s ed
DIVISION 7 -THERMAL AND MOISTURE PROTECTION ....................................................................... Not U sed
07720 Hatches .............................................................................................................................................. 07720 - 1 -1
DIVISION 8 -DOORS AND WINDOWS ........................................................................................................... Not U sed
Safety and Regulatory Improvements
To Fort Worth Wat er Storage Faci liti es
City ofFort Worth , Texas
TOC-1
Proj ect P265-6011 800645 80
June 2010
SAFE1Y AND REGULATORY IMPROVEMENTS
TO FORT WORTH WATER STORAGE FACILITIES
DIVISION 9 -FINISHES
TABLE OF CONTENTS
09900 Painting .......................................................................................................................................... 09900 -1-9
DIVISION 10 -SPECIAL TIES ........................................................................................................................... Not Used
DIVISION 11 -EQUIPMENT
11550 Fall Prevention System ................................................................................................................. 11550 - 1 - 3
DIVISION 12 -FURNISHINGS .......................................................................................................................... Not Used
DIVISION 13 -SPECIAL CONSTRUCTION ................................................................................................... Not Used
DIVISION 14 -CONVEYING SYSTEMS .......................................................................................................... Not Used
DIVISION 15 -MECHANICAL
15041 Chlorination .................................................................................................................................. 15041 -1 -2
DIVISION 16 -ELECTRICAL
16050 Basic Materials and Methods ........................................................................................................ 16050 -1-12
CONTRACT & BONDS
Performance Bond ................................................................................................................................................................ F
Payment Bond ...................................................................................................................................................................... F
Maintenance Bond ............................................................................................................................................................... F
Certificate of Insurance ........................................................................................................................................................ F
Contractor Compliance With Worker's Compensation Law ................................................................................................ F
Part G -Contract ................................................................................................................................................................. G
PLAN SHEETS
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City ofFort Worth, Texas
END OF CONTENTS
TOC-2
Project P265-601180064580
June 2010
NOTICE TO BIDDERS
Sealed proposals for the Safety and Regulatory Improvements To Fort Worth Water Storage
Facilities, will be received at the office of the Purchasing Manager, lower level of City Hall,
1000 Throckmorton Street, Fort Worth, Texas 76102, until 1:30 P.M .• Thursday. July 15. 2010
and then publicly opened and read aloud at 2:00 P.M.
Plans and specifications may be obtained at the office of Deltatek Engineering. 14114 Dallas
Parkway, Suite 480, Dallas. Texas. 75254. phone 469-374-9800. for a non-refundable fee of
$95.00 per set.
General Contract Documents and General Specifications for Water Department projects, dated
January 1, 1978, with the latest revisions, also compromise a part of the Contract Documents for
this project and may be obtained by paying a non-refundable fee of $95.00 for each set, at the
office of Water Department, Municipal Office Building, 1000 Throckmorton Street, Fort Worth,
Texas.
All bidders submitting bids are required to be pre-qualified in accordance with the requirements
of the special instructions to bidders.
A pre-bid conference will be held at 10:30 AM on Wednesday, June 30, 2010 at the Conference
Room, South Holly Water Treatment Plant, SCADA Building, 1511 11th Avenue, 76102, Fort
Worth, Texas (MAPSCO 760). The Engineer will transmit to all prospective bidders of record
such Addenda as he considers necessary in response to questions arising at the pre-bid
conference.
Bidders are responsible for obtaining all addenda to the contract documents and acknowledging
receipt of the addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do
not acknowledge receipt of all addenda may be rejected as being non-responsive. Information
regarding the status of addenda may be obtained by contacting the Deltatek Engineering at 469-
374-9800 or the Water Department at 817-392-8404.
The City reserves the right to reject any and/or all bids and waive any and/or all formalities. No
bid may be withdrawn until the expiration of ninety (90) days from the date the bids are received.
For additional information regarding the project, contact Mr. John Fields, Deltatek Engineering,
469-374-9800.
Advertising Dates:
June 11, 2010
June 18, 2010
SPECIAL INSTRUCTIONS TO BIDDERS
1. SPECIAL PREOUALIFICATION REQUIREMENTS. All contractors, submitting bids are
required to meet the Fort Worth Water Department special pre-qualification requirements for this
project prior to submitting bids. Previous prequalification by the Forth Worth Water
Department will not be considered as meeting this requirement.
This one-time special project-specific process will pre-qualify potential bidders whose bids will be
considered for award based upon technical evaluation, historical schedule compliance
evaluation, evaluation of proposed manager and project superintendent. It is the bidder's
responsibility to submit documentation for those items listed below, to the Director of the. Water
Department or his designated representative, at least fourteen (14) calendar days prior to the date
of bid opening. The bidder is not required to submit additional "Experience Record", "Equipment
Schedule", and "Financial Statement" on Owner furnished forms one week prior to the bid opening
as described in the first paragraph of C2-2. l of the General Conditions. The Water Department
may request any other documents it may deem necessary. Any additional documents so requested
shall be submitted to the Director of the Water Department or his designated representative at least
seven (7) calendar days prior to the date of the opening bids.
a) COVER LETTER. The cover letter provided by the prospective bidder with the pre-
qualification information must include name of a contact individual that the City may
contact for additional information.
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. Experience must be on projects that were completed no more than 5 years prior
to the date on which bids will be received. A minimum of three references must be
included. References must include a contact person name, telephone number, project
name and total cost, and type of work done.
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) PERSONNEL AND SCHEDULE COMPLIANCE RECORD. The prospective bidder
shall submit the names and resumes for the proposed project manager and project
superintendent. This information shall include a list of all projects that the proposed
project manager and project superintendent completed within the last five (5) years to
demonstrate ability to coordinate complex plant rehabilitation work and to perform work
while maintaining critical shutdown schedules, regardless of by whom they were
employed. Provide list of contact persons for all projects (preferably field inspectors or
resident engineers) with names and phone numbers for the last five years' project.
A-1
In the event the Bidder on this contract is a Joint Venture, financial statements from each joint venturer
shall be submitted for prequalification, as well as the experience record and list of equipment of each joint
venturer. The financial statements required shall have been prepared by an independent certified public
accountant or independent public accountant holding a valid license issued by an appropriate State licensing
agency and shall have been so prepared as to reflect the financial status of each joint venturer. The
statements must be current and not more than one (1) year old. In the case that a bidding date falls within
the time a new statement is being prepared, the previous statement shall be updated by proper verification.
It is not required that each joint venturer shall have the necessary experience and equipment, rather than
combined, the joint venture has the required experience and equipment. Upon request, the joint venture
agreement shall be submitted for review.
The Water Department will review each pre-qualification submittal. The following conditions will apply:
a) The Director of the Water Department shall be the sole judge as to the acceptability for
financial, experience, and other qualifications to bid on any Fort Worth Water
Department project.
b) The City, in its sole discretion, may reject a bid for failure to demonstrate experience
and/or expertise.
c) Any proposals submitted by a non pre-qualified bidder shall be returned unopened, and if
inadvertently opened, shall not be considered.
d) The City will attempt to notify prospective bidders whose qualifications (financial or
experience) are not deemed to be appropriate to the nature and/or magnitude of the
project on which bids are to be received . Failure to notify shall not be a wavier of any
necessary pre-qualification.
For additional information contact Seiavash Mir, Fort Worth Water Department at (817) 392-6828 (FAX
817-392-8404). Pre-qualification submittal should be sent to:
Mr. Seiavash Mir
Fort Worth Water Department
1000 Throckmorton
Fort Worth, TX 76102-6212
2. EXAMINATION OF CONTRACT DOCUMENTS AND SITE:
2.1 Before submitting his Bid, each Bidder must (a) examine the Contract Documents
thoroughly, (b) visit the site to familiarize himself with local conditions that may in any
manner affect performance of the work, ( c) familiarize himself with federal , state and
local laws , ordinances, rules and regulations affecting performance of the work, and ( d)
carefully correlate his observations with the requirements of the Contract Documents.
2.2 Reference is made to the Supplementary Conditions for the identification of those surveys
and investigation reports of subsurface or latent physical conditions at the site or
otherwise affection performance of the work which have been relied upon by Engineer In
preparing the Drawings and Specifications. The data is furnished for information only and
neither the Owner nor Engineer guarantees the accuracy of the data . Before submitting his
Bid, each Bidder will , at his own expense, make such additional surveys and
investigations as he may deem necessary to determine his bid price for performance of the
work within the terms of the Contract Documents.
A-2
PART B -PROPOSAL
This proposal must not be removed from this book of Contract Documents.
TO : Dale A . Fisseler, P.E.
City Manager
Fort Worth, Texas
PROPOSAL FOR : The furnishing of all equipment, materials, and labor and all incidental work required to respond as
requested by the Fort Worth Water Department for water and wastewater emergencies.
PROJECT NAME City of Fort Worth Water Department
Safety and Regulatory Improvements to Fort worth Water Storage Facilities
Project Number P265-601180064580
Pursuant to the foregoing 'Notice to Bidders', the undersigned Bidder, having thoroughly examined the Contract
Documents, including plans, special contract documents, and the General Contract Documents and General
Specifications for Water Department Projects, the site of the project and understanding the amount of work to be done ,
and the prevailing conditions , hereby proposes to do all the work, furnish all labor , equipment and material except as
specified to be furnished by the City , which is necessary to fully complete the work as provided in the Plans and Special
Contract Documents and subject to the inspection and approval of the Director of the 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:
B-1
SAFETY AND REGULATORY IMPROVEMENTS
TO FORT WORTH WATER STORAGE FACIL TIES
BID SCHEDULE
PAY APPROX . D ESC RI PTION OF ITE MS WITH UN IT TOTAL
ITEM QUANT . BID PRI CES WRITTEN IN WORD S PRI CE AMOUNT BID
(F urn is h and insta ll , incl ud in g a ll appurtenant wo rk, compl ete in pl ace, th e fo ll owi ng items):
I I LS Bond and Insurance
Seven thousand nine hun dred eleven Do llars &
No Cents $ 7,9 11 .00 $ 7,9 I 1.00
2 I LS Mobilization
Forty four th ousand five hundred ninety Do llars &
two
No Cents $ 44,592 .00 $ 44,592.00
3 I LS Construction contingency to be used on ly with written
approval of the Engineer.
Twentyjive thousand Dollars &
No Cents $ 25,000.00 $ 25,000 .00
ARMSTRONG EST
4 2 EA Furn ish and insta ll 30 " aluminum roof h atches.
Three thousand one hundred sixty six Dollars &
No Cents $ 1,583.00 $ 3,166.00
5 I LS Furnis h and install 24' DIA x 42" H roof safety rail
w/4" kickplate.
Three thousand nine hundred th irty Dollars &
three dollars
No Cents $ 3,933.00 $ 3,933.00
6 I LS Furnis h and install I 8" vandal resistant vent.
Four thousand th irty six Dollars &
No Cents $ 4,036.00 $ 4,036.00
7 I LS Furnish and install labor and materials to remove wet
area landing and extend access tube to the roof
Two thousand two hundred seven Dollars &
No Cents $ 2,20 7.00 $ 2,207.00
8-2
PAY APPROX . DESCRIPTION OF ITEMS WITH UNIT TOTAL
ITEM QUANT. BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID
(Furnish and install, including all appurtenant work, complete in p lace, the following items):
8 I LS Furnish and install labor and materials to modify dry
area landing as shown on the plans.
Four thousand four hundred thirteen Dollars &
No Cents $ 4,413 .00 $ 4,413.00
9 1 LS Furnish and install 80 ' +/-carbon steel ladder with
antifall in th e dry ris er.
Eighte en thousand three hundred sixty Dollars &
seven
No Cents $ 18 ,367.00 $ 18,36 7.00
JO l LS Furnish and install 48 ' +/-carbon steel ladder with
antifall in the access tube.
Eleven thousand nine hundred nine Dollars &
No Cents $ JJ ,909.00 $ JJ ,909.00
II I LS Furnish and install 40 · +/-stainless steel ladder with
antifall in the wet area.
Fourteen thousand seven hundred ninety Dollars &
ei ht
No Cents $ 14,798 .00 $ 14,798.00
12 I LS Furnish and install labor and materials to route all
conduits and cables off the ladder and standoffs .
Six thousand nine hundred fifty nine Dollars &
No Cents $ 6,959.00 $ 6,959.00
13 I LS Furnish and install labor and materials to touchup
paint areas affected by construction activities.
Ten thousand three hundred seventeen Dollars &
thousand
No Cents $ 10,31 7.00 $ 10,317.00
CALMONTEST
14 I EA Furnish and install 36 " aluminum roof hatch.
One thousand seven hundredfortyfive Dollars &
No Cents $ 1,745 .00 $ 1,745.00
B-3
PAY APPROX . DESCRIPTION OF ITEMS WITH UNIT TOTAL
ITEM QUANT. BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID
(Furnish and install, including all appurtenant work, complete in place, the following items):
15 1 LS Furnish and install 24' DIA x 42" H roof safety rail
with 4 " kickplate.
Three thousand nine hundred thirty Dollars &
three
No Cents $ 3,933 .00 $ 3,933.00
16 1 LS Furnish and install JO " vandal resistant vent.
Five thousand three hundred thirt.Y._ three Dollars &
No Cents $ 5,339.00 $ 5,339.00
17 2 EA Furnish and install labor and materials to modify
exterior landings with 30 " access manways and
handrails.
Eight thousand on e hundred sevent.Y._jjye Dollars &
No Cents $ 4,08 7.50 $ 8,175.00
18 1 LS Furnish and install 80' +/-stainless steel ladder with
antifall in the wet riser.
Twenty four thousand two hundred Dollars &
sevent.Y._ one
No Cents $ 24,271.00 $ 24,2 71.00
19 I LS Furnish and install 80' +/-carbon steel ladder with
ant if all on the exterior of the riser tube.
Eighteen thousand three hundred sixty Dollars &
seven
No Cents $ 18,367.00 $ 18,36 7.00
20 1 LS Furnish and install 45 ' +/-stainless steel ladder with
antifall in th e wet bowl area.
Fift een thousand three hundred ninety Dollars &
nine
No Cents $ 15 ,399.00 $ 15 ,399.00
21 1 LS Furnish and install 45' +/-carbon steel ladder with
antifall in the access tube.
Eleven thousand seven hundred forty Dollars &
two
No Cents $ 1/,742.00 $ 1/. 742.00
B-4
PAY APPROX . DESCRIPTION OF ITEMS WITH UNIT TOTAL
ITEM QUANT. BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID
(Furnish and install, including all appurtenant work, complete in place , the following items):
22 1 LS Furnish and install labor and materials to route all
conduits and cables off of the ladder and standofft.
Six thou s and nin e hundred [ifty_ nine Dollars &
No C ents $ 6,959.00 $ 6,959.00
23 I LS Furnish and install labor and materials to touchup
paint all areas affected by construction activities.
Thirteen thousand seven hundred fifty Dollars &
our
No Cents $ /3 , 754.00 $ 13 ,754 .00
LAKE COUNTRY EST
24 I EA Furnish and install 32 " aluminum hatch.
One thousand seven hundred fortyjive Dollars &
No Cents $ 1,745.00 $ 1,745.00
25 I LS Furnish and install 24' DIA x 42 " H roof safety rail
with 4 " ki ckplate.
Three thousand nine hundred thirty Dollars &
thr ee
No Cents $ 3,933 .00 $ 3,933.00
26 I LS Furnish and install vandal resis tant vent.
Four thousand thirty six Dollars &
No Cents $ 4,036.00 4,036.00
2 7 I LS Furnish and install round bar type antifall system on
existing dry area ladders in pedestal and access tube.
Fifte en thousand six hundred forty three Dollars &
No Cents $ 15,643 .00 15 ,643 .00
28 1 LS Furnish and install 16 " stainles s steel ladder with
antifall in th e wet bowl area.
Fift ee n th o us and four hundred twelv e Dollars &
No Ce nts $ 15 ,41 2 .00 $ 15 ,4 12.00
8-5
PAY APP ROX. D ESC RI PTI ON OF ITEMS WITH UNIT TOTAL
ITEM QUANT. BID PRICES WRITTEN IN WO RD S PRICE AMOUNT BID
(Furnish an d install, incl ud ing a ll appurtenant work, comp lete in p lace, the fo ll owing items):
29 1 LS Furnish and install labor and materials to install a
"ships" door on the access tube at the wet area
landing as shown on the plans.
Four thousandfgur hundred thirteen Dollars &
No Cents $ 4,4 13.00 $ 4,413.00
30 l LS Furnish and install labor and materials to route all
conduits and cables off of the ladder and standoffs.
Six thousand nine hundred[ifry nine Dollars &
No Cents $ 6,959.00 $ 6,959.00
3 1 1 LS Furnish and install labor and materials to touchup
paint all areas affected by construction activities.
Five thousand five hundredfifry eight Dollars &
No Cents $ 5,558.00 $ 5,558.00
MEADOWBROOK EST
32 2 EA Furnish and install 30' aluminum hatches.
Six thousand eight hundred nine!)!_ one Do ll ars &
No Cents $ 3,445.50 $ 6,891 .00
33 2 EA Furnish and install ladder up safety posts on existing
ladders at the roof hatches.
Three thousand one hundred thirty two Do llars &
No Cents $ 1,566.00 $ 3,/ 32.00
34 1 LS Furnish and install labor and materials to touchup
paint all areas affected by construction activities.
One thousand seven hundred fifty one Dollars &
No Cents $ 1,75 l . 00 $ 1,751 .00
NORTHWEST EST
35 1 EA Furnish and install 36" aluminum hatch.
One thousand seven hundred [grtyfive Dollars &
No Cents $ 1,745 .00 $ 1,745 .00
8 -6
PAY APPROX . DESCRIPTION OF ITEMS WITH UNIT TOTAL
ITEM QUANT. BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID
(Furnish and install, including all appurtenant work, complete in place, the following items):
36 1 LS Furnish and install 30" vandal resistant vent.
Five thousand three hundred thirty nine Dollars &
No Cents $ 5,339.00 $ 5,339.00
3 7 1 LS Furnish and install labor and materials to weld plate
steel over center roof openings.
Seven hundred ninety one Dollars &
No Cents $ 791.00 $ 791 .00
38 1 LS Furnish and install 4" kickplate on existing roof safety
rail.
Eight hundred forty three Dollars &
No Cents $ 843.00 $ 843. 00
39 2 EA Furnish and install labor and materials to modify
exterior landings with 30" access manways and
handrails.
Eight thousand eight hundred twenty Dollars &
seven
No Cents $ 4,413 .50 $ 8 ,82 7.00
40 1 LS Furnish and install labor and materials to modify wet
area landing as shown on the plans.
Three thousand seven hundred sixty two Dollars &
No Cents $ 3,762 .00 $ 3,762 .00
41 1 LS Furnish and install 80 ' +/-stainless steel ladder with
antifall in the wet riser.
Twenty four thousand two hundred Dollars &
seventy one
No Cents $ 24,2 7 1.00 $ 24,2 71.00
42 I LS Furnish and install 80 ' +/-carbon steel ladder with
ant if all on the exterior of the riser tube.
Eighteen thousand three hundred sixty Dollars &
seven
No Cents $ 18,367.00 $ 18,367.00
B-7
PAY APPROX . DESCRIPTION OF ITEMS WITH UNIT TOTAL
ITEM QUANT. BID PRICES WRITTEN TN WORDS PRICE AMOUNT BID
(Furn ish and insta ll , including a ll app urtenant work, complete in p lace, the following items):
43 1 LS Furnish and install 45 ' +/-stainless steel ladder with
antifall in the wet bowl area.
Fifteen thousand three hundred ninety Dollars &
nine
No Cents $ 15,399.00 $ 15 ,399.00
44 1 LS Furnish and install 45' +/-carbon steel ladder with
antifall in the access tube.
Eleven thousand seven hundred forty Dollars &
one
No Cents $ 11 ,74 1.00 $ 11 . 741.00
45 1 LS Furnish and install labor and materials to route all
conduits and cables off of the ladder and standoffs.
Six thousand nine hundred fifty nine Dollars &
No Cents $ 6,959.00 $ 6,959.00
46 1 LS Furnish and install labor and materials to touchup
paint all areas affected by construction activities.
Eleven thousand seven hundred fifty Dollars &
ei ht
No Cents $ 11 ,758.00 $ 11 ,758.00
SUN COUNTRY EST
47 2 EA Furnish and install 36" aluminum roof hatch.
Three thousand four hundred eight nine Dollars &
No Cents $ 1,744.50 $ 3,489.00
48 1 LS Furnish and install 30" vandal resistant vent.
Five thousand three hundred thirty nine Dollars &
No Cents $ 5,339.00 $ 5,339.00
49 1 LS Furnish and ins tall bar type antifall device on all
pedestal ladders.
Eight thousand two hundred eight seven Dollars &
No Cents $ 8,28 7.00 $ 8,287.00
8 -8
PAY APPROX . DESCRIP TION OF ITEMS WITH UNIT TOTAL
ITEM QUANT. B ID P RICES WRITTEN IN WORDS PRICE AMOUNT BID
(Furnish and install , incl udi ng a ll appurtenant work, complete in p lace, the following items):
50 1 LS Furnish and install 60 ' +/-stainless steel ladder with
antifall in the wet bowl.
Sixteen thousand seven hundred sixty Dollars &
No Cents $ 16,760.00 $ 16,760 .00
5/ 1 LS Furnish and install labor and material to install
"s hips " do or on the access tube at the wet landing.
Four thousand four hundred thirteen Dollars &
No Cents $ 4,413.00 $ 4,4 13.00
52 1 LS Furnish and install labor and materials to touchup
paint all areas affected by construction activities .
One thousand five hundredfortyfive Dollars &
No Cents $ 1,545.00 $ 1,545.00
COMOGST
53 7 EA Furnish and install 30 " vandal r es istant vents.
Thirty eight thousand one hundred forty Dollars &
nine
No Cents $ 5,449.86 $ 38,149.00
54 7 EA Furnish and install tie off grab bars .
Two th ousand one hundred[ifQ!.. nine Dollars &
No Cents $ 308.43 $ 2, /59.00
55 I LS Furnis h and install 42"Hx I O'Wx 30"L safety rail at
the access hatch.
Three thousand four hundred thirty six Dollars &
No Cents $ 3,436.00 $ 3,436.00
56 1 LS Furnish and install labor and materials to touchup
paint all areas affected by construction activities.
Seven thousand thirty eight Dollars &
No Cents $ 7,038.00 $ 7,038.00
B-9
PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT
ITEM QUANT. BID PRICES WRITTEN IN WORDS PRICE
(Furnish and install , including all appurtenant work, complete in place, the following items):
TOT AL BID AMOUNT
Five hundred thirty seven thousand
one hundred eight two
No
Dollars &
Cents $ 537,182.00 $
TOTAL
AMOUNT BID
537,182.00
(Unit prices are to be shown in both words and figures . In case of a discrepancy, the unit price in words will prevail. Prices
listed above are the only compensation to be made. All items of work required to complete the work as shown in the plans
and as specified which are not listed as a pay item in this proposal are considered subsidiary to the items listed and the cost
of the subsidiary work should be included therein.)
TOTAL AMOUNT BID $537,182.00
B-10
Within ten ( I 0) 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
above set forth , as liquidated damages for the delay and additional work caused thereby.
The undersigned bidder certified that he has been furnished at least one set of the General Contract Documents and
General Specifications for Water Department Projects dated January I , 1978, and that he has read and thoroughly
understands all the requirements and conditions of those General Documents and the specific Contract Documents and
appurtenant plans.
The undersigned assures that its employees and applicants for employment and those of any labor organization ,
subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not
discriminated against as prohibited by the terms of City Ordinance No . 7278 as amended by City Ordinance No. 7400.
(Complete A or B below, as applicable)
A. The principal place of business of our company is in the State of ___ _
Nonresident bidders in the State of our principal
place of business, are required to be __ percent lower than resident bidders
by state law . A copy of the statute is attached .
Non resident bidders in the State of , our principal
place of business, are not required to underbid resident bidders.
_x_B. The principal place of business of our company or our parent company or
majority owner is in the State of Texas.
The Bidder agrees to begin construction within 10 calendar days after issue of the work order, and to substantially
complete the contract within 180 calendar days after beginning construction as set forth in the written
work order to be furnished by the Owner.
I (we) acknowledge receipt of the ollowing addenda to the plans and specifications, all of the provisions and
requirements of which have bee en into consideration on preparation of the foregoing bid:
Addendum No. 2 (Initials) __ _
Seal
If Bidder is Corporation
Date :7/15/10
Addendum No. 3 (Initials) ___ _
Addendum No . 4 (Initials) ___ _
Eric Lamon
Title or Position
Landmark Structures I, L.P. by Landmark
Structures Management, Inc .,
B-11
General Partner
Contractor
1665 Harmon Road
Street
Fort Worth TX 76177
City , State Zip
(817) 439-8888
Telephone Number
FORT°WORTH ---·w· City of Fort Worth
Minority and Women Business Enterprise Specifications
SPECIAL INSTRUCTIONS FOR BIDDERS
APPLICATION OF POLICY
If the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable.
If the total dollar value of the contract is less than $25 ,000, the M/WBE oal is not applicable .
POLICY STATEMENT
It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business
Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual bas is. All requiremen ts
and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to th is bid.
M/WBE PRO J ECT GO A LS
The City's M/W BE goal on thi s proj ec t is 17% of the total bid (Base b i d applies t o Parks and Community Se rvic es ).
COMPLIANCE TO BID SPECIFICATIONS
On City contracts of $25 ,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by
either of the following :
1. Meet or exceed the above stated M/WBE goal, or
2. Good Faith Effort documentation, or;
3. Waiver documentation, or;
4. Joint Venture.
SUBMITTAL OF REQUIRED DOCUMENTATION
The applicable documents must be received by the Managing Department, within the following times allocated, in order
for the entire bid to be considered responsive to the specifications. Th e Offe ror sh ail deliver th e MW BE docum entatiorc
in person to the appropriate employee of the man aging departm en t and obtain a date/time receipt. Such receipt shaU
b~ ~vid e ce t a e City eceive the d~YID~n~tion in th e ti me allocat~. Afaxe~..QQY.._will p9 t_be acceQt~.
1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid
met or exceeded: opening date , exclusive of the bid opening date.
2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid
Utilization Form , if participation is less than opening date, exclusive of the bid opening date.
stated goal :
3. Good Faith Effort and Subcontractor received by 5:00 p.m ., five (5) City business days after the bid
Utilization Form , if no M/WBE participation : opening date , exclusive of the bid opening date.
4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid
perform all subcontracting/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 qoal. opening date , exclusive of the bid opening date .
FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED
NON-RESPONSIVE TO SPECIFICATIONS
A ny questions, please co ntact t he M/WBE Office at (817) 392 -6104.
Rev. 11/1/05
City of Fort Worth
Subcontractors/Suppliers Utilization Form
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: Prime's M/WBE Project Utilization: PROJECT NUMBER
O/o O/o
Identify all subcontractors/suppliers you will use on this project
Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before
5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-
responsive to bid specifications.
The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule,
conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is
grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications
M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing
business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas,
Denton, Ellis, Kaufman and Rockwall counties.
Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime
contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered 2nd tier
ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AW ARD.
Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been
determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or
the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous
with Minority/Women Business Enterprise (M/WBE).
If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully
licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including
M/WBE owner-operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner-
o erators, but will onl receive credit for the fees and commissions earned b the M/WBE as outlined in the lease a eement.
FORTWORTH ---...,....--
Primes are required to identify ALL subcontractors/suppli ers, regardless of status ; i.e ., Minority, Women and non-M/WB Es.
Pleas e list M/WBE finns first, use additional sheets if necessary.
Certification N
(c heck one) 0
SUBCONTRACTOR/SUPPLIER 1 n Detail
Company N ame i N T Detail Supplies
C X M Subcontracting Work Dollar Amount A ddress e M w Purchased
Telephone/Fax B B T D w r 0 E E R B
C T E
A
FORT WORTH
~
Primes are required to identify ALL subcontractors/suppliers , regardless of status ; i.e., Minority, Women and non-M/WBEs .
Please list M/WBE firm s first , use additional sheets if neces sary.
Certification N
(check one) 0
SUBCONTRACTOR/SUPPLIER 1 n
N 1 Detail Detail Company Name i C )I M Subcontracting Work Supplies Purchased Dollar Amount
Address e M w T I w Telephone/Fax r B B R { B E E C 1 E
A
FORT WORTH ---..,.,-
Total Dollar Amount ofM/WBE Subcontractors/Suppliers $
Total Dollar Amount ofNon-M/WBE Subcontractors/Suppliers $
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $
The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and
Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition . Any
unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined
in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the
committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination.
By affixing a signature to this form , the Offeror further agrees to provide , directly to the City upon request, complete and accurate
information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid.
The Offeror al so agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder
agrees to allow the transm1 ss1on of interviews with owners , principals, officers, employees and applicable
subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s)
on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be
grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action
under Federal, State or Local laws concerning false statements . Any failure to comply with thi s ordinance and create a material
breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of
time not le ss than one (l) year.
Authorized Signature Printed Signature
Title Contact Name/Title (if different)
Company Name Telephone and/or Fax
Address E-mail Address
City/State/Zip Date
FORT-WORTH
"-zz w· .
PRIME COMPANY NAME:
PROJECT NAME:
City's M/WBE Project Goal:
%
City of Fort Worth
Prime Contractor Waiver Form
PROJECT NUMBER
ATTACHMENT 1B
Page 1 of 1
Check applicable block to describe prime
I M/W/DBE I I NON-M/W/DBE
BID DATE
If both answers to this form are YES, do not complete ATTACHMENT 1 C (Good Faith Effort Form). All questions on this
form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you
must complete ATTACHMENT IC. This form is only applicable ifhJlth answers are yes.
Failure to complete this form in its entirety and be received by the Managing Department on or before 5:00 p.m., five
(5) City business days after bid opening, exclusive of the bid opening date, will result in the bid being considered non-
responsive to bid specifications.
Will you perform this entire contract without subcontractors? YES
If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is NO your normal business practice and provide an operational profile of your business .
Will you perform this entire contract without suppliers? YES
If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is
your normal business practice and provide an inventory profile of your business . NO
The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual
work performed by all subcontractors, including M/WBE(s) on this contract, the payment therefore and any proposed
changes to the original M/WBE(s) arrangements submitted with this bid . The bidder also agrees to allow an audit and/or
examination of any books, records and files held by their company that will substantiate the actual work performed by the
M/WBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing
misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less
than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to
comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offeror and
barred from participating in City work for a period of time not less than one (I) 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
FORTW°ORTH -· CITY OF FORT WORTH
Joint Venture Eligibility Form
A ll question s must be an swered ; use "NA" if applicable.
Joint Ve nture
Page 1 of 3
Na me of City project:--------,-----,----------,---,---------------
A joint venture form must be completed on each project
RFP/Bi d/Pur chasing Number : ___________ _
1. Joint venture information:
Joint V enture Name:
Joint Venture Addre ss:
(If app licable)
Telephone : Facsimile : E-mail address :
Cellular:
Identify the firms that comprise the joint venture :
Please attach extra sheets if additional soace is reauired to provide detailed exolanations of work to be p erformed by each firm comorisinI! th e io int ve nture
M/WBE fi rm I Non-M/WBE I name: firm name :
Business Address : Business Address :
City, State, Zip : City, State, Zip:
Telephone Facsimile E-mail Telephone Facsimile
Cellular Cellular
Certification Status: E -mail address
Name of Certifying Agency : ' ~
-., r. ,·h .,, ' ,. ~
2. Scope of work pe rf ormed by the J' V omt enture:
Describe the scope of w ork of the M/WBE: Describe the scope of work of the non-M/WBE :
Rev. 5/30/03
Joint Venture
Page 2 of 3
3. What is the percentage ofM/WBE participation on this joint venture that you wish to be counted toward meeting the
project goal? ----------
4. Attach a copy of the joint venture agreement.
5. List components of ownership of joint venture: (Do not complete if this information is described in joint venture ag reement)
Profit and lo ss sharing:
Capital contributions, including
equipment:
Other applicable ownership interests :
6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day management
and decision making of the joint venture:
Financial decisions
(to include Account Payable and Receivable):
Management decisions:
a . Estimating
----------------------------------------------b . Marketing and Sales
----------------------------------------------
C. Hiring and Firing of management
personnel
----------------------------------------------d . Purchasing of major equipment
and/or supplies
Supervision of field operations
The City 's Minority and Women Business Enterprise Office will review your joint venture submission and will have final
approval of the M/WBE percentage applied toward the goal for the project listed on this form.
NOTE:
From and after the date of project award , if any of the participants , the individually defined scopes of work or the dollar
amounts/percentages change from the originally approved information, then the participants must inform the City 's M/WBE Office
immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in
accord with the procedures outlined in the City 's M/WBE Ordinance .
Rev. 5/30/03
Joint Venture
Page 3 of 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 misrepresentation of facts .
NameofM/WBE firm Name ofnon-M/WBE firm
Printed Name of Owner Printed Name of Owner
Signature of Owner Signature of Owner
Printed Name of Owner Printed Name of Owner
Signature of Owner Signature of Owner
Title Title
Date Date
Notarization
State of __________________ County of ______________ _
On this _____________ day of ________ ., 20 __ , before me appeared
and ------------------------------------------
to me personally known and who , being duly sworn, did execute the foregoing affidavit and did state that they were properly
authorized to execute this affidavit and did so as their free act and deed.
Notary Public------------------------
Print Name
Notary Public-----------------------
Signature
Commission Expires------------------------(seal)
Rev. 5/30/03
FORT-WORTH --w ~
PRIME COMPANY NAME:
PROJECT NAME:
City 's M/WBE Project Goal:
O/o
City of Fort Worth
Good Faith Effort Form
I PROJECT NUMBER
ATIACHMENT 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 participation and you have subcontracting and/or supplier opportunities or if your DBE
participation is less than the City's project goal, you must complete this form.
If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the
bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the
City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of
fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder.
Failure to complete this form, in its entirety with supporting documentation, and received by the Managing
Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will
result in the bid being considered non-responsive to bid specifications.
1.) Please list each and every subcontracting and/or supplier opportunity} for the completion of this project,
regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES OF FIRMS)
On Combined Projects, list each subcontracting and or supplier opportunity through the 2°d tier.
(Use additional sheets, if necessary)
List of Subcontracting Opportunities List of Supplier Opportunities
Rev. 05/30/03
ATTACHMENT 1C
Page 2 of 3
2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE subcontractors
and/or suppliers from the City's M/WBE Office.
Yes
No
Date of Listing __ / ___ / __
3.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed , at least
ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened?
Yes (If yes, attach M/WBE mail listing to include name of firm and address and a dated copy of letter mailed.)
No
4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least
ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened?
Yes (If yes , attach list to include name of M/WBE firm, person contacted, phone number and date and time of contact.)
No
NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used,
attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and documentation faxed.
NOTE: If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the bidder must
contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a particular
subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two-thirds (2/3) of the list
within such area of opportunity, but not less than ten to be in compliance with questions 3 and 4.
5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and
specifications in order to assist the M/WBEs?
Yes
No
6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the forms of
an affidavit, include a detailed explanation of why the M/WBE was rejected and any supporting documentation
the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder
will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel.
(Please use additional sheets, if necessary, and attach.)
Company Name Telephone Contact Person Scope of Work Reason for Re_jection
Rev. 05/30/03
-
ADDITIONAL INFORMATION:
ATIACHMENT 1C
Page 3 of 3
Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE
participation on this project.
The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding
actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements
submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files
held by their company that will substantiate the actual work performed on this contract, by an authorized officer or
employee of the City.
Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment
from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local
laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract
may result in a determination of an irresponsible offeror and barred from participating in City work for a period of
time not less than one (1) year.
The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith . It
is understood that any M/WBE(s) listed in Attachment lC will be contacted and the reasons for not using them will be
verified by the City's M/WBE Office.
Authorized Signature Printed Signature
Title Contact Name and Title (if different)
Company Name Phone Number Fax Number
Address Email Address
City/State/Zip Date
Rev. 05/30/03
Cl-1
Cl-1.1
Cl-1.2
Cl-1.3
Cl-1.4
Cl-1.5
Cl-1.6
Cl-1.7
Cl-1.8
Cl-1.9
Cl-1.10
Cl-1.11
Cl-1.12
Cl-1.13
Cl-1.14
Cl-1.15
Cl-1.16
Cl-1.17
Cl-1.18
Cl-1.19
Cl-1.20
Cl-1.21
Cl-1.22
Cl-1.23
Cl-1.24
Cl-1.25
Cl-1.26
Cl-1.27
Cl-1.28
Cl-1.29
Cl-1.30
Cl-1.31
Cl-1.32
C2-2
C2-2.1
C2-2.2
C2-2.3
C2-2.4
C2-2.5
PART C-GENERAL CONDITIONS
TABLE OF CONTENTS
TABLE OF CONTENTS
DEFINITIONS Cl-1 (1)
Definition of Terms Cl-1 (1)
Contract Documents Cl-1 (2)
Notice to Bidders Cl-1 (2)
Proposal Cl-1 (2)
Bidder Cl-1 (2)
General Conditions Cl-1 (2)
Special Conditions Cl-1 (2)
Specifications Cl-1 (2)
Bonds Cl-1 (2)
Contract Cl-1 (3)
Plans Cl-1 (3)
City Cl-1 (3)
City Council Cl-1 (3)
Mayor Cl-1 (3)
City Manager Cl-1 (3)
City Attorney Cl-1 (3)
Director of Public Works Cl-1 (3)
Director, City Water Department Cl-1 (3)
Engineer Cl-1 (3)
Contractor Cl-1 (3)
Sureties Cl-1 (4)
The Work or Project Cl-1 (4)
Working Day Cl-1 (4)
Calendar Days Cl-1 (4)
Legal Holidays Cl-1 (4)
Abbreviations Cl-1 (4)
Change Order Cl-1 (5)
Paved Streets and Alleys Cl-1 (5)
Unpaved Streets or Alleys Cl-1 (6)
City Street Cl-1 (6)
Roadway Cl-1 (6)
Gravel Street Cl-1 (6)
INTERPRETATION AND PREPARATION OF PROPOSAL
Proposal Form C2-2 (1)
Interpretation of Quantities C2-2 (1)
Examination of Contract Documents and Site of Project C2-2 (2)
Submitting of Proposal C2-2 (2)
Rejection of Proposals C2-2 (3)
(1)
C2-2.6
C2-2.7
C2-2.8
C2-2.9
C2-2.10
C2-2.11
C2-2.12
C3-3
C3-3. l
C3-3.2
C3-3.3
C3-3.4
C3-3.5
C3-3.6
C3-3.7
C3-3.8
C3-3.9
C-3-3.10
C3-3.l 1
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
Bid Security
Delivery of Proposal
Withdrawing Proposals
Telegraphic Modifications of Proposals
Public Opening of Proposal
Irregular Proposals
Disqualification of Bidders
A WARD 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
C5-5 CONTROL OF WORK AND MATERIALS
C5-5.1
C5-5.2
C5-5.3
C5-5.4
C5-5.5
C5-5.6
C5-5.7
C5-5.8
Authority of Engineer
Conformity with Plans
Coordination of Contract Documents
Cooperation of Contractor
Emergency and/or Rectification Work
Field Office
Construction Stakes
Authority and Duties of City Inspector
(2)
C2-2 (3)
C2-2 (3)
C2-2 (3)
C2-2 (3)
C2-2 (4)
C2-2 (4)
C2-2 (4)
C3-3 (1)
C3-3 (1)
C3-3 (1)
C3-3 (1)
C3-3 (2)
C3-3 (2)
C3-3 (2)
C3-3 (3)
C3-3 (3)
C3-3 (4)
C3-3 (4)
C3-3 (6)
C3-3 (6)
C3-3 (6)
C3-3 (7)
C4-4 (1)
C4-4 (1)
C4-4 (1)
C4-4 (2)
C4-4 (2)
C4-4 (3)
C4-4 (4)
C5-5 (1)
C5-5 (1)
C5-5 (1)
C5-5 (2)
C5-5 (2)
C5-5 (3)
C5-5 (3)
C5-5 (3)
C5-5.9
C5-5.10
C5-5.ll
C5-5.12
C5-5.13
C5-5.14
C5-5.15
C5-5.16
C5-5.17
C5-5.l 8
C6-6
C6-6.l
C6-6.2
C6-6.3
C6-6.4
C6-6.5
C6-6.6
C6-6.7
C6-6.8
C6-6.9
C6-6.10
C6 .6.l 1
C6-6.12
C6-6.13
C6-6.14
C6-6.15
C6-6.16
C6-6.17
C6-6.18
C6-6.19
C6-6.20
C6-6.21
C7-7
C7-7.1
C7-7.2
C7-7 .3
C7-7.4
C7-7.5
C7-7.6
C7-7.7
C7-7.8
C7-7.9
Inspection
Removal of Defective and Unauthorized Work
Substitute Materials or Equipment
Samples and Tests of Materials
Storage of Materials
Existing Structures and Utilities
Interruption of Service
Mutual Responsibility of Contractors
Clean-Up
Final Inspection
LEGAL RELATIONS AND PUBLIC RESPONSIBILITY
Laws to be Observed
Permits and Licenses
Patented Devices, Materials, and Processes
Sanitary Provisions
Public Safety and Convenience
Privileges f Contractor in Streets, Alleys ,
and Right-of-Way
C5-5 (4)
C5-5 (4)
C5-5 (4)
C5-5 (5)
C5-5 (5)
C5-5 (5)
C5-5 (6)
C5-5 (7)
C5-5 (7)
C5-5 (8)
C6-6 (1)
C6-6 (1)
C6-6 (1)
C6-6 (1)
C6-6 (2)
C6-6 (3)
Railway Crossings C6-6 (3)
Barricades, Warnings and Flagmen C6-6 (3)
Use of Explosives, Drop Weight, Etc. C6-6 (4)
Work Within Easements C6-6 (5)
Independent Contractor C6-6 ( 6)
Contractor's Responsibility for Damage Claims C6-6 (6)
Contractor's Claim for Damages C6-6 (8)
Adjustment or Relocation of Public Utilities, Etc. C6-6 (8)
Temporary Sewer and Drain Connections C6-6 (8)
Arrangement and Charges for Water Furnished by the City C6-6 (9)
Use of a Section or Portion of the Work C6-6 (9)
Contractor's Responsibility for the Work C6-6 (9)
No Waiver of Legal Rights C6-6 (9)
Personal Liability of Public Officials C6-6 (10)
State Sales Tax C6-6 (10)
PROSECUTION AND PROGRESS
Subletting
Assignment of Contract
Prosecution of The Work
Limitation of Operations
Character of Workmen and Equipment
Work Schedule
Time of Commencement and Completion
Extension of Time Completion
Delays
(3)
C7-7 (1)
C7-7 (1)
C7-7 (1)
C7-7 (2)
C7-7 (2)
C7-7(3)
C7-7 (3)
C7-7 (3)
C7-7 (4)
C7-7.10
C7-7.ll
C7-7 .12
C7-7.13
C7-7.14
C7-7.15
C7-7.16
C7-7.17
Time of Completion
Suspension by Court Order
Temporary Suspension
Termination of Contract due to National Emergency
Suspension or Abandonment of the Work
and Annulment of the Contract:
Fulfillment of Contract
Termination for Convenience of the Owner
Safety Methods and Practices
C8-8 MEASUREMENT AND PAYMENT
C8-8.l
C8-8.2
C8-8.3
C8-8.4
C8-8.5
C8-8 .6
C8-8.7
C8-8 .8
C8-8.9
C8-8.10
C8-8.l 1
C8-8.12
C8-8.13
Measurement of Quantities
Unit Prices
Lump Sum
Scope of Payment
Partial Estimates and Retainage
Withholding Payment
Final Acceptance
Final Payment
Adequacy of Design
General Guaranty
Subsidiary Work
Miscellaneous Placement of Material
Record Documents
(4)
C7-7 (4)
C7-7 (5)
C7-7 (5)
C7-7 (6)
C7-7 (6)
C7-7 (8)
C7-7 (8)
C7-7 (11)
C8-8 (1)
C8-8 (1)
C8-8 (1)
C8-8 (1)
C8-8 (2)
C8-8 (3)
C8-8 (3)
C8-8 (3)
C8-8 (4)
C8-8 (4)
C8-8 (4)
C8-8 (4)
C8-8 (4)
PART C -GENERAL CONDITIONS
Cl-I DEFINITIONS
SECTION Cl-I DEFINITIONS
Cl-I.I DEFINITIONS OF TERMS: Whenever in these Contract Documents the
following terms or pronouns in place of them are used, the intent and meaning shall be
understood and interpreted as follows:
Cl-1.2 CONTRACT DOCUMENTS: The Contract Documents are in all of the written
and drawn documents, such as specifications, bonds , addenda, plans, etc., which govern
the terms and performance of the contract. These are contained on the General Contract
Documents and the Special Contract Documents.
a. GENERAL CONTRACT DOCUMENTS : The General Contract
Documents govern all Water Department Projects and Include the
following Items
PART A-NOTICE TO BIDDERS
PART B -PROPOSAL
PART C -GENERAL CONDITIONS
PART D -SPECIAL CONDITIONS
PART E-SPECIFICATIONS
PERMITS /EASEMENTS
PART F-BONDS
PART G -CONTRACT
(Sample)
(Sample)
(CITY)
(Developer)
White
White
Canary Yellow
Brown
Green
El-White
E2-Golden Rod
E2A-White
Blue
(Sample) White
(Sample) White
b . SPECIAL CONTRACT DOCUMENTS: The Special Contract
Documents are prepared for each specific project as a supplement to the
General Contract Documents and include the following items:
PART A-NOTICE TO BIDDERS (Advertisement) same as above
PART B -PROPOSAL (Bid)
PART C -GENERAL CONDITIONS
PART D -SPECIAL CONDITIONS
PART E-SPECIFICATIONS
PERMITS /EASEMENTS
PART F-BONDS
PART G-CONTRACT
PART H -PLANS (Usually bound separately)
Cl-I (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)
Cl-1.10 CONTRACT: The Contract is a formal signed agreement between the owner
and the Contractor covering the mutual understanding of the two contracting parties about
the project to be completed under the Contract Documents.
Cl-1.11 PLANS: The plans are the drawings or reproductions therefrom made by the
Owner 's representative showing in detail the location, dimension and position of the
various elements of the project, including such profiles, typical cross-sections , layout
diagrams, working drawings, preliminary drawings and such supplemental drawings as
the Owner may issue to clarify other drawings or for the purpose of showing changes in
the work hereinafter authorized by the Owner. The plans are usually bound separately
from the other parts of the Contract Documents, but they are part of the Contract
Documents just as though they were bound therein.
Cl-1.12 CITY: The City of Fort Worth, Texas, a municipal corporation, authorized and
chartered under the Texas State Statutes, acting by and through its governing body or its
City Manager, each of which is required by charter to perform specific duties.
Responsibility for final enforcement of the Contracts involving the City of Fort Worth is
by Charter vested in the City Manager. The terms City and Owner are synonymous.
C 1-1.13 CITY COUNCIL: The duly elected and qualified governing body of the City of
Fort Worth, Texas.
Cl-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro Tern
of the City of Fort Worth, Texas.
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 authori,zed representative.
Cl-1.17 DIRECTOR OF PUBLIC WORKS: The officially appointed official of the City
of Fort Worth, Texas, referred to in the charter as the City Engineer, or his duly
authorized representative.
Cl-1.18 DIRECTOR, CITY WATER DEPARTMENT: The officially appointed
Director of the City Water Department of the City of Fort Worth, Texas, or his duly
authorized representative, assistant, or agents.
Cl-1.19 ENGINEER: The Director of Public Works, the Director of the Fort Worth
City Water Department, or their duly authorized assistants, agents , engineers, inspectors,
or superintendents, acting within the scope of the particular duties entrusted to them.
Cl-1 (3)
Cl-1.20 CONTRACTOR: The person, person's , partnership, company, firm , association,
or corporation, entering into a contract with the Owner for the execution of work, acting
directly or through a duly authorized representative. A sub-contractor is a person, firm ,
corporation, supplying labor and materials or only labor, for the work at the site of the
project.
Cl-1.21 SURETIES: The Corporate bodies which are bound by such bonds as are
required with and for the Contractor. The sureties engaged are to be fully responsible for
the entire and satisfactory fulfillment of the Contract and for any and all requirements as
set forth in the Contract Documents and approved changes therein.
Cl-1.22 THE WORK OR PROJECT: The completed work contemplated in and
covered by the Contract Documents, including but not limited to the furnishing of all
labor, materials, tools, equipment, and incidentals necessary to produce a completed and
serviceable project.
Cl-1.23 WORKING DAY: A working day is defined as a calendar day, not including
Saturdays, Sundays, and legal holidays, in which weather or other conditions not under
the control of the Contractor permit the performance of the principal unit of work for a
period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m., with exceptions
as permitted in paragraph C7-7.6
Cl-1.24 CALENDAR DAYS: A calendar day is any day of the week or month, no days
being excepted.
Cl -1.25: LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the
City Council of the City of Fort Worth for observance by City employees as follows :
1.
2.
3.
4.
5.
6.
7.
8.
9.
New Year 's day
M.L. King, Jr. Birthday
Memorial Day
Independence Day
Labor Day
Thanksgiving Day
Thanksgiving Friday
Christmas Day
Such other days in lieu of holidays as
the City Council may determine
January 1
Third Monday in January
Last Monday in May
July4
First Monday in September
Fourth Thursday in November
Forth Friday in November
December 25
When one of the above named holidays or a special holiday is declared by the City
Council, falls on a Saturday, the holiday shall be observed on the preceding Friday, or if it
falls on Sunday, it shall be observed on the following Monday, by those employees
working on working day operations . Employees working calendar day operations will
consider the calendar as the holiday.
Cl-1 (4)
C 1-1.26 ABBREVIATIONS: Whenever the abbreviations defined herein appear in the
Contract Documents, the intent and meaning shall be as follows:
AASHTO -
ASCE
IAW
ASTM
AWWA
ASA
HI
Asph.
Ave.
Blvd.
CI
CL
GI
Lin.
lb.
MH
Max.
American Association of State
Highway Transportation Officials
American Society of Civil
Engineers
In Accordance With
American Society of Testing
Materials
American Water Works
Association
American Standards Association
Hydraulic Institute
Asphalt
Avenue
Boulevard
Cast Iron
Center Line
Galvanized Iron
Linear or Lineal
Pound
Manhole
Maximum
MGD
CFS
Min.
Mono.
%
R
I.D.
O .D .
Elev.
F
C
In.
Ft.
St.
CY
Yd.
SY
L.F.
D.I.
Million Gallons
per Day
Cubic Foot per
Second
Minimum
Monolithic
Percentum
Radius
Inside Diameter
Outside Diameter
Elevation
Fahrenheit
Centigrade
Inch
Foot
Street
Cubic Yard
Yard
Square yard
Linear Foot
Ductile Iron
Cl-1.27 CHANGE ORDER: A "Change Order" is a written supplemental agreement
between the Owner and the Contractor covering some added or deducted item or feature
which may be found necessary and which was not specifically included in the scope of
the project on which bids were submitted. Increase in unit quantities stated in the
proposal are not the subject matter of a Change Order unless the increase or decrease is
more than 25% of the amount of the particular item or items in the original proposal.
All "Change Orders" shall be prepared by the City from information as necessary
furnished by the Contractor.
Cl-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as
a street or alley having one of the following types of wearing surfaces applied over the
natural unimproved surface:
1. Any type of asphaltic concrete with or without separate base material.
2. Any type of asphalt surface treatment, not including an oiled surface, with
or without separate base material.
3. Brick, with or without separate base material.
4. Concrete, with or without separate base material.
Cl-1 (5)
5. Any combination of the above.
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)
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 w ork 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 representati ve of the Owner other than that contained in the Contract Documents
and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders
shall rely exclusively and solely upon their own estimates , investigation, research, tests ,
explorations, and other data which are necessary for full and complete information upon
which the proposal is to be based. It is mutually agreed that the submission of a proposal
is prima-facie evidence that the bidder has made the investigation, examinations and tests
herein required. Claims for additional compensation due to variations between conditions
actually encountered in construction and as indicated in the Contract Documents will not
be allowed .
The logs of Soil Borings, if any, on the plans are for general information only and may
not be correct. Neither the Owner nor the Engineer guarantee that the data shown is
representative of conditions which actually exist.
C2-2.4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the
form furnished by the Owner. All blank spaces applicable to the project contained in the
form shall be correctly filled in and the Bidder shall state the prices , written in ink in both
words and numerals , for which he proposes to do work contemplated or furnish the
materials required . All such prices shall be written legibly. In case of discrepancy
between price written in words and the price written in numerals, the price most
advantageous to the City shall govern.
If a proposal is submitted by an individual, his or her name must be signed by him (her)
or his (her) duly authorized agent. If a proposal is submitted by a firm , association, or
partnership, the name and address of each member of the firm , association, or partnership ,
or by person duly authorized. If a proposal is submitted by a company or corporation , the
company or corporation name and business address must be given , and the proposal
signed by an official or duly authorized agent. The corporate seal must be affixed. Power
of Attorney authorizing agents or others to sign proposal must be properly certified and
must be in writing and submitted with the proposal.
C2-2 (2)
C2-2 .5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any
alteration of words or figures, additions not called for , conditional or uncalled for
alternate bids , erasures , or irregularities of any kind , or contain unbalanced value of any
items. Proposal tendered or delivered after the official time designated for receipt of
proposal shall be returned to the Bidder unopened.
C2-2.6 BID SECURITY: No proposal will be considered unless it is accompanied by a
"Proposal Security" of the character and the amount indicated in the "Notice to Bidders"
and the "Proposal." The Bid Security is required by the Owner as evidence of good faith
on the part of the Bidder, and by way of a guaranty that if awarded the contract, the
Bidder will within the required time execute a formal contract and furnish the required
performance and other bonds. The bid security of the three lowest bidders will be retained
until the contract is awarded or other disposition is made thereof. The bid security of all
other bidders may be returned promptly after the canvass of bids .
C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is
deli vered, 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 th e 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)
I.
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.I2 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their
proposals not considered for any of, but not limited to , the following reasons:
a) Reasons for believing that collusion exists among bidders.
b) Reasonable grounds for believing that any bidder is interested in more than
one proposal for work contemplated.
c) The bidder being interested in any litigation against the Owner or where
the Owner may have a claim against or be engaged in litigation against the
bidder.
d) The bidder being in arrears on any existing contract or having defaulted on
a previous contract.
e) The bidder having performed a prior contract in an unsatisfactory manner.
f) Lack of competency as revealed by financial statement, experience
statement, equipment schedule, and such inquiries as the Owner may see
fit to make.
g) Uncompleted work which, in the judgment of the Owner, will prevent or
hinder the prompt completion of additional work if awarded.
h) The bidder not filing with the Owner, one week in advance of the hour of
the opening of proposals the following:
1. Financial Statement showing the financial condition of the bidder
as specified in Part "A" -Special Instructions
2. A current experience record showing especially the projects of a
nature similar to the one under consideration, which have been
successfully completed by the Bidder.
3 . An equipment schedule showing the equipment the bidder has
available for use on the project.
The Bid Proposal of the bidder, who, in the judgment of the Engineer, is disqualified
under the requirements stated herein, shall be set aside and not opened.
C2-2 (4)
!
j I I
PART C -GENERAL CONDITIONS
C3-3 AW ARD AND EXECUTION OF
DOCUMENTS
SECTION C3-3 AW ARD AND EXECUTION OF DOCUMENTS:
C3-3.1 CONSIDERATION OF PROPOSALS: After proposals have been opened and
read aloud, the proposals will be tabulated on the basis of the quoted prices , the quantities
shown in the proposal , and the application of such formulas or other methods of bringing
items to a common basis as may be established in the Contract Documents.
The total obtained by taking the sum of the products of the unit prices quoted and the
estimated quantities plus any lump sum items and such other quoted amounts as may
enter into the cost of the completed project will be considered as the amount of the bid.
Until the ward of the contract is made by the Owner, the right will be reserved to reject
any or all proposals and waive technicalities, to re-advertise for new proposals, or to
proceed with the work in any manner as may be considered for the best interest of the
Owner.
C3-3.2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS
ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request,
complete and accurate information regarding actual work performed by a Minority
Business Enterprise (MBE) and/or a Woman-owned Business Enterprise (WBE) on the
contract and the payment therefor. Contractor further agrees, upon request by the Owner,
to allow and audit and/or an examination of any books, records , or files in the possession
of the Contractor that will substantiate the actual work performed by an MWE or WBE .
Any material misrepresentation of any nature will be grounds for termination of the
contract and for initiating any action under appropriate federal , state or local laws and
ordinances relating to false statements; further, any such misrepresentation may be
grounds for disqualification of Contractor at Owner's discretion for bidding on future
Contracts with the Owner for a period of time of not less than six (6) months.
C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with
Current City Ordinances prohibiting discrimination in employment practices . The
Contractor shall post the required notice to that effect on the project site , and at his
request, will be provided assistance by the City of Fort Worth's Equal Employment
Officer who will refer any qualified applicant he may have on file in his office to the
Contractor. Appropriate notices may be acquired from the Equal Employment Officer.
C3-3.4 WITHDRAW AL OF PROPOSALS : After a proposal has been read by the
Owner, it cannot be withdrawn by the Bidder within forty-five (45) days after the date on
which the proposals were opened.
C3-3 (1)
11
l
C 3-3.5 AWARD OF CONTRACT: The Owner reserves the right to withhold final
action on the proposals for a reasonable time, not to exceed forty-five (45) days after the
date of opening proposals, and in no event will an award be made until after
investigations have been made as to the responsibility of the proposed awardee.
The award of the contract, if 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.
b.
C.
PERFORMANCE BOND: A good and sufficient performance bond in
the amount of not less than 100 percent of the amount of the contract, as
evidenced by the proposal tabulation or otherwise, guaranteeing the full
and faithful execution of the work and performance of the contract, and for
the protection of the Owner and all other persons against damage by
reason of negligence of the Contractor, or improper execution of the work
or use of inferior materials. This performance bond shall guarantee the
payment for all labor, materials, equipment, supplies, and services used in
the construction of the work, and shall remain in full force and effect until
provisions as above stipulated are accomplished and final payment is made
on the project by the City.
MAINTENANCE BOND: A good and sufficient maintenance bond, in
the amount of not less than 100 percent of the amount of the contract, as
evidenced by the proposal tabulation or otherwise, guaranteeing the
prompt, full and faithful performance of the general guaranty which is set
forth in paragraph C8-8. l 0.
PAYMENT BOND: A good and sufficient payment bond, in the amount
of not less than 100 percent of the amount of the contract, as evidenced by
the proposal tabulation or otherwise, guaranteeing the prompt, full and
faithful payment of all claimants as defined in Article 5160 , Revise~ Civil
C3-3 (2)
\
r
I
1·
d.
Statutes of Texas , 1925, as amended by House Bill 344, Acts 56th
Legislature, Regular Session, 1959, effective April 27 , 1959, and/or the
latest version thereof, supplying labor and materials in the prosecution of
the work provided for in the contract being constructed under these
specifications. Payment Bond shall remain in force until all payments as
above stipulated are made.
OTHER BONDS: Such other bonds as may be required by these
Contract Documents shall be furnished by the Contractor.
No sureties will be accepted by the Owner which are at the time in default or delinquent
on any bonds or which are interested in any litigation against the Owner. All bonds shall
be made on the forms furnished by the Owner and shall be executed by an approved
surety company doing business in the City of Fort Worth, Texas , and which is acceptable
to the Owner. In order to be acceptable, the name of the surety shall be included on the
current U.S. Treasury list of acceptable sureties, and the amount of bond written by any
one acceptable company shall not exceed the amount shown on the Treasury list for that
company. Each bond shall be properly executed by both the Contractor and Surety
Company.
Should any surety on the contract be determined unsatisfactory at any time by the Owner,
notice will be given the Contractor to that effect and the Contractor shall immediately
provide a new surety satisfactory to the Owner. No payment will be made under the
contract until the new surety or sureties, as required, have qualified and have been
accepted by the Owner. The contract shall not be operative nor will any payments be due
or paid until approval of the bonds by the Owner.
C3-3.8 EXECUTION OF CONTRACT : Within ten (10) days after the Owner has
appropriate resolution, or otherwise, awarded the contract, the Contractor shall execute
and file with the Owner, the Contract and such bonds as may be required in the Contract
Documents.
No Contract shall be binding upon the Owner until it has been attested by the City
Secretary, approved as to form and legality by the City Attorney, and executed for the
Owner by either the Mayor or City Manager.
C3-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to
execute the required bond or bonds or to sign the required contract within ten (10) days
after the contract is awarded shall be considered by the owner as an abandonment of his
proposal, and the owner may annul the Award. By reason of the uncertainty of the market
prices of material and labor, and it being impracticable and difficult to accurately
determine the amount of damages occurring to the owner by reason of said awardee 's
failure to execute said bonds and contract within ten (10) days, the proposal security
accompanying the proposal shall be the agreed amount of damages which the Owner will
C3-3 (3)
suffer by reason of such failure on the part of the Awardee and shall thereupon
immediately be forfeited to the Owner.
The filing of a proposal will be considered as acceptance of this provision by the Bidder.
C-3-3.10 BEGINNING WORK: The Contractor shall not commence work until
authorized in writing to do so by the Owner. Should the Contractor fail to commence
work at the site of the project within the time stipulated in the written authorization
usually termed "Work Order" or "Proceed Order", it is agreed that the Surety Company
will, within ten (10) days after the commencement date set forth in such written
authorization, commence the physical execution of the contract.
C3-3. l l INSURANCE: The Contractor shall not commence work under this
contract until he has obtained all insurance required under the Contract Documents, and
such insurance has been approved by the Owner. The prime Contractor shall be
responsible for delivering to the Owner the sub-contractor's certificate of insurance for
approval . The prime Contractor shall indicate on the certificate of insurance included in
the documents for execution whether or not his insurance covers sub-contractors. It is the
intention of the Owner that the insurance coverage required herein shall include the
coverage of all sub-contractors .
a. COMPENSATION INSURANCE: The Contractor shall maintain,
during the life of this contract, Worker's Compensation Insurance on all of
his employees to be engaged in work on the project under this contract,
and for all sub-contractors. In case any class of employees engaged in
hazardous work on the project under this contract is not protected under
the Worker's Compensation Statute , the Contractor shall provide adequate
employer's general liability insurance for the protection of such of his
employees not so protected.
b.
C.
COMPREHENSNE 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
abo ve-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)
/:
I
'1
2. Blasting, prior to any blasting being done.
3. Collapse of buildings or structures adjacent to excavation ill
excavation are performed adjacent to same).
4. Damage to underground utilities for $500,000.
5. Builder's risk (where above-ground structures are involved).
6. Contractual Liability ( covers all indemnification requirements of
Contract).
d. AUTOMOBILE INSURANCE -BODILY INJURY AND PROPERTY
DAMAGE: The Contractor shall procure and maintain during the life of
this Contract, Comprehensive Automobile Liability Insurance in an
amount not less than $250,000 for injuries including accidental death to
any one person and subject to the same limit for each person an amount
not less than $500 ,000 on account of one accident, and automobile
property damage insurance in an amount not less than $100 ,000 .
e. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance
required under the above paragraphs shall provide adequate protection for
the Contractor and his sub-contractors, respectively, against damage
claims which may arise from operations under this contract, whether such
operations be by the insured or by anyone directly or indirectly employed
by him , and also against any of the following special hazards which may
be encountered in the performance of the Contract.
f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish
the owner with satisfactory proof of coverage by insurance required in
these Contract Documents in the amounts and by carriers satisfactory to
the Owner. (Sample attached .) All insurance requirements made upon the
Contractor shall apply to the sub-contractors, should the Prime
Contractor's insurance not cover the sub-contractor's work operations .
C3-3 (5)
I;
t
I
I:
I·
I'
g. LOCAL AGENT FOR INSURANCE AND BONDING: The insurance
and bonding companies with whom the Contractor's insurance and
performance, payment , maintenance and all such other bonds are written,
shall be represented by an agent or agents having an office located within
the city limits of the City of Fort Worth . Tarrant County, Texas. Each such
agent shall be a duly qualified , one upon whom authority and power to act
on behalf of the insurance and/or bonding company to negotiate and settle
with the City of Fort Worth , or any other claimant, and claims that the City
of Fort Worth or other claimant or any property owner who has been
damaged, may have against the Contractor, insurance, and/or bonding
company. If the local insurance representative is not so empowered by the
insurance or bonding companies , then such authority must be vested in a
local agent or claims officer residing in the Metroplex , the Fort Worth-
Dallas area. The name of the agent , or agents shall be set forth on all such
bonds and certificates of insurance.
C3-3.12 CONTRACTOR'S OBLIGATIONS : Under the Contract, the Contractor
shall pay for all materials, labor and services when due.
C3-3.13 WEEKLY PAYROLLS: A certified copy of each payroll co vering payment
of wages to all persons engaged in work on the project at the site of the project shall be
furnished to the Owner 's representative within seven (7) days after the close of each
payroll period. A copy or copies of the applicable minimum wage rates as set forth in the
Contract Documents shall be kept posted in a conspicuous place at the site of the project
at all times during the course of the Contract. Copies of the wage rates will be furnished
the Contractor, by the Owner; however, posting and protection of the wage rates shall be
the responsibility of the Contractor.
C3-3 .14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor,
whether a person , persons , partnership, company, firm , association, corporation or other
who is approved to do business with and enters into a contract with the City for
construction of water and/or sanitary sewer facilities, will have or shall establish a fully
operational business office within the Fort Worth-Dallas metropolitan area. The
Contractor shall charge, delegate, or assign this office ( or he may delegate his Project
Superintendent) with full authority to transact all business actions required in the
performance of the Contract. This local authority shall be made responsible to act for the
Contractor in all matters made responsible to act for the Contractor in all matters
pertaining to the work governed by the Contract whether it be administrative or other
wise and as such shall be empowered , thus delegated and directed , to settle all material ,
labor or other expenditure, all claims against work or any other mater associated such as
maintaining adequate and appropriate insurance or security coverage for the project. Such
local authority for the administration of the work under the Contract shall be maintained
until all business transactions executed as part of the Contract are complete.
C3-3 (6)
Should the Contractor's principal base of operations be other than in the Fort Worth-
Dallas metropolitan area, notification of the Contractor 's assignment of local authority
shall be made in writing to the Engineer in advance of any work on the project, all
appropriately signed and sealed, as applicable , by the Contractor's responsible offices
with the understanding that this written assignment of authority to the local representative
shall become part of the project Contract as though bound directly into the project
documents. The intent of these requirements is that all matters associated with the
Contractor's administration, whether it be oriented in furthering the work , or other, be
governed direct by local authority. This same requirement is imposed on insurance and
surety coverage . Should the Contractor's local representative fail to perform to the
satisfaction of the Engineer, the Engineer, at his sole discretion , may demand that such
local representative be replaced and the Engineer may, at his sole discretion , stop all work
until a new local authority satisfactory to the Engineer is assigned. No credit of working
time will be allowed for periods in which work stoppages are in effect for this reason.
C3-3 .15 VENUE : Venue of any action hereinunder shall be exclusively in Tarrant
County, Texas.
C3-3 (7)
r
!
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)
I
I
C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By Change order, the owner
reserves the right to make such changes in the Contract Documents and in the character or
quantities of the work as may be necessary or desirable to insure completion in the most
satisfactory manner, provided such changes do not materially alter the original Contract
Documents or change the general nature of the project as a whole. Such changes shall not
be considered as waiving or invalidating any condition or provision of the Contract
Documents.
C4-4 .5 EXTRA WORK: Additional work made necessary by changes and alterations
of the Contract Documents or of quantities or for other reasons for which no prices are
provided in the Contract Documents, shall be defined as "Extra Work" and shall be
performed by the Contractor in accordance with these Contract Documents or approved
additions thereto; provided however, that before any extra work is begun a "Change
order" shall be executed or written order issued by the Owner to do the work for
payments or credits as shall be determined by one or more combination of the following
methods:
a. Unit bid price previously approved.
b. An agreed lump sum.
c. The actual reasonable cost of (1) labor, (2) rental of equipment used on the
extra work for the time so used at Associated General Contractors of
America current equipment rental rates , (3) materials entering permanently
into the project, and ( 4) actual cost of insurance, bonds, and social security
as determined by the Owner, plus a fixed fee to be agreed upon but not to
exceed 10 percent of the actual cost of such extra work. The fixed fee is
not to include any additional profit to the Contractor for rental of
equipment owner by him and used for extra work. The fee shall be full and
complete compensation to cover the cost of superintendence, overhead,
other profit, general and all other expense not included in (1 ), (2), (3), and
(4) above. The Contractor shall keep accurate cost records on the form and
in the method suggested by the Owner and shall give the Owner access to
all accounts, bills, vouchers, and records relating to the Extra Work.
No "Change Order" shall become effective until it has been approved and signed by each
of the Contracting Parties.
No claim for Extra Work of any kind will be allowed unless ordered in writing by the
Owner. In case any orders or instructions, either oral or written, appear to the Contractor
to involve Extra Work for which he should receive compensation, he shall make written
request to the Engineer for written orders authorizing such Extra Work, prior to beginning
such work.
C4-4 (2)
1·
I'
Should a difference arise as to what does or dose not constitute Extra Work, or as to the
payment thereof, and the Engineer insists upon its performance, the Contractor shall
proceed with the work after making written request for written orders and shall keep
accurate account of the actual reasonable cost thereof as provided under method (Item C).
Claims for extra work will not be paid unless the Contractor shall file his claim with the
Owner within five (5) days before the time for making the first estimate after such work is
done and unless the claim is supported by satisfactory vouchers and certified payrolls
covering all labor and materials expended upon said Extra Work.
The Contractor shall furnish the Owner such installation records of all deviations from
the original Contract Documents as may be necessary to enable the Owner to prepare for
permanent record a corrected set of plans showing the actual installation.
The compensation agreed upon for "Extra Work" whether or not initiated by a "Change
Order" shall be a full , complete and final payment for all costs Contractor incurs as a
result or relating to the change or extra work, whether said costs are known , unknown ,
foreseen or unforeseen at that time, including without limitation, any costs for delay,
extended overhead , ripple or impact cost, or any other effect on changed or unchanged
work as a result of the change or extra work.
C4-4.6 SCHEDULE OF OPERATION: Before commencing any work under this
contract, the Contractor shall submit to the Owner and receive the Owner 's approval
thereof, a "Schedule of Operations ," showing by a straight line method the date of
commencing and finishing each of the major elements of the Contract. There shall be also
shown the estimated monthly cost of work for which estimates are to be expected. There
shall be presented also a composite graph showing the anticipated progress of
construction with the time being plotted horizontally and percentage of completion
plotted vertically. The progress charts shall be prepared on 8-1 /2" x 11 " sheets and at
least five black or blue line prints shall be furnished to the Owner.
C4-4.7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITIES:
Within ten (10) days prior to submission of the first monthly progress payment, the
Contractor shall prepare and submit to the owner for approval six copies of the schedule
in which the Contractor proposes to carry on activities (including procurement of
materials, plans , and equipment) and the contemplated dates for completing the same.
The schedule shall be in the form of a time schedule Critical Path Method (CPM)
network diagram. As the work progresses, the Contractor shall enter on the diagram the
actual progress at the end of each partial payment period or at such intervals as directed
by the Engineer. The Contractor shall also revise the schedule to reflect any adjustments
in contract time approved by the Engineer. Three copies of the updated schedule shall be
delivered at such intervals as directed by the Engineer.
As a minimum, the construction schedule shall incorporate all work elements and
activities indicated in the proposal and in the technical specifications.
C4-4 (3)
I
I
I
Ii
Prior to the final drafting of the detailed construction schedule, the Contractor shall
review the draft schedule with the Engineer to ensure the Contractor's understanding of
the contract requirements.
The following guidelines shall be adhered to in preparing the construction schedule:
a. Milestone dates and final project completion dates shall be developed to
conform to the time constraints, sequencing requirements and completion
time.
b. The construction progress shall be divided into activities with time
durations of approximately fourteen days (14) days and construction
values not to exceed $50,000. Fabrication, delivery and submittal activities
are exceptions to this guideline.
C. Durations shall be in calendar days and normal holidays and weather
conditions over the duration of the contract shall be accounted for within
the duration of each activity.
d. One critical path shall be shown on the construction schedule.
e. Float time is defined as the amount of time between the earliest start date
and the latest start date of a chain of activities of the CPM construction
schedule. Float time is not for the exclusive use or benefit of either the
Contractor or the Owner.
f. Thirty days shall be used for submittal review unless otherwise specified.
The construction schedule shall as a minimum, be divided into general categories as
indicated in the Proposal and Technical Specifications and each general category shall be
broken down into activities in enough detail to achieve activities of approximately
fourteen (14) days duration.
For each general category, the construction schedule shall identify all trades or
subcontracts whose work is represented by activities that follow the guidelines of this
Section.
For each of the trades or subcontracts, the construction schedule shall indicate the
following procurements, construction and preacceptance activities and events in their
logical sequence for equipment and materials.
1. Preparation and transmittal of submittals
2. Submittal review periods.
C4-4 (4)
/,
3. Shop fabrication and delivery.
4. Erection or installation.
5. Transmittal of manufacturer's operation and maintenance instructions.
6. Installed equipment and materials testing.
7. Owner's operator instruction (if applicable).
8. Final inspection.
9. Operational testing.
If, in the opinion of the Owner, work accomplished falls behind that scheduled, the
Contractor shall take such action as necessary to improve his progress. In addition, the
Owner may require the Contractor to submit a revised schedule demonstrating his
program and proposed plan to make up lag in scheduled progress and to insure
completion of the work within the contract time. If the owner finds the proposed plan not
acceptable, he may require the Contractor to increase the work force, the construction
plant and equipment, the number of work shifts or overtime operations without additional
cost to the Owner.
Failure of the Contractor to comply with these requirements shall be considered grounds
for determination by the Owner that the Contractor is failing to prosecute the work with
diligence as will insure its completion within the time specified.
C4-4 (5)
:,
I
I
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)
,,
[,
1.
Contract Documents, and the owner shall be permitted to make such corrections or
interpretations as may be deemed necessary for fulfillment of the intent of the Contract
Documents. In the event the Contractor discovers an apparent error or discrepancy, he
shall immediately call this condition to the attention of the Engineer. In the event of a
conflict in drawings, specifications, or other portions of the Contract Documents which
were not reported prior to the award of Contract, the Contractor shall be deemed to have
quoted the most expensive resolution of the conflict.
C5-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished
with three sets of Contract Documents and shall have available on the site of the project
at all times, one set of such Contract Documents.
The Contractor shall give to the work the constant attention necessary to facilitate the
progress thereof and shall cooperate with the Engineer, his inspector, and other
Contractors in every possible way.
The Contractor shall at all times have competent personnel available to the project site for
proper performance of the work. The Contractor shall provide and maintain at all times at
the site of the project a competent, English-speaking superintendent and an assistant who
are fully authorized to act as the Contractor's agent on the work. Such superintendent and
his assistant shall be capable of reading and understanding the Contract Documents and
shall receive and fulfill instructions from the Owner, the Engineer, or his authorized
representatives. Pursuant to this responsibility of the Contractor, the Contractor shall
designate in writing to the project superintendent, to act as the Contractor's agent on the
work. Such assistant project superintendent shall be a resident of Tarrant County, Texas,
and shall be subject to call , as is the project superintendent, at any time of the day or night
on any day of the week on which the Engineer determines that circumstances require the
presence on the project site of a representative of the Contractor to adequately provide for
the safety or convenience of the traveling public or the owners of property across which
the project extends or the safety of the property contiguous to the project routing.
The Contractor shall provide all facilities to enable the Engineer and his inspector to
examine and inspect the workmanship and materials entering into the work.
C5-5 .5 EMERGENCY AND /OR RECTIFICATION WORK: When , in the opinion
of the Owner or Engineer, a condition of emergency exists related to any part of the work,
the Contractor, or the Contractor through his designated representative, shall respond
with dispatch to a verbal request made by the Owner or Engineer to alleviate the
emergency condition. Such a response shall occur day or night, whether the project is
scheduled on a calendar-day or a working-day basis.
Should the Contractor fail to respond to a request from the Engineer to rectify any
discrepancies , omissions, or correction necessary to conform with the requirements of the
project specifications or plans, the Engineer shall give the Contractor written notice that
such work or changes are to be performed. The written notice shall direct attention to the
C5-5 (2)
I
I
I:
I, '
I
i·
discrepant condition and request the Contractor to take remedial action to correct the
condition. In the event the Contractor does not take positive steps to fulfill this written
request, or does not shoe just cause for not taking the proper action, within 24 hours, the
City may take such remedial action with City forces or by contract. The City shall deduct
an amount equal to the entire costs for such remedial action , plus 25%, from any funds
due the Contractor on the project.
C5-5.6 FIELD OFFICE : The Contractor shall provide, at no extra compensation, an
adequate field office for use of the Engineer, if specifically called for. The field office
shall be not less than 10 x 14 feet in floor area, substantially constructed, well heated, air
conditioned, lighted , and weather proof, so that documents will not be damaged by the
elements.
C5-5.7 CONTRUCTION STAKES : The City, through its Engineer, will furnish
the Contractor with all lines , grades , and measurements necessary to the proper
prosecution and control of the work contracted under these Contract Documents, and
lines, grades and measurements will be established by means of stakes or other customary
method of marking as may be found consistent with good practice.
These stakes or markings shall be set sufficiently in advance of construction operations to
avoid delay. Such stakes or markings as may be established for Contractor's use or
guidance shall be preserved by the Contractor until he is authorized by the Engineer to
remove them. Whenever, in the opinion of the Engineer, any stakes or markings have
been carelessly or willfully destroyed, disturbed , or removed by the Contractor or any of
his employees, the full cost of replacing such stakes or marks plus 25% will be charged
against the Contractor, and the full amount will be deducted from payment due the
Contractor.
C5-5.8 AUTHORITY AND DUTIES OF CITY INSPECTOR : City Inspectors will
be authorized to inspect all work done and to be done and all materials furnished. Such
inspection may extend to all or any part of the work, and the preparation or manufacturing
of the materials to be used or equipment to be installed. A City Inspector may be
stationed on the work to report to the Engineer as to the progress of the work and the
manner in which it is being performed, to report any evidence that the materials being
furnished or the work being performed by the Contractor fails to fulfill the requirements
of the Contract Documents , and to call the attention of the Contractor to any such failure
or other infringements. Such inspection or lack of inspection will not relieve the
Contractor from any obligation to perform the work in accordance with the requirements
of the Contract Documents. In case of any dispute arising between the Contractor and the
City Inspector as to the materials or equipment furnished or the manner of performing the
work, the City Inspector will have the authority to reject materials or equipment, and/or to
suspend work until the question at issue can be referred to and decided by the Engineer.
The City Inspector will not, however, be authorized to revoke, alter, enlarge, or release
any requirement of these Contract Documents, nor to approve or accept any portion or
section of the work, nor to issue any instructions contrary tot he requirement s of the
C5-5 (3)
Contract Documents. The City Inspector will in no case act as superintendent or foreman
or perform any other duties for the Contractor, or interfere with the management or
operation of the work. He will not accept from the Contractor any compensation in any
form for performing any duties . The Contractor shall regard and obey the directions and
instructions of the City Inspector or Engineer when the same are consistent with the
obligations of the Contract Documents of the Contract Documents, provided, however,
should the Contractor object to any orders or instructions or the City Inspector, the
Contractor may within six days make written appeal to the Engineer for his decision on
the matter in Controversy.
C5-5.9 INSPECTION: The Contractor shall furnish the Engineer with every
reasonable facility for ascertaining whether or not the work as performed is in accordance
with the requirements of the Contract Documents. If the Engineer so requests, the
Contractor shall, at any time before acceptance of the work, remove or uncover such
portion of the finished work as may be directed. After examination, the Contractor shall
restore said portions of the work to the standard required by the Contract Documents.
Should the work exposed or examined prove acceptable , the uncovering or removing and
replacing of the covering or making good of the parts removed shall be paid for as extra
work, but should Work so exposed or examined prove to be unacceptable, the uncovering
or removing and replacing of all adjacent defective or damaged parts shall be at the
Contractor's expense . No work shall be done or materials used without suitable
supervision or inspection.
CS-5.10 REMOVAL OF EDEFCTIVE AND UNAUTHORIZED WORK:All work,
materials , or equipment which has been rejected shall be remedied or removed and
replaced in an acceptable manner by the Contractor at his expense. Work done beyond the
lines and grades given or as shown on the plans, except as herein specially provided , or
any Extra Work done without written authority, will be considered as unauthorized and
done at the expense of the Contractor and will not be paid for by the Owner. Work so
done may be ordered removed at the Contractor's expense. Upon the failure on the part of
the Contractor to comply with any order of the Engineer made under the provisions of
this paragraph, the Engineer will have the authority to cause defective work to be
remedied or removed and replaced and unauthorized work to be removed, and the cost
thereof may be deducted from any money due or to become due tot he Contractor. Failure
to require the removal of any defective or unauthorized work shall not constitute
acceptance of such work.
CS-5.11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications, law,
ordinance, codes or regulations permit Contractor to furnish or use a substitute that is
equal to any material or equipment specified, and if Contractor wishes to furnish or use a
proposed substitute, he shall, prior to the preconstruction conference, make written
application to ENGINEER for approval of such substitute certifying in writing that the
proposed substitute will perform adequately the function called for by the general design,
be similar and of equal substance to that specified and be suited to the same use and
C5-5 (4)
I
j
1.
capable of performing the same function as that specified ; and identifying all variations
of the proposed substitute from that specified and indicating available maintenance
service. No substitute shall be ordered or installed without written approval of Engineer
who will be the judge of the equality and may require Contractor to furnish such other
data about the proposed substitute as he considers pertinent. No substitute shall be
ordered or installed without such performance guarantee and bonds as Owner may require
which shall be furnished at Contractor's expense. Contractor shall indemnify and hold
harmless Owner and Engineer and anyone directly or indirectly employees by either of
them from and against the claims, damages, losses and expenses (including attorneys
fees) arising out of the use of substituted materials or equipment.
CS-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.
CS-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.
CS-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.
r
I·
I;
The location of many gas mains , water mains , conduits, sewer lines and service lines for , .
CS-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 pro v ision in these Contract Documents for Extra Work shall apply.
It shall be the Contractor's responsibility to verify locations of the adjacent and/or
conflicting utilities sufficiently in advance of construction in order that he may negotiate
such local adjustments as necessary in the construction process to provide adequate
clearances. The Contractor shall take all necessary precautions in order to protect all
existing utilities, structures , and service lines . Verification of existing utilities, structures,
and service lines shall include notification of all utility companies at least forty-eight ( 48)
hours in advance of construction including exploratory excavation if necessary. All
verification of utilities and their adjustment shall be considered subsidiary work.
C5-5 .15 INTERRUPTION OF SERVICE:
a. Normal Prosecution: In the normal prosecution of work where the
interruption of service is necessary, the Contractor, at least 24 hours in
advance , shall be required to:
1. Notify the Water Department's Distribution Div ision as to
location, time, and schedule of service interruption.
2. Notify each customer personally through responsible personnel as
to the time and schedule of the interruption of their service, or
3. In the event that personal notification of a customer cannot be
made , a prepared tag form shall be attached to the customer's door
knob. The tag shall be durable in composition, and in large bold
letters shall say:
C5-5 (6)
I ' I
I
,,
II
"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
Addre ss Phone
b. Emergency: In the event that an unforeseen service interruption occurs,
notice shall be as above, but immediate.
C5-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through act or
neglect on the part of the Contractor, or any other Contractor or any sub-contractor shall
suffer loss or damage of the work , the Contractor agrees to settle with such other
Contractor or sub-contractor by agreement or arbitration. If such other Contractor or sub-
contractor shall assert any claim against the owner on account of damage alleged to have
been sustained, the owner will notify the Contractor, who shall indemnify and save
harmless the owner against any such claim .
C5-5.l 7 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)
I
I
I
1:
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 IO days after such
notification. After such final inspection, if the work and materials and equipment are
found satisfactory, the Contractor will be notified in writing of the acceptance of the same
after the proper resolution has been passed by the City Council. No time charge will be
made against the Contractor between said date of notification of the Engineer and the date
of final inspection of the work.
C5-5 (8)
,,
I
!
PART C -GENERAL CONDITIONS
C6-6 LEGAL RELATIONS AND PUBLIC
RESPONSIBILITY
SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY
C6-6.1 LAWS TO BE OBSERVED:The Contractor shall at all times observe and
comply with all Federal and State Laws and City ordinances and regulations which in any
way affect the conduct of the work or his operations, and shall observe and comply with
all orders , laws , ordinances and regulations which exist or which may be enacted later by
bodies having jurisdiction or authority for such enactment. No plea or misunderstanding
or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify
and save harmless the City and all of its officers, agents, and employees against any and
all claims or liability arising from or based on the violation of any such law, ordinance ,
regulation, or order, whether it be by himself or his employees.
C6-6.2 PERMITS AND LICENSES: The Contractor shall procure all permits and
licenses , pay all charges, costs and fees , and give all notices necessary and incident to the
due and lawful prosecution of the work.
C6-6 .3 PATENTED DEVICES, MATERIALS, AND PROCESSES: If the Contractor
is required or desires to use any design , device , material, or process covered by letter,
patent, or copyright, he shall provide for such use by suitable legal agreement with the
patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and
understood that without exception the contract price shall include all royalties or cost
arising from patents, trademarks, and copyrights in any way involved in the work. The
Contractor and his sureties shall indemnify and save harmless the Owner from any and all
claims for infringement by reason of the use of any such trade-mark or copyright in
connection with the work agreed to be performed under these Contract Documents, and
shall indemnify the Owner for any cost, expense, or damage which it may be obliged to
pay by reason of such infringement at any time during the prosecution of the work or after
completion of the work, provided, however, that the Owner will assume the responsibility
to defend any and all suits brought for the infringement of any patent claimed to be
infringed upon the design, type of construction or material or equipment specified in the
Contract Documents furnished the Contractor by the Owner, and to hold the Contractor
harmless on account of such suits.
C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce
among his employees such regulations in regard to cleanliness and disposal of garbage
and waste as will tend to prevent the inception and spread of infectious or contagious
diseases and to effectively prevent the creation of a nuisance about the work on any
property either public or private, and such regulations as are required by Law shall be put
into immediate force and effect by the Contractor. The necessary sanitary conveniences
for use of laborers on the work, properly secluded from public observation, shall be
constructed and maintained by the Contractor and their use shall be strictly enforced by
C6-6(1)
l.
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)
I,
I,
The Contractor shall at all times conduct his operation and use of construction machinery
so as not to damage or destroy trees and scrubs located in close proximity to or on the site
of the work. Wherever any such damage may be done , the Contractor shall immediately
satisfy all claims of property owners, and no payment will be made by the Owner in
settlement of such claims. The Contractor shall file with the Engineer a written statement
showing all such claims adjusted.
C6-6.6 PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS, AND
RIGHT-OF-WAY : For the performance of the contract, the Contractor will be
permitted to use and occupy such portions of the public streets and alleys , or other public
places or other rights-of-way as provided for in the ordinances of the City, as shown in
the Contract Documents, or as may be specifically authorized in writing by the Engineer.
A reasonable amount of tools, materials, and equipment for construction purposes may be
stored in such space, but no more than is necessary to avoid delay in the construction
operations. Excav ated 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 v ehicles from being driven on or into, any work under
C6-6(3)
construction or being maintained. The Contractor shall furnish watchmen and keep them
at their respective assignments in sufficient numbers to protect the work and prevent
accident or damage.
All installations and procedures shall be consistent with provisions set forth in the "1980
Texas Manual on Uniform Traffic Control Devices for Streets and Highways " issued
under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways ",
codified as Article 6701d Veron 's Civil Statues , pertinent section being Section Nos. 27 ,
29 , 30 and 31.
The Contractor will not remove any regulatory sign , instructional sign , street name sign ,
or other sign which has been erected by the City. If it is determined that a sign must be
removed to permit required construction , the Contractor shall contact the Transportation
and Public Works Department, Signs and Markings Division (phone number (817) 871-
8075), to remove the sign. In case of regulatory signs , the Contractor must replace the
permanent sign with a temporary sign meeting the requirements of the above referred
manual and such temporary sign must be installed prior to the removal of the permanent
sign. If the temporary sign is not installed correctly or if it does not meet the required
specifications, the permanent sign shall be left in place until the temporary sign
requirements are met. When construction work is completed to the extent that the
permanent sign can be re-installed , the Contractor shall again contact the Signs and
Markings Division to re-install the permanent sign and shall leave his temporary sign in
place until such re-installation is completed.
The Contractor will be held responsible foe all damage to the work or the public due to
failure of barricades, signs, fences, lights, or watchmen to protect them. Whenever
evidence is found of such damage to the work the Engineer may order the damaged
portion immediately removed and replaced by the Contractor at the Contractor's own
expense. The Contractor 's responsibility for the maintenance of barricades , signs, fences
and lights , and for providing watchmen shall not cease until the project shall have been
completed and accepted by the Owner.
No compensation, except as specifically provided in these Contract Documents , will be
paid to the Contractor for the Work and materials involved in the constructing, providing,
and maintaining of barricades, signs, fences, and lights or salaries of watchmen, for the
subsequent removal and disposal of such barricades , signs , or for any other incidentals
necessary for the proper protection, safety, and convenience of the public during the
contract period , as this work is considered to be subsidiary to the several items for which
unit or lump sum prices are requested in the Proposal.
C6-6.9 USE OF EXPLOSIVES, DROP WEIGHT, ETC.: Should the Contractor elect to
use explosives , drop weight, etc., in the prosecution of the work, the utmost care shall be
exercised at all times so as not to endanger life or property. The Contractor shall notify
the proper representative of any public service corporation , any company, individual , or
utility, and the Owner, not less than twenty-four hours in advance of the use of any
C6-6(4)
activity which might damage or endanger their or his property along or adjacent to the
work.
Where the use of explosives is to be permitted on the project, as specified in the Special
Conditions Documents, or the use of explosives is requested, the Contractor shall submit
notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish
evidence that he has insurance coverage to protect against any damages and/or injuries
arising out of such use of explosives.
C6-6.10 WORK WITHIN EASEMENTS: Where the work passes over, through, or into
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 l 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 item ized statement of
the details and the amount of such alleged damage and , upon request, shall give the
Engineer access to all books of account, receipts , vouchers , bills of lading, and other
books or papers containing any evidence as to the amount of such alleged damage. Unless
such statements shall be filed as hereinabove required , the Contractor 's claim for
compensation shall be waived , and he shall not be entitled to payment on account of such
damages.
C6-6.14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC.: In case
it is necessary to change, move, or alter in any manner the property of a public utility or
others, the said property shall not be moved or interfered with until orders thereupon have
been issued by the Engineer. The right is reserved to the owners of public utilities to enter
the geographical limits of the Contract for the purpose of making such changes or repairs
to the property that may be necessary by the performance of this Contract.
C6-6.15 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing
sewer lines have to be taken up or removed , the Contractor shall, at his own expense and
cost, provide and maintain temporary outlets and connections for all private or public
drains and sewers. The Contractor shall also take care of all sewage and drainage which
will be received from these drains and sewers, and for this purpose he shall provide and
maintain, at his own cost and expense, adequate pumping facilities and temporary outlets
or divisions.
The Contractor, at his own cost and expense , shall construct such troughs , pipes , or other
structures necessary, and be prepared at all times to dispose of drainage and sewage
received from these temporary connections until such times as the permanent connections
are built and are in service. The existing sewers and connections shall be kept in service
and maintained under the Contract, except when specified or ordered to be abandoned by
the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory
manner so that no nuisance is created and so that the work under construction will be
adequately protected.
C6-6(8)
C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE
CITY: When the Contractor desires to use City water in connection with any construction
work, he shall make complete and satisfactory arrangements with the Fort Worth City
Water Department for so doing.
City water furnished to the Contractor shall be delivered to the Contractor from a
connection on an existing City main. All piping required beyond the point of delivery
shall be installed by the Contractor at his own expense.
The Contractor's responsibility in the use of all existing fire hydrant and/or valves is
detailed in Section E2-1.2 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 carrymg out the
provisions of these Contract Documents or in exerci sing any power of authority granted
thereunder, there shall be no liability upon the authorized representative of the Owner,
either personally or other wise as they are agents and representatives of the City.
C6-6.21 STATE SALES TAX: On a contract awarded by the City of Fort Worth ,
and organization which qualifies for exemption pursuant the provisions of Article 20 .04
(H) of the Texas Limited Sales , Excise, and Use Tax Act, the Contractor may purchase,
rent or lease all materials, supplies and equipment used or consumed in the performance
of this contract by issuing to his supplier an exemption certificate in lieu of the tax , said
exemption certificate to comply with State Comptroller 's Ruling .007. Any such
exemption certificate issued to the Contractor in lieu of the tax shall be subject to and
shall comply with the provision of State Comptroller's Ruling .011 , and any other
applicable State Comptroller's rulings pertaining to the Texas Limited Sales , Excise, and
Use Tax Act.
On a contract awarded by a developer for the construction of a publicly-owner
improvement in a street right-of-way or other easement which has been dedicated to the
public and the City of Fort Worth , an organization which qualifies for exemption
pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use
Tax Act, the Contractor can probably be exempted in the same manner stated above.
Texas Limited Sales, Excise, and Use Tax Act permits and information can be obtained
from:
Comptroller of Public Accounts
Sales Tax Division
Capitol Station
Austin , TX
C6-6(10)
PART C -GENERAL CONDITIONS -
C7-7 PROSECUTION AND PROGRESS
SECTION C7-7 PROSECUTION AND PROGRESS :
C7-7. l SUBLETTING: The Contractor shall perform with his own organization,
and with the assistance of workmen under his immediate superintendence, work of a
value of not less than fifty (50%) percent of the value embraced on the contract. If the
Contractor sublets any part of the work to be done under these Contract Documents , he
will not under any circumstances be relieved of the responsibility and obligation assumed
under these Contract Documents. All transactions of the Engineer will be with the
Contractor. Subcontractors will be considered only in the capacity of employees or
workmen of the Contractor and shall be subject tot he same requirements as to character
and competency. The Owner will not recognize any subcontractor on the work. The
Contractor shall at all times, when the work is in operation, be represented either in
person or by a superintendent or other designated representatives.
C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer,
sublet, or otherwise dispose of the contract or his rights , title, or interest in or to the same
or any part thereof without the previous consent of the Owner expressed by resolution of
the City Council and concurred in by the Sureties.
If the Contractor does , without such previous consent, assign , transfer, sublet, convey, or
otherwise dispos'e of the contract or his right, title, or interest therein or any part thereof,
to any person or persons, partnership , company, firm, or corporation , or does by
bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any
states , attempt to dispose of the contract may, at the option of the Owner be revoked and
annulled , unless the Sureties shall successfully complete said contract, and in the event of
any such revocation or annulment , any monies due or to become due under or by virtue of
said contract shall be retained by the Owner as liquidated damages for the reason that it
would be impracticable and extremely difficult to fix the actual damages.
C7-7 .3 PROSECUTION OF THE WORK: Prior to beginning any construction
operations, the Contractor shall submit to the Engineer in five or more copies, if
requested by the Engineer, a progress schedule preferably in chart or diagram form, or a
brief outlining in detail and step by step the manner of prosecuting the work and ordering
materials and equipment which he expects to follow in order to complete the project in
the scheduled time . There shall be submitted a table of estimated amounts to be earned by
the Contractor during each monthly estimate period.
The Contractor shall commence the work to be performed under this contract within the
time limit stated in these Contract Documents and shall conduct the work in a continuous
manner and with sufficient equipment, materials, and labor as is necessary to insure its
completion within the time limit.
C7-7(1)
The sequence requested of all construction operations shall be at all times as specified in
the Special Contract Documents. Any Deviation from such sequencing shall be submitted
to the Engineer for his approval. Contractor shall not proceed with any deviation until he
has received written approval from the Engineer. Such specification or approval by the
Engineer shall not relieve the Contractor from full responsibility of the complete
performance of the Contract.
The contract time may be changed only as set forth in Section C7-7.8 EXTENSION OF
TIME OF COMPLETION of this Agreement, and a progress schedule shall not constitute
a change in the contract time.
C7-7.4 LIMITATION OF OPERATIONS: The working operations shall at all
times be conducted by the Contractor so as to create a minimum amount of inconvenience
to the public. At any time when, in the judgment of the Engineer, the Contractor has
obstructed or closed or is carrying on operations in a portion of a street or public way
greater than is necessary for proper execution of the work, the Engineer may require the
Contractor to finish the section on which operations are in progress before the work is
commenced on any additional section or street.
C7-7.5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be
used by the Contractor when it is available. The Contractor may bring from outside the
City of Fort Worth his key men and his superintendent. All other workmen, including
equipment operators, may be imported only after the local supply is exhausted. The
Contractor shall employ only such superintendents, foremen , and workmen who are
careful , competent, and fully qualified to perform the duties and tasks assigned to them ,
and the Engineer may demand and secure the summary dismissal of any person or persons
employed by the Contractor in or about or on the work who , in the opinion of the Owner,
shall misconduct himself or to be found to be incompetent, disrespectful , intemperate,
dishonest , or otherwise objectionable or neglectful in the proper performance of his or
their duties, or who neglect or refuses to comply with or carry out the direction of the
owner, and such person or persons shall not be employed again thereon without written
consent of the Engineer.
All workmen shall have sufficient skill, ability, and experience to properly perform the
work assigned to them and operate any equipment necessary to properly carry out the
performance of the assigned duties.
The Contractor shall furnish and maintain on the work all such equipment as is
considered to be necessary for the prosecution of the work in an acceptable manner and at
a satisfactory rate of progress. All equipment, tools , and machinery used for handling
materials and executing any part of the work shall be subject to the approval of the
Engineer and shall be maintained in a satisfactory, safe and efficient working condition.
Equipment on any portion of the work shall be such that no injury to the work. Workmen
or adjacent property will result from its use.
C7-7(2)
C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting
with the first day of the work completed as defined in Cl-1.23 "WORKING DAYS " or
the date stipulated in the "WORK ORDER" for beginning work , whichever comes first.
Nothing in these Contract Documents shall be construed as prohibiting the Contractor
from working on Saturday, Sunday or Legal Holidays , providing that the following
requirements are met:
a. A request to work on a specific Saturday, Sunday or Legal Holiday must
be made to the Engineer no later that the preceding Thursday.
b. Any work to be done on the project on such a specific Saturday, Sunday or
Legal Holiday must be, in the opinion of the Engineer, essential to the
timely completion of the project.
The Engineer 's decision shall be final in response to such a request for approval to work
on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be
allowed to the Contractor for any work performed on such a specific Saturday, Sunday or
Legal Holiday.
Calendar Days shall be defined in C 1-1.24 and the Contractor may work as he so desires .
C7-7.7 TIME OF COMMENCEMENT AND COMPLETION: The Contractor shall
commence the working operations within the time specified in the Contract Documents
and set forth in the Work Order. Failure to do so shall be considered by the owner as
abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit.
The Contractor shall maintain a rate of progress such as will insure that the whole work
will be performed and the premises cleaned up in accordance with the Contract
Documents and within the time established in such documents and such extension of time
as may be properly authorized.
C7-7.8 EXTENSION OF TIME COMPLETION: The Contractor's request for an
extension of time of completion shall be considered only when the request for such
extension is submitted in writing to the Engineer within seven days from and after the
time alleged cause of delay shall occurred. Should an extension of the time of completion
be requested such request will be forwarded to the City Council for approval.
In adjusting the contract time for completion of work, consideration will be given to
unforeseen causes beyond the control of and without the fault or negligence of the
Contractor, fire , flood , tornadoes , epidemics, quarantine restrictions , strikes , embargoes ,
or delays of sub-contractors due to such causes .
C7-7(3)
•
When the date of completion is based on a calendar day bid , a request for extension of
time because of inclement weather will not be considered . A request for extension of time
due to inability to obtain supplies and materials will be considered only when a review of
the Contractor's purchase order dates and other pertinent data as requested by the
Engineer indicates that the Contractor has made a bonafide attempt to secure delivery on
schedule. This shall include efforts to obtain the supplies and materials from alternate
sources in case the first source cannot make delivery.
If satisfactory execution and completion of the contract should require work and materials
in greater amounts or quantities than those set forth in the approved Contract Documents ,
then the contract time mat be increased by Change Order.
C7-7.9 DELAYS: The Contractor shall receive no compensation for delays or
hindrances to the work, except when direct and unavoidable extra cost to the Contractor
is caused by the failure of the City to provide information or material, if any, which is to
be furnished by the City. When such extra compensation is claimed, a written statement
thereof shall be presented by the Contractor to the Engineer and if by the Engineer found
correct, shall be approved and referred by the Engineer to the City Council for final
approval or disapproval; and the action thereon by the City Council shall be final and
binding. If delay is caused by specific orders given by the Engineer to stop work, or by
the performance of extra work, or by the failure of the City to provide material or
necessary instructions for carrying on the work , then such delay will entitle the Contractor
to an equivalent extension of time, his application for shall , however, be subject to the
approval of the City Council: and no such extension of time shall release the Contractor
or the surety on his performance bond from all his obligations hereunder which shall
rem ain in full force until the discharge of the contract.
C7-7 .10 TIME OF COMPLETION: The time of completion is an essential element of
the contract. Each bidder shall indicate in the appropriate place on the last page of the
Proposal the number of working days or calendar days that he will require to fully
complete this contract or the time of completion will be specified by the City in the
Proposal section of the Contract Documents.
The number of days indicated shall be a realistic estimate of the time required to complete
the work covered by the specific contract being bid upon. The amount of time so stated
by the successful bidder or the City will become the time of completion specified in the
Contract Documents.
For each calendar day that any work shall remain uncompleted after the time specified in
the Contract Documents, or increased time granted by the Owner, or as automatically
increased by additional work or materials ordered after the contract is signed, the sum per
day given in the following schedule, unless otherwise specified in other parts of the
Contract Documents, will be deducted from the monies due the Contractor, not as a
penalty, but as liquidated damages suffered by the Owner.
C7-7(4)
AMOUNT OF CONTRACT AMOUNT OF
LIQUIDATED
DAMAGES
PER DAY
Less than $ 5,000 inclusive $ 35 .00
$ 5,001 to $ 15 ,000 inclusive $ 45.00
$ 15 ,001 to $ 25 ,000 inclusive $ 63.00
$ 25,001 to $ 50 ,000 inclusive $ 105 .00
$ 50 ,001 to $ 100,000 inclusive $ 154.00
$ 100,001 to $ 500,000 inclusive $ 210.00
$ 500,001 to $1 ,000 ,000 inclusive $ 315.00
$ 1,000 ,001 to $2,000 ,000 inclusive $ 420.00
$2,000,000 and over $ 630.00
The parties hereto understand and agree that any harm to the City caused by the
Contractor's delay in completing the work hereunder in the time specified by the Contract
Documents would be incapable or very difficult to calculate due to lack of accurate
information, and that the "Amount of Liquidated Damages Per Day", as set out above , is
a reasonable forecast of just compensation due the City for harm caused by any delay.
C7-7 .11 SUSPENSION BY COURT ORDER: The Contractor shall suspend
operations on such part or parts of the work ordered by any court, and will not be entitled
to additional compensation by virtue of such court order. Neither will he be liable to the
City in the vent the work is suspended by a Court Order. Neither will the Owner be liable
to the Contractor by virtue of any Court Order or action for which the Owner is not solely
responsible.
C7-7.12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend
the work operation wholly or in part for such period or periods of time as he may deem
necessary due to unsuitable weather conditions or any other unsuitable conditions which
in the opinion of the Owner or Engineer cause further prosecution of the work to be
unsatisfactory or detrimental to the interest of the project. During temporary suspension
of the work covered by this contract, for any reason, the Owner will make no extra
payment for stand-by time of construction equipment and/or construction crews.
If it should become necessary to suspend work for an indefinite period, the Contractor
shall store all materials in such manner that they will not obstruct or impede the public
unnecessarily nor become damaged in any way, and he shall take every precaution to
prevent damage or deterioration of the work performed; he shall provide suitable drainage
about the work , and erect temporary structures where necessary.
C7-7(5)
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
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.I3 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.
C7-7(6)
b. Substantial evidence that progress of the work operations by the
Contractor is insufficient to complete the work within the specified time.
c. Failure of the Contractor to pro vide and maintain sufficient labor and
equipment to properly execute the working operations.
d. Substantial evidence that the Contractor has abandoned the work.
e. Substantial evidence that the Contractor has become insolvent or bankrupt,
or otherwise financially unable to carry on the work satisfactorily.
f. Failure on the part of the Contractor to observe any requirements of the
Contract Documents or to comply with any orders given by the Engineer
or Owner provided for in these Contract Documents.
g. Failure of the Contractor promptly to make good any defect in materials or
workmanship, or any defects of any nature the correction of which has
been directed in writing by the Engineer or the Owner.
h . Substantial evidence of collusion for the purpose of illegally procuring a
contract or perpetrating fraud on the City in the construction of work under
contract.
1. A substantial indication that the Contractor has made an unauthorized
assignment of the contract or any funds due therefrom for the benefit of
any creditor or for any other purpose.
J. If the Contractor shall for any cause whatsoever not carry on the working
operation in an acceptable manner.
k. If the Contractor commences legal action against the Owner.
A Copy of the suspension order or action of the City Council shall be served on the
Contractor 's Sureties. When work is suspended for any cause or causes , or when the
contract is canceled, the Contractor shall discontinue the work or such part thereof as the
owner shall designate, whereupon the Sureties may, at their option, assume the contract
or that portion thereof which the Owner has ordered the Contractor to discontinue, and
may perform the same or may, with written consent of the owner, sublet the work or that
portion of the work as taken over, provided however, that the Sureties shall exercise their
option, if at all, within two weeks after the written notice to discontinue the work has
been served upon the Contractor and upon the Sureties or their authorized agents. The
Sureties , in such event shall assume the Contractor's place in all respects , and shall be
paid by the Owner for all work performed by them in accordance with the terms of the
Contract Documents . All monies remaining due the Contractor at the time of this default
C7-7(7)
shall thereupon become due and payable to the Sureties as the work progresses, subject to
all of the terms of the Contract Documents.
In case the Sureties do not, within the 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
C7-7(8)
shall be deemed conclusively presumed and established that such
termination is made with just cause as therein stated; and no proof in any
claim, demand or suit shall be required of the Owner regarding such
discretionary action
B. CONTRACTOR ACTION: After receipt of a notice of termination,
and except as otherwise directed by the Engineer, the Contractor shall:
1. Stop work under the contract on the date and to the extent
specified in the notice of termination;
2. place no further orders or subcontracts for materials,
services or facilities except as may be necessary for
completion of such portion of the work under the contract
as is not terminated;
3. terminate all orders and subcontracts to the extent that they
relate to the performance of the work terminated by notice
of termination;
4. transfer title to the Owner and deliver in the manner, at the
times, and to the extent, if any, directed by the Engineer:
a. the fabricated or un-fabricated parts, work in
progress, completed work, supplies and other
material produced as a part of, or acquired in
connection with the performance of, the work
terminated by the notice of the termination; and
b. The completed or partially completed plans,
drawings, information and other property which, if
the contract had been completed, would have been
required to be furnished to the Owner.
5. complete performance of such work as shall not have been
terminated by the notice of termination; and
6. Take such action as may be necessary, or as the Engineer
may direct, for the protection and preservation of the
property related to its contract which is in the possession of
the Contractor and in which the owner has or may acquire
the rest.
At a time not later than 30 days after the termination date specified in the
notice of termination, the Contractor may submit to the Engineer a list,
C7-7(9)
I'
I
certified as to quantity and quality, of any or all items of termination
inventory not previously disposed of, exclusive of items the disposition of
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 C7-7.16(E)
hereafter, prescribing the amount to be paid to the Contractor by reason of
the termination of work pursuant to this section, shall be deemed to limit,
restrict or otherwise determine or affect the amount or amounts which may
be agreed upon to be paid to the Contractor pursuant to this paragraph.
E. 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.
F. DEDUCTIONS: In arriving at the amount due the Contractor under
this section there shall be deducted;
1. all un-liquidated advance or other payments on account
theretofore made to the Contractor, applicable to the
terminated portion of this contract;
C7-7(10)
2. any claim which the Owner may have against the
Contractor in connection with this contract; and
3. the agreed price for , or the proceeds of the sale of, any
materials, supplies or other things kept by the Contractor or
sold, pursuant to the provisions of this clause, and not
otherwise recovered by or credited to the Owner.
G. ADJUSTMENT: If the termination hereunder be partial, prior to the
settlement of the terminated portion of this contract, the Contractor may
file with the Engineer a request in writing for an equitable adjustment of
the price or prices specified in the contract relating to the continued
portion of the contract (the portion not terminated by notice of
termination), such equitable adjustment as may be agreed upon shall be
made in such price or prices; noting contained herein, however, shall limit
the right of the owner and the Contractor to agree upon the amount or
amounts to be paid tot he Contractor for the completion of the continued
portion of the contract when said contract does not contain an established
contract price for such continued portion.
H. NO LIMITATION OF RIGHTS: Noting contained in this section shall
limit or alter the rights which the Owner may have for termination of this
contract under C7-7.14 hereof entitled "SUSPENSION OR
ABANDONMENT OF THE WORK AND ANNULMENT OF
CONTRACT" or any other right which the Owner may have for default or
breach of contract by Contractor.
C7-7.17 SAFETY METHODS AND PRACTICES: The Contractor shall be
responsible for initiating, maintaining and supervising all safety precautions and
programs in connection with the work at all times and shall assume all responsibilities for
their enforcement.
The Contractor shall comply with federal, state, and local laws, ordinances, and
regulations so as to protect person and property from injury, including death, or damage
in connection with the work.
C7-7(11)
C8-8 MEASURMENT AND PAYMENT
PART C -GENERAL CONDITIONS
C8-8 MEASURMENT AND PAYMENT
C8-8. l MEASURMENT OF QUANTITIES: The determination of quantities of work
performed by the Contractor and authorized by the Contract Documents acceptably
completed under the terms of the Contract Documents shall be made by the Engineer,
based on measurements made by the Engineer. These measurements will be made
according to the United States Standard Measurements used in common practice, and will
be the actual length, area, solid contents, numbers, and weights of the materials and items
installed.
C8-8.2 UNIT PRICES: When in the Proposal a "Unit Price" is set forth, the said "Unit
Price" shall include the furnishing by the Contractor of all labor, tools , materials,
machinery, equipment, appliances and appurtenances necessary for the construction of
and the completion in a manner acceptable to the Engineer of all work to be done under
these Contract Documents.
The "Unit Price" shall include all permanent and temporary protection of overhead,
surface, and underground structures, cleanup, finished , overhead expense, bond,
insurance, patent fees, royalties, risk due to the elements and other causes, delays, profits,
injuries, damage claims, taxes, and all other items not specifically mentioned that may be
required to fully construct each item of the work complete in place an in a satisfactory
condition of operation.
C8-8.3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth , the said "Lump
Sum" shall represent the total cost for the Contractor to furnish all labor, tools, materials,
machinery, equipment, appurtenances, and all subsidiary work necessary for the
construction and completion of all the work to provide a complete and functional item as
detailed in the Special Contract Documents and/or Plans.
C8-8.4 SCOPE OF PAYMENT: The Contractor shall receive and accept the
compensation, as herein provided, in full payment for furnishing all labor, tools,
materials, and incidentals for performing all work contemplated and embraced under
these Contract Documents, for all loss and damage arising out of the nature of the work
or form the action of the elements, for any unforeseen defects or obstructions which may
arise or be encountered during the prosecution of the work at any time before its final
acceptance by the Owner, (except as provided in Paragraph CS-5.14) for all risks of
whatever description connected with the prosecution of the work, for all expense incurred
by or in consequence of suspension or discontinuance of such prosecution of the working
operations as herein specified, or any and all infringements or patents, trademarks,
copyrights, or other legal reservations, and for completing the work in an acceptable
manner according to the terms of the Contract Documents.
C8-8-l
The payment of any current or partial estimate prior to final acceptance of the work by
the Owner shall in no way constitute an acknowledgment of the acceptance of the work ,
materials , or equipment, nor in any way prejudice or affect the obligations of the
Contractor to repair, correct, renew , or replace at his own and proper expense, any defects
or imperfections in the construction or in the strength or quality of the material used or
equipment and machinery furnished in or about the construction of the work under
contract and its appurtenances , or any damage due or attributed to such defects , which
defects, imperfection, or damage shall have been discovered on or before the final
inspection and acceptance of the work or during the one year guarantee period after final
acceptance. The Owner shall be the sole judge of such defects, imperfections , or damage ,
and the Contractor shall be liable to the Owner for failure to correct the same as provided
herein.
C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Between the 151 and 5th day or
each month the Contractor shall submit to the Engineer a statement showing an estimate
of the value of the work done during the previous month , or estimate period under the
Contract Documents. Not later than the 10th day of the month the Engineer shall verify
such estimate, and if it is found to be acceptable and the value of work performed since
the last partial payment was made exceeds one hundred dollars in amount , 90% of such
estimated sum will be paid to the Contractor if the total contract amount is less than
$400,000, or 95% of such estimated sum will be paid to the Contractor if the total
contract amount is $400,000 or greater within twenty-five (25) days after the regular
estimate period. The City will have the option of preparing estimated on form furnished
by the City. The partial estimate may include acceptable nonperishable materials
delivered to the work, which are to be incorporated into the work as a permanent part
thereof, but which at the time of the estimate have not been installed.(such payment will
be allowed on a basis of 85% of the net invoice value thereof) The Contractor shall
furnish the Engineer such information as he may request to aid him as a guide in the
verification or the preparation of partial estimates.
It is understood that the partial estimate from month to month will be approximate only,
and all partial monthly estimates and payment will be subject to correction in the
estimates rendered following the discovery of an error in any previous estimate, and such
estimate shall not, in any respect, be taken as an admission of the Owner of the amount of
work done or of its quality of sufficiency, or as an acceptance of the work done or the
release of the Contractor of any of his responsibilities under the Contract Documents .
The City reserves the right to withhold the payment of any monthly estimate if the
Contractor fails to perform the work strictly in accordance with the specifications or
provisions of this contract.
C8-8.6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may be
held in abeyance if the performance of the construction operations is not in accordance
with the requirements of the Contract Documents.
C8-8-2
C8-8. 7 FINAL ACCEPTANCE: Whenever the improvements provided for by the
Contract Documents shall have been completed and all requirements of the Contract
Documents shall have been fulfilled on the part of the Contractor, the Contractor shall
notify the Engineer in writing that the improvements are ready for the final inspection.
The Engineer shall notify the appropriate officials of the Owner, will within a reasonable
time make such final inspection, and if the work is satisfactory, in an acceptable
condition, and has been completed in accordance with the terms of the Contract
Documents and all approved modifications thereof, the Engineer will initiate the
processing of the final estimate and recommend final acceptance of the project and final
payment thereof as outlined in C8-8.8 below.
C8-8.8 FINAL PAYMENT: Whenever all the improvements provided for by the
Contract Documents and all approved modifications thereof shall have been completed
and all requirements of the Contract Documents have been fulfilled on the part of the
Contractor, a final estimate showing the value of the work will be prepared by the
Engineer as soon as the necessary measurements , computations, and checks can be made.
All prior estimates upon which payment has been made are subject to necessary
corrections or revisions in the final payment.
The amount of the final estimate, less previous payments and any sum that have been
deducted or retained under the provisions of the Contract Documents, will be paid to the
Contractor within 60 days after final acceptance by the Owner on a proper resolution of
the City Council, provided the Contractor has furnished to the Owner satisfactory
evidence of payment as follows : prior submission of the final estimate for payment, the
Contractor shall execute an affidavit, as furnished by the City, certifying that all persons,
firms , associations , corporations, or other organizations furnishing labor and/or materials
have been paid in full, that the wage scale established by the City Council in the City of
Fort Worth has been paid, and that there are no claims pending for personal injury and/or
property damages.
The acceptance by the Contractor of the last or final payment as aforesaid shall operate as
and shall release the Owner from all claims or liabilities under the Contract for anything
done or furnished or relating to the work under the Contract Documents or any act or
neglect of said City relating to or connected with the Contract.
The making of the final payment by the Owner shall not relieve the Contractor of any
guarantees or other requirements of the Contract Documents which specifically continue
thereafter.
C8-8.9 ADEQUACY OF DESIGN: It is understood that the Owner believes it has
employed competent Engineers and designers to prepare the Contract Documents and all
modifications of the approved Contract Documents. It is, therefore, agreed that the
Owner shall be responsible for the adequacy of its own design features, sufficiency of the
Contract Documents , the safety of the structure, and the practicability of the operations of
the completed project, provided the Contractor has complied with the requirements of the
C8-8-3
said Contract Documents , all approved modifications thereof, and additions and
alterations thereto approved in writing by the Owner. The burden of proof of such
compliance shall be upon the Contractor to show that he has complied with the said
requirements of the Contract Documents, approved modifications thereof, and all
approved additions and alterations thereto.
C8-8.10 GENERAL GUARANTEE: Neither the final certificate of payment nor any
provision in the Contract Documents nor partial or entire occupancy or use of the
premises by the Owner shall constitute an acceptance of work not done in accordance
with the Contract Documents or relieve the Contractor of liability in respect to any
express warranties or responsibility for faulty materials or workmanship. The Contractor
shall remedy any defects or damages in the work and pay for any damage to other work
resulting therefrom which shall appear within a period of one year from the date of final
acceptance of the work unless a longer period is specified and shall furnish a good and
sufficient maintenance bond in the amount of 100 percent of the amount of the contract
which shall assure the performance of the general guarantee as above outlined. The
Owner will give notice of observed defects with reasonable promptness.
C8-8. l 1 SUBSIDIARY WORK: Any and all work specifically governed by
documentary requirements for the project, such as conditions imposed by the Plans, the
General Contract Documents, or the Special Contract Documents , in which no specific
item for bid has been provided for in the Proposal, shall be considered as a subsidiary
item of work, the cost of which shall be included in the price bid in the Proposal, for each
bid item. Surface restoration, rock excavation , and clean-up are general items of work
which fall in the category of subsidiary work.
C8-8.12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be
allocated under various bid items in the Proposal to establish unit prices for
miscellaneous placement of material. These materials shall be used only when directed
by the Engineer, depending on field conditions. Payment for miscellaneous placement of
material will be made for only that amount of material used, measured to the nearest one-
tenth unit. Payment for miscellaneous placement of material shall be in accordance with
the General Contract Documents regardless of the actual amount used for the project.
C8-8.13 RECORD DOCUMENTS: Contractor shall keep on record a copy of all
specifications , plans , addenda, modifications , shop drawings , and samples at the site , in
good order and annotated to show all changes made during the construction process.
These shall be delivered to the Engineer upon completion of the work.
C8-8-4
SUPPLEMENT ARY CONDITIONS
FORT WORTH, WATER DEPARTMENT
WATER AND WASTEWATER TREATMENT PLANT PROJECTS
1. CONTRACT DOCUMENTS: In Section Cl-1.2 CONTRACT DOCUMENTS,
delete Paragraph Cl-l.2b SPECIAL CONTRACT DOCUMENTS and add the following:
"b. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are
prepared for each specific project as a supplement to the General Contract Documents
and include the following items:
PART A -NOTICE TO BIDDERS (Advertisement)
SPECIAL INSTRUCTION TO BIDDERS
PART B -PROPOSAL (Bid)
M/WBE BID SPECIFICATIONS
PART C-GENERAL CONDITIONS
PART CS-SUPPLEMENTARY CONDITIONS
PART D-SPECIAL CONDITIONS
PART E -TECHNICAL SPECIFICATIONS
PERMITS/EASEMENTS (Some Permits are Multicolored)
PART F -BONDS AND INSURANCE
PART G -CONTRACT
PART H -PLANS/FIGURES (may be bound separately)
White
White
White
Golden Rod
Canary Yellow
Green
Green
White
White
White
White
White
2. DIRECTOR OF TRANSPORATION AND PUBLIC WORKS: Delete entire
Paragraph C 1-1.17, and replace with the following:
Cl-1.17 DIRECTOR OF TRANSPORATION AND PUBLIC WORKS: The
officially appointed Director of the Transportation and Public Works Department of
the City of Fort Worth, or his duly authorized representative, assistant, or agents.
3. DIRECTOR OF ENGINEERING: Add the following paragraph after Cl-1.17 and
before C 1-1.18:
Cl-l.l 7A DIRECTOR OF ENGINEERING: The officially appointed Director of the
Department of Engineering of the City of Fort Worth referred to in the charter as the
City Engineer, or his duly authorized representative assistant, or agents.
4. ENGINEER: Delete entire Paragraph Cl-1.19, and replace with the following:
The Director of the Fort Worth Department of Engineering, the Director of Fort
Worth Transportation and Public Works Department, the Director of the Fort Worth
Water Department, or their duly authorized assistants, agents, engineers, inspectors,
or superintendents, acting within the scope of the particular duties entrusted to them.
CS-1
5. PROPOSAL FORM: In Section C2-2.1, Paragraph 1, revise last sentence to read as
follows: "The Bidder shall furnish a Financial Statement, Equipment Schedule, and
Experience Record, all of which must be properly executed and filed with the Director of
the Water Department one week prior to the hour for opening of bids. Information shall
be on forms provided by the Bidder and acceptable to the City.
6. EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: In
Section C2-2.3, Paragraph 2, add the following to the last sentence: "except for changes
in the site conditions caused by factors outside of the control of the Contractor which
occur after the Contractor's inspection and prior to installation."
7. INTERPRETATION AND PREPARATION OF PROPOSAL: Part C -General
Conditions, Section C2-2 , exchange paragraphs C2-2.7, C2-2.8, and C2-2.9 with the
following:
C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is
delivered, accompanied by its proper Bid Security and other required material, to the
Purchasing Manager or his representative at the official location and stated time set
forth in the proposal at the proper time to the proper place. The mere fact that a
proposal was dispatched will not be considered. The Bidders must have the proposal
actually delivered. Each proposal shall be in a sealed envelope plainly marked with
the word "PROPOSAL" and the name or description of the project designated in the
"Notice To Bidders". The envelope shall be addressed to the Purchasing Manager,
City of Fort Worth Purchasing Division, PO Box 17027, Fort Worth, Texas 76102."
C2-2 .8 WITHDRAWING PROPOSALS: Proposals, actually filed with the
Purchasing Manager cannot be withdrawn prior to the time set for the opening of
proposals. A request for non consideration of a proposal must be made in writing,
addressed to the City Manager, and filed with him prior to the time set for the opening
of proposals. After all proposals not requested for non-consideration are opened and
publicly read aloud, the proposals for which non-consideration requests have been
properly filed may, at the option of the Owner, be returned unopened.
C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may
modify his proposal by telegraphic communication at any time prior to the time set for
opening proposals, provided such telegraphic communication is received by the
Purchasing Manager prior to the said proposal opening time, and provided further,
that the City Manager is satisfied that a written and duly authenticated confirmation of
such telegraphic communication over the signature of the bidder was mailed prior to
the proposal opening time. If such confirmation is not received within forty-eight
( 48) hours after the proposal opening time, no further consideration will be given to
the proposal.
CS-2
8. MINORITY BUSINESS ENTERPRISE/WOMEN BUSINESS ENTERPRISE
COMPLIANCE: Delete entire Paragraph C3-3.2, and replace with the following:
C3-3.2 MINORITY AND WOMEN BUSINESS ENTERPRISES: In a accord with
City of Fort Worth Ordinance No. 15530 , the City of Fort Worth has goals for the
participation of minority business enterprises and women business enterprises in City
contracts. A copy of the Ordinance can be obtained from the Office of the City
Secretary. The bidder shall submit the MBE/WBE SUBCONTRACTOR/SUPPLIER
UTILIZATION FORM, PRIME CONTRACTOR W AIYER FORM, and/or the
GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT
VENTURE FORM as appropriate. The Documentation must be received by the
managing department no later than 5:00 pm, five (5) City business days after the bid
opening date. The bidder shall obtain a receipt from the appropriate employee of the
managing department to whom delivery was made. Such receipt shall be evidence
that the documentation was received by the City. Failure to comply shall render the
bid non-responsive.
Upon request, Contractor agrees to provide the Owner complete and accurate
information regarding actual work performed by a minority business enterprise
(MBE) and/or women business enterprise (WBE) on the contract and payment
thereof. Contractor further agrees to permit any audit and/or examination of any
books, records or files in its possession that will substantiate the actual work
performed by an MBE and/or WBE. The misrepresentation of facts (other than a
negligent misrepresentation) and/or commission of fraud by the Contractor will be
grounds for termination of the contract and/or initiating action under appropriate
Federal, State or local laws or ordinances relating to false statements. Further, any
such misrepresentation facts (other than a negligent misrepresentation) and/or
commission of fraud will result in the Contractor being determined to be irresponsible
and barred from participating in City work for a period of time of not less that three
(3) years.
9. C3-3.5 AW ARD OF CONTRACT is modified to read as follows:
"The Owner reserves the right to withhold final action on the proposals for a
reasonable time, not to exceed the period stated for the duration of the Bid Security
stated in the Notice to Bidders or 90 days, whichever is shorter."
10. C3-3.7 BONDS. For the Paragraph after Paragraph C3-3.7d OTHER BONDS, which
begins with "No sureties", change the entire paragraph to read as follows:
"In order for a surety to be acceptable to the City, the surety must (1) hold a certificate
of authority from the United States Secretary of the Treasury to qualify as a surety on
obligations permitted or required under federal law; or (2) have obtained reinsurance
for any liability in excess of $100,000 from a reinsurer that is authorized and admitted
as a reinsurer in the state of Texas and is the holder of a certificate of authority from
the United States Secretary of the Treasury to qualify as a surety on obligations
permitted or required under federal law. Satisfactory proof of any such reinsurance
shall be provided to the City upon request. The City, in its sole discretion, will
CS-3
determine the adequacy of the proof required herein. Each bond shall be properly
executed by both the Contractor and the Bonding Company."
11.0 INSURANCE. Delete entire Paragraph C3-3.l 1 INSURANCE, and replace with the
following:
C3-3. l 1 INSURANCE: The Contractor shall not commence work under this
contract until he has obtained all insurance required under the Contract Documents,
and such insurance has been approved by the Owner and certificates of Insurance
shall be delivered to the Owner (City of Fort Worth, Contract Administrator in the
respective department as specified in the bid documents, 1000 Throckmorton Street,
Fort Worth, Texas 76102) prior to commencement of work on the contract project.
The prime Contractor shall be responsible for delivering to the Owner the sub-
contractor's certificate of insurance for approval. The prime Contractor shall indicate
on the certificate of insurance included in the documents for execution whether or not
his insurance covers sub-contractors. It is the intention of the Owner that the
insurance coverage required herein shall include the coverage of all sub-contractors.
The General Contractor may require all subcontractors to be insured and submit
documentation ensuring that the requirements of C3-3.11 are met for all
subcontractors. Failure of the Owner to request required documentation shall not
constitute a waiver of the insurance requirements specified herein. The Contractor's
liability shall not be limited to the specified amounts of insurance required herein.
a. COMPENSATION INSURANCE: The Contractor shall maintain,
during the life of this contract, Worker's Compensation Insurance on all of
his employees to be engaged in work on the project under this contract,
and for all sub-contractors. In case any class of employees engaged in
hazardous work on the project under this contract is not protected under
the Worker's Compensation Statute, the Contractor shall provide adequate
employer's general liability insurance for the protection of such of his
employees not so protected. Worker 's compensation insurance covering
employees in the project site shall be indorsed with a waiver of
subrogation providing rights of recovery in favor of the OWNER.
b. COMMERICAL GENERAL LIABILITY INSURANCE: The Contractor
Shall procure and shall maintain during the life of this contract, General
Liability Insurance (Public Liability and Property Damage Insurance) in
the amount not less than $500,000 covering each occurrence/aggregate on
account of bodily injury, including death, and in an amount not less than
$500,000 covering each occurrence/aggregate on account of property
damage with $2,000,000 umbrella policy coverage. Certificates of
insurance shall state that Insurance is on an "occurrence" basis. Certificate
shall also contain a statement that no exclusions by endorsement have
been made to the Commercial General Liability Policy.
c. ADDITIONAL LIABILITY: The Contractor shall furnish insurance as a
separate policies or by additional endorsement to one of the above-
CS-4
mentioned policies, and in the amount as set forth for public liability and
property damage, the following insurance:
1. Contingent Liability (covers General Contractor's Liability for acts
of sub-contractors).
2. Blasting, prior to any blasting being done.
3. Collapse of buildings or structures adjacent to excavation .(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). 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 procur~ and maintain during the life of
this Contract, Comprehensive Automobile Liability Insurance in an
amount not less than $250,000 for injuries including accidental death to
any one person and subject to the same limit for each person an amount
not less than $500,000 aggregate on account of one accident, and
automobile property damage insurance in an amount not less than
$100,000 aggregate.
CS-5
e. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance
required under the above paragraphs shall provide adequate protection for
the Contractor and his sub-contractors, respectively, against damage
claims which may arise from operations under this contract, whether such
operations be by the insured or by anyone directly or indirectly employed
by him, and also against any of the following special hazards which may
be encountered in the performance of the Contract.
f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish
the owner with satisfactory proof of coverage by insurance required in
these Contract Documents in the amounts and by carriers satisfactory to
the Owner. (Sample attached.) Other than Worker 's Compensation
Insurance, in lieu of specified insurance, the City may consider alternative
coverage or risk treatment measures through insurance pools or risk
retention groups. The City must approve in writing any alternative
coverage. All insurance requirements made upon the Contractor shall
apply to the sub-contractors , should the Prime Contractor's insurance not
cover the sub-contractor's work operations.
g.
h.
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.
INSURANCE COMP ANY: The insurance company with whom the
Contractor's insurance is written shall be authorized to do business in the
State of Texas and shall have a current A.M. Best Rating of "A:VII " or
equivalent measure of financial strength and solvency.
1. NOTIFICATION. During the lifetime of this contract, the Contractor shall
notify the ENGINEER in writing, of any known loss occurrence that could
give rise to a liability claim or lawsuit or which could result in a property
loss.
J. CANCELLATION: Insurance shall be endorsed to provide the City with a
minimum of thirty days notice of cancellation, non-renewal and/or
material change in insurance policy terms or coverage. A minimum 10 day
notice shall be acceptable in the event of non-payment of insurance
premium to insurance company.
CITY RESPONSIBILITIES. The City shall not be responsible for direct payment of
insurance premium costs for Contractor's Insurance.
12. LIMITATION OF INCIDENTAL CHARGES (Reference C4-4.5c):
The Contractor agrees that should any change in the work of extra work be ordered, the
following applicable percentage shall be added to Material and Labor Costs to cover
overhead and profit:
CS-6
1. Allowance to the Contractor for overhead and profit for extra work performed by
the Contractor's own forces shall not exceed 15%.
2. Allowance to the Contractor for overhead and profit for extra work performed by a
subcontractor and supervised by the Contractor shall not exceed 10%.
Contractor shall be reimbursed for direct field overhead when the change requires an
· extension of the Contract period. Contractor shall not be reimbursed for indirect
overhead or indirect costs related to changes to this contract.
13 . TESTING COSTS: Section 5-5.12 ; revise the first sentence to read as follows:
"Where, as called for in the Contract Documents, tests of materials or equipment are
necessary, such tests will be made at the expense of and paid for by the Contractor
unless otherwise specifically provided for in the Technical Specifications."
14. LAWS TO BE OBSERVED: Section C6-6.1, 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."
15. BUILDING PERMITS: Paragraph C6-6.2 Insert the following at the end of the
paragraph;
"Contractors are responsible for obtaining all construction permits from the governing
agencies. Contractor shall schedule all code inspections with the Code Inspection
Department in accordance with the permit requirements and submit copy of updated
schedule to the Engineer weekly. Building, plumbing, electrical and mechanical
building permits are issued without charge. Water and sewer access fees will be paid
by the Water Department. Any other permit fees are the responsibility of the
Contractor."
16. BARRICADES , WARNINGS AND FLAGMEN: In Paragraph C6-6.8, replace the
word "watchmen" wherever in appears with the word "flagmen". In the first paragraph,
lines five (5) and six (6), replace "take all such other precautionary measures" with "take
all reasonable necessary measures".
17. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Delete entire
Paragraph C6-6. l 2, 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 anv such iniury. damage or death is caused, in whole or in part, bv
CS-7
the negligence or alleged negligence o(the Owner, its officers, agents, servants, or
employees. Contractor likewise covenants and agrees to indemnify and hold harmless
Owner from and against any and all injuries to the Owner's officers, agents, servants,
and employees, loss or destruction of property of the Owner arising form the
performance of any of the terms and conditions of this Contract, whether or not any
such iniury or damage is caused, in whole or in part, by the negligence or alleged
negligence o(the Owner, its officers, agents, servants, or employees
In the event the Owner receives a written claim for damages against the Contractor or
its subcontractors prior to final payment, final payment shall not be made until the
Contractor either (a) submits to the Owner satisfactory evidence that the claim has
been settled and/or a release from the claimant involved, or (b) provides the Owner
with a letter from the Contractor's liability insurance carrier that the claim has been
referred to the insurance carrier.
The Director may, if he deems it appropriate, refuse to accept bids on other City of
Fort Worth public work from a Contractor against whom a claim for damages is
outstanding as a result of work performed under a City Contract."
18. STATE SALES TAX:
A. Delete Paragraph C6-6.21 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."
CS-8
19 AIR POLLUTION WATCH DAYS: Add the following to Section C7-7:
C7-7.18 AIR POLLUTION WATCH DAYS: The Contractor shall be required to
observe the following guidelines relating to working on City construction sites on
days designated as "AIR POLLUTION WATCH DAYS ". Typically, the OZONE
SEASON , within the Metroplex area, runs from May 1, through OCTOBER 31, with
6:00 a.m. -10:00 a.m . being critical BECAUSE EMISSIONS FROM THIS TIME
PERIOD HA VE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT
LEADS TO EARLY AFTERNOON OZONE FORMATION ..
The Texas Commission on Environmental Quality (TCEQ), in coordination with the
National Weather Service, will issue the Air Pollution Watch by 3:00 p .m. on the
afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the
Contractor shall bear the responsibility of being aware that such days have been
designated Air Pollution Watch Days and as such shall not begin work until 10:00
a.m. whenever construction phasing requires the use of motorized equipment for
periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00
a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and
certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel
(ULSD), diesel emulsions, or alternative fuels such as CNG.
If the Contractor is unable to perform continuous work for a period of at least seven
hours between the hours of 7:00 a.m. -6:00 p.m., on a designated Air Pollution
Watch Day, that day will be considered as a weather day and added onto the allowable
weather days of a given month.
20 C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4 SCOPE OF PAYMENT in its entirety
and replace with the following:
"The Contractor shall receive and accept the compensation as herein provided, in full
payment for furnishing all labor, tools , materials, and incidentals for performing all
work contemplated and embraced under these Contract Documents , for all loss and
damage arising out of the nature of the work or from the action of the elements, for
any unforeseen defects or obstructions which may arise or be encountered during the
prosecution which may arise or be encountered during the prosecution of the work at
any time before its final acceptance by the Owner, ( except as provided in paragraph
C5-5. l 4) for all risks of whatever description connected with the prosecution of the
work, for all expenses incurred by or in consequence of the suspension or
discontinuance of such prosecution of the working operations as herein specified, or
any and all infringements of patents, trademarks , copyrights, or other legal
reservations, and for completing the work in an acceptable manner according to the
terms of the Contract Documents.
The payment of any current or partial estimate prior to the final acceptance of the
work by the Owner shall in no way constitute an acknowledgment of the acceptance
of the work, materials, or equipment, nor in any way prejudice or affect the
obligations of the Contractor to repair, correct, renew, or replace at his own and
proper expense any defects or imperfections in the construction or in the strength or
CS-9
quality of the material used or equipment or machinery furnished in or about the
construction of the work under contract and its appurtenances, or any damage due or
attributed to such defects, which defects, imperfections, or damage shall have been
discovered on or before the final inspection and acceptance of the work or during the
two (2) year guaranty period after the final acceptance. The Owner shall be the sole
judge of such defects , imperfections , or damage, and the Contractor shall be liable to
the Owner for failure to correct the same as provided herein."
21. PARTIAL PAYMENTS: Change Paragraph C8-8.5 to read as follows:
"Partial pay estimates shall be submitted by the Contractor 5th day and the 20th day
of the month that work has been is in progress. The estimate shall be processed by the
City on the I 0th day and 25th day respectively. Estimates will be paid within 25 days
following the end of the estimate period, less the appropriate retainage as set out
below. Partial pay estimates may include acceptable nonperishable materials delivered
to the work place which are to be incorporated into the work as a permanent part
thereof, but which at the time of pay estimate have not been so installed. If such
materials are included within a pay estimate, payment shall be based upon 85% of the
net invoice value thereof. The Contractor will furnish the engineer such information
as may be reasonably requested to aid in the verification or the preparation of the pay
estimate.
For contracts of less than $400,000.00 at the execution, retainage shall be ten percent
(10%). For contracts of $400 ,000 .00 or more at the time of execution, retainage shall
be five percent (5%).
Contractor shall pay subcontractors in accord with subcontract agreement, within five
(5) business days after receipt by the Contractor of the payment by the City.
Contractor's failure to make the required payment to subcontractors will authorize the
City to withhold future payments from the Contractor until compliance with this
paragraph is accomplished.
It is understood that the partial pay estimates will be approximate only, and all partial
pay estimates and payment of the same will be subject to correction in the estimate
rendered following the discovery of an error in any previous estimate. Payment of any
partial pay estimate shall not, in any respect, be taken as an admission of the Owner of
the amount of work done or of its quality of sufficiency, or as an acceptance of the
work done or the release of the Contractor of any of his responsibilities under the
Contract Documents.
The City reserves the right to withhold the payment of any partial estimate if the
Contractor fails to perform the work in strict accordance with the specifications or
other provisions of this Contract."
22. GENERAL GUARANTY. Delete C8-8.10 GENERAL GUARANTY in its entirety
and replace with the following:
CS-10
Neither the final certificate of payment nor any provision in the Contract Documents
nor partial or entire occupancy or use of the premises by the Owner shall constitute an
acceptance of the work not done in accordance with the Contract Documents or
relieve the Contractor of liability in respect to any express warranties or responsibility
for faulty materials or workmanship. The Contractor shall remedy any defects or
damages in the work and pay for any damage to the other work resulting therefrom
which shall appear within a period of two (2) years from the date of final acceptance
of the work unless a longer period is specified and shall furnish a good and sufficient
maintenance bond in the amount of 100 percent of the amount of the contract which
shall assure the performance of the general guaranty as above outlined. The Owner
will give notice of observed defects with reasonable promptness.
Any reference to any shorter period of time of warranty contained elsewhere within
the specifications shall be resolved in favor of this specification, it being the City 's
intent that the Contractor guarantee its work for a period of two (2) years following
the date of acceptance of the project.
23. RIGHT TO AUDIT: Add the following to Section C8-8 :
C-8-8.14 RIGHT TO AUDIT:
"(a) The Contractor agrees that the City shall, until the expiration of three (3) years
after final payment under this contract, have access to and the right to examine and
photocopy any directly pertinent books, documents, papers, and records of the
Contractor involving transactions relating to this Contract. Contractor agrees that the
City shall have access during normal working hours to all necessary Contractor
facilities and shall be provided adequate and appropriate work space in order to
conduct audits in compliance with the provisions of this section. The City shall give
Contractor reasonable advance notice of intended audits.
(b) Contractor further agrees to include in all its subcontracts hereunder a provision
to the effect that the subcontractor agrees that the City shall , until the expiration of
three (3) years after final payment under this contract, have access to and the right to
examine and photocopy any directly pertinent books, documents, papers, and records
of such subcontractor, involving transactions to the subcontract, and further, that City
shall have access during normal working hours to all subcontractor facilities, and
shall be provided adequate and appropriate work space in order to conduct audits in
compliance with the provisions of this article together with subsection (c) hereof. The
City shall give subcontractor reasonable advance notice of intended audits.
( c) Contractor and subcontractor agree to photocopy such documents as may be
requested by the City. The City agrees to reimburse contractor for the cost of the
copies as follows:
1. 50 Copies and Under -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-11
24. 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 HV AC systems, overhead and project related costs.
The items will be grouped into categories using the Owner's list of category codes
which will be provided by the Owner at the Preconstruction Conference.
The Schedule of Costs will be used by the City as input to the Capital Assets System,
and will not be considered in preparation of modifications to the Contract. Costs
associated with the preparation and processing of this schedule of costs shall be
subsidiary to the price bid .
The Contractor will also provide a projected payment schedule tied to the project
schedule and the schedule of values which projects the monthly payments through the
end of the Project. The Payment schedule must be submitted along with the first
request for payment. This information is necessary to arrange financing of the Project
by the City.
END OF SECTION
CS-12
PART D-SPECIAL CONDITIONS
D-1 GENERAL:
Subject to modifications as herein contained, the Fort Worth Water Department's General
Contract Documents and General Specifications. Effective July 1, 1978, are made part of
the Contract Documents for this Project. The Plans, Special conditions and Provisions
Documents, and the rules, regulations, requirements, instructions, drawings and details
referred to by manufacturer's name, number or identification included therein as
specifying, referring or implying product control, performance, quality, or other shall be
binding upon the Contractor. The Specifications and drawings shall be considered
cooperative; therefore, work or material called for by one and not shown or mentioned in
the other shall be accomplished or furnished in a faithful manner as though required by
all. The order or precedence in case of conflicts or discrepancies between various parts of
the Contract Documents subject to the ruling of the Engineer shall generally, but not
necessarily, follow the guidelines listed below:
1. Plans
2. Special Contract Documents
3. General Contract Documents and General Specifications
The following Special Conditions shall be applicable to this project and shall govern any
conflicts with the General Contract documents under the provisions stated above.
D-2 PROJECT DESIGNATION:
Construction under these Special Documents shall be performed under the Fort Worth
Water Department Project Designations:
Water Project Number P265-601180064580
Sewer Project Number , and/or
Other
D-3 TIME OF COMPLETION:
The Owner desires the Contractor to substantially complete the project within 150
calendar days. Substantial completion shall be defined as all work completed such that
the tank is tested, disinfected, and in service. Thereafter, final completion shall occur
within 180 calendar days. Final completion shall consist of final acceptance of all work
and paperwork required to process the final pay application received by the Owner.
In the event that the Contractor fails to meet the substantial completion or the final
completion date for the project, the Owner shall withhold money permanently form the
Contractor's total compensation at the rate specified in Item C7-7.10 per calendar day as
liquidated damages until substantial completion is met.
D-2
PART D-SPECIAL CONDITIONS
D-1 GENERAL:
Subject to modifications as herein contained , the Fort Worth Water Department's General
Contract Documents and General Specifications. Effective July 1, 1978, are made part of
the Contract Documents for this Project. The Plans , Special conditions and Provisions
Documents , and the rules , regulations , requirements , instructions , drawings and details
referred to by manufacturer's name, number or identification included therein as
specifying, referring or implying product control , performance, quality, or other shall be
binding upon the Contractor. The Specifications and drawings shall be considered
cooperative ; therefore, work or material called for by one and not shown or mentioned in
the other shall be accomplished or furnished in a faithful manner as though required by
all . The order or precedence in case of conflicts or discrepancies between various parts of
the Contract Documents subject to the ruling of the Engineer shall generally, but not
necessarily, follow the guidelines listed below:
1. Plans
2. Special Contract Documents
3. General Contract Documents and General Specifications
The following Special Conditions shall be applicable to this project and shall govern any
conflicts with the General Contract documents under the provisions stated above.
D-2 PROJECT DESIGNATION:
Construction under these Special Documents shall be performed under the Fort Worth
Water Department Project Designations:
Water Project Number PXXXXX
Sewer Project Number ______ , and/or
Other
D-3 TIME OF COMPLETION:
The Owner desires the Contractor to substantially complete the project within 150
calendar days . Substantial completion shall be defined as all work completed such that
the tank is tested , disinfected , and in service. Thereafter, final completion shall occur
within 180 calendar days. Final completion shall consist of final acceptance of all work
and paperwork required to process the final pay application received by the Owner.
In the event that the Contractor fails to meet the substantial completion or the final
completion date for the project , the Owner shall withhold money permanently form the
Contractor 's total compensation at the rate specified in Item C7-7 .10 per calendar day as
liquidated damages until substantial completion is met.
D-2
D-4 PROJECT SIGNS:
Project Signs are required at all locations which will be under construction for more than
thirty (30) calendar days as indicated in Part B Proposal. Project Signs shall be in
accordance with sample drawing included in the Appendix. The signs may be mounted
on skids or on posts. The exact locations and methods of mounting shall be approved by
the engineer. Any and all costs for the required materials, labor, and equipment necessary
for the furnishing of Project Signs shall be considered as a subsidiary cost of the project
and no additional compensation will be allowed.
D-6 WAGE RATES:
The labor classifications and mm1mum wage rates set forth herein have been
predetermined by the City Council of the City of Fort Worth, Texas, in accordance with
statutory requirements, as being the prevailing classifications and rates that shall govern
on all work performed by the Contractor or any subcontractor on the site of the project
covered by these Contract Documents. In no event shall less that the following rates be
paid. (See Section 01011 of the Technical Specifications) When two or more wage rate
scales are shown and wage rates shown in specific classifications are in conflict, the
higher wage will be used.
D-8 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-10 EXISTING UTIL TIES:
The plans show the locations of all known surface and subsurface structures. However,
the Owner assumes no responsibility for failure to show any or all of these structures on
the Plans, or to show them in their exact location. It is mutually agreed that such failure
shall not be considered sufficient basis for claims for additional compensation for extra
work or for increasing the pay quantities in any manner whatsoever.
The Contractor shall be responsible for verifying the locations of and protecting all
existing utilities, service lines, or other property crossed or exposed by his construction
operations. Contractor shall make all necessary provisions for the support, protection,
relocation, and or temporary relocation of all utility poles, gas lines, telephone cables,
utility services, water mains, sanitary sewer lines, electrical cables, drainage pipes, and all
other utilities and structures both above and below ground during construction. The
Contractor is liable for all damages done to such existing facilities as a result of his
operations and any and all cost incurred for the protection and or temporary relocation of
such facilities shall be included in the cost bid per linear foot of pipe installed. NO
ADDITIONAL COMPENSATION WILL BE ALLOWED.
D-3
Where existing utilities or service lines are cut, broken or damaged , the Contractor shall
replace or repair the utilities or service lines with the same type of original material and
construction, or better, unless otherwise shown or noted on the plans , at his own cost and
expense. The Contractor shall immediately notify the Owner of the damaged utility or
service line. He shall cooperate with the owners of all utilities to locate existing
underground facilities and notify the Engineer at once of any conflicts in grades and
alignment.
In case it is necessary to change or move the property of any owner of a public utility,
such property shall not be moved or interfered with until ordered to do so by the
Engineer. The right is reserved to the owner of public utilities to enter upon the limits of
the project for the purpose of making such changes or repairs , of their property that may
be made necessary by performance of this contract.
D-12 TEST HOLES:
The matter of subsurface exploration to ascertain the nature of the soils , including the
amount of rock, if any, through which this pipeline installation is to be made is the
responsibility of any and all prospective bidders, and any bidder on this project shall
submit his bid under the condition. Whether prospective bidders perform this subsurface
exploration jointly or independently, and whether they make such determinations by the
use of test holes or other means , shall be left to the discretion of such prospective bidders.
The cost of the rock removal and other associated appurtenances, if required, shall be
included in the linear foot bid price of the pipe.
D-13 SUBSTITUTIONS:
The specifications for materials set out the minimum standard of quality which the City
believes necessary to procure a satisfactory project. No substitutions will be permitted
until the Contractor has received written permission of the Engineer to make a
substitution for the material which has been specified. Where the term "or equal," or" or
approved equal" is used , it is understood that if a material, product, or piece of equipment
bearing the name so used is furnished it will be approvable, as the particular trade name
was used for the purpose of establishing a standard of quality acceptable to the City. If a
product of any other name is proposed for use, the Engineer's approval thereof must be
obtained before the proposed substitute is procured by the Contractor. Where the term
"or equal," or "or approved equal" is not used in the specifications, this does not
necessarily exclude alternative items or material or equipment which may accomplish the
intended purpose. However, the Contractor shall have the full responsibility of proving
that the proposed substitution is, in fact, equal, and the Engineer, as the representative of
the City, shall be the sole judge of the acceptability of substitutions. The provisions of
this sub-section as related to "Substitutions" shall be applicable to all sections of these
specifications.
D-4
D-19 TRENCH SAFETY:
1. GENERAL: This specification covers the trench safety requirements for all trench
excavations in order to protect workers from cave-ins. The requirements of this item
govern all trenches for mains, manholes, vaults, service lines, and all other
appurtenances.
2. ST AND ARDS: The latest version of the U.S. Department of Labor, Occupational
Safety and Health Administration Standards, 29 CFR Part 1926, Subpart P-
Excavations, are hereby made a part of this specification and shall be the minimum
governing requirements for trench safety.
3. DEFINITIONS :
A. TRENCHES: A trench is referred to as a narrow excavation made below the
surface of the ground in which the depth is greater than the width, where the width
measured at the bottom is not greater than fifteen (15) feet. If forms or other
structures are installed or constructed in an excavation so as to reduce the
dimension measured from the forms or structure to the side of the excavation to
fifteen (15) feet or less at the bottom of the excavation, the excavation is also
considered to be a trench.
B. BENCHING SYSTEM: Benching means excavating the sides of a trench to
form one or a series of horizontal levels or steps, usually with vertical or near-
vertical surfaces between levels.
C. SLOPING SYSTEM: Sloping means excavating to form sides of a trench that
are inclined away from the excavation.
D. SHIELD SYSTEM: Shields used in trenches are generally referred to as "trench
boxes" or "trench shields." Shield means a structure that is able to withstand the
forces imposed on it by a cave-in and protect workers within the structure. Shields
can be permanent structures or can be designed to be portable and move along as
the work progresses. Shields can be either premanufactured or job-built in
accordance with OSHA standards.
E. SHORING SYSTEM: Shoring means a structure such as a metal hydraulic,
mechanical or timber system that supports the sides of a trench and which is
designed to prevent cave-ins. Shoring systems are generally comprised of
crossbraces, vertical rails (uprights), horizontal rails (wales) and/or sheeting.
4. MEASUREMENT: Trench depth is the vertical measurement from the top of the
existing ground to the bottom of the pipe or structures. The quantity of trench safety
systems shall be based on the linear foot amount of trench depth greater than five (5)
feet.
D-5
5. PAYMENT: Separate payment will be made only when trench excavations exceed
a depth of five (5) feet and shall be full compensation for safety system design, labor,
tools, materials, equipment and incidentals necessary for the installation and removal
of trench safety systems.
D-24 VAL VE BLOCKING:
All valves shall have concrete blocking for support. Valves shall have polyethylene
wrapping per Material Specification E 1-13 and Construction Specification E2-l 3
installed prior to concrete blocking. No separate payment will be made for any of the
work involved for this item and all costs incurred will be considered to be included in the
bid price of the valve.
D-25 DUCTILE IRON PIPE AND GRAY-IRON FITTINGS:
Reference Part E2 Construction Specifications, Section E2-7 Installing Cast Iron Pipe,
Fittings, and Specials, Sub Section E2-7 .11 Cast Iron Fittings: the first Paragraph shall be
revised to read as follows:
"E2-7.l l 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 E 1-13 and Construction
Specification E2-13. Wrapping shall precede horizontal concrete blocking, vertical
tie-down concrete blocking, and concrete cradle. Payment for the polyethylene
wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and
concrete cradle shall be included in bid items for valves and fittings and no other
payment will be allowed."
D-26 DETECTABLE WARNING TAPES:
Detectable underground utility warning tapes which can be located from the surface by a
pipe detector shall be installed directly above non-metallic water or sanitary sewer pipe.
The detectable tape shall be "Detect Tape" manufactured by Allen Systems Inc. or
approved equal, and shall consist of a minimum thickness 0.35 mils solid aluminum foil
encased in a protective inert plastic jacket that is impervious to all known alkalis, acids,
chemical reagents and solvents found in the soil. The minimum overall thickness of the
tape shall be 5.5 mils . and the width shall not be less than 2" inches with a minimum unit
weight of 2-1/2 pounds/1 "/1000'. The tape shall be color coded and imprinted with the
message as follows:
Type of Utility
Water
Sewer
Color Code
Safety Blue
Safety Green
D-6
Legends
Caution Buried Water Line Below
Caution Buried Sewer Line Below
Installation of detectable tapes shall be per manufacturer's recommendations and shall be
as close to the grade as is practical for optimum protection and detectability. Allow a
minimum of 18" inches between the tape and the pipe. Payment for work such as
backfill, bedding, blocking, detectable tapes and all other associated appurtenances
required shall be included in the subsidiary to the cost of pipe installation.
D-27 CONCRETE CYLINDER PIPE AND FITTINGS:
Concrete cylinder pipe on this project shall be Class 150 A WW A C-303 pretensioned
concrete cylinder pipe or Class 150 A WW A C-301 prestressed concrete cylinder pipe as
specified on the plans and manufactured in accordance with Material Standard E 1-4
contained in the General Contract Documents. Payment for work such as backfill,
beddings, blocking, excavation and all other associated appurtenances required; shall be
included in the Linear Foot price of the pipe and lump sum for the pipe fittings in the
appropriate BID ITEM(S).
D-30 VALVE CUT-INS:
It may be necessary to cut-in gate valves to isolate the water main from which the
extension and/or replacement is to be connected. This may require closing valves in other
lines and putting consumers out of service for that period of time necessary to cut in the
new valve; the work must be expedited to the utmost and all such cut-ins must be
coordinated with the engineer in charge of inspection. All consumers shall be individually
advised prior to the shut out and advised of the approximate length of time they may be
without service.
Payment for work such as backfill, bedding, fittings, blocking and all other associated
appurtenances required, shall be included in the price of the appropriate bid items.
D-37 CONCRETE ENCASEMENT:
Concrete encasement shall be Class E (1500 psi) concrete and for sewer line encasements
shall conform to Fig. 113; for water line encasements it shall conform to Fig. 20 of the
General Contract Documents. Requirements for such encasement are specified in
Sections El-20 and E2-20 of the General Contract Documents. Payment for work such as
forming, placing, and finishing including all labor, tools, equipment and material
necessary to complete the work shall be included in the linear foot price bid for Concrete
Encasement.
D-39 BID ALTERNATIVES:
The Proposal section of this document is arranged to allow the Contractor to base his bid
on either ductile iron pipe or polyvinyl chloride plastic pipe. Contractor shall indicate
type of pipe to be used. However, regardless of the general type pipe specified by the
Contractor at certain locations, a specific type pipe has been specified on the plans. All
cost for this shall be considered as subsidiary and no additional compensation will be
allowed.
D-7
D-41 SITE PREPARATION:
The Contractor shall clear rights-of-way or easements of obstruction which must be
removed to make possible proper prosecution of the work as a part of these project
construction operations. The contractor's attention is directed to Paragraph C6-6.10 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-48 TEMPORARY PAVEMENT REP AIR:
The Contractor shall provide a temporary pavement repair immediately after trench
backfill and compaction using a minimum of 1-inch cold mix asphalt. This temporary
repair shall be rolled to provide a smooth transition between the existing pavement and
the temporary repair. The unit price bid under the appropriate bid item of the proposal
shall cover all cost for providing temporary pavement repair for all streets cuts prior to
street reconstruction.
D-55 TEMPORARY SOIL EROSION SEDIMENT AND WATER POLLUTION
CONTROL:
1. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water
pollution control measures deemed necessary by the Engineer for the duration of the
contract. These control measures shall at no time be used as a substitute for the
permanent control measures unless otherwise directed by the Engineer and they shall
not include measures taken by the CONTRACTOR to control conditions created by his
construction operations. The temporary measures shall include dikes, dams, berms,
sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt
mulch, plastic liners, rubble liners, baled-hay retards, dikes, slope drains and other
devices.
2. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define
erodible earth and the authority to limit the surface area of erodible-earth material
exposed by preparing right-of-way, clearing and grubbing, the surface area of erodible-
earth material exposed by excavation, borrow and to direct the CONTRACTOR to
provide temporary pollution-control measures to prevent contamination of adjacent
streams, other water courses, lakes, ponds or other areas of water impoundment. Such
work may involve the construction of temporary berms, dikes, dams, sediment basins,
slope drains and use of temporary mulches, mats seeding or other control devices or
methods directed by the Engineer as necessary to control soil erosion. Temporary
pollution-control measures shall be used to prevent or correct erosion that may develop
during construction prior to installation of permanent pollution-control features, but are
not associated with permanent control features on the project.
The Engineer will limit the area of preparing right of way, clearing and grubbing,
excavation and borrow to be proportional to the CONTRACTOR'S capability and
D-8
progress in keeping the finish grading, mulching, seeding, and other such permanent
pollution-control measures current in accordance with the accepted schedule. Should
seasonal conditions make such limitations unrealistic, temporary soil-erosion-control
measures shall be performed as directed by the Engineer. The amount of surface area of
erodible-earth material exposed at one time shall not exceed 750,000 square feet for
each excavation operation, 750,000 square feet for each material source operation (other
than from commercially operated sources), 750,000 square feet for each preparing of
right-of-way operation or 750,000 square feet for each clearing and grubbing operation,
unless otherwise shown on the plans or with prior approval by the Engineer in writing.
The CONTRACTOR shall also conform to the following practices and controls. All
labor, tools, equipment and incidentals to complete the work will not be paid for directly
but shall be considered as subsidiary work to the various items included in the contract.
(a). Waste or disposal areas and construction roads shall be located and constructed in
a manner that will minimize the amount of sediment entering streams.
(b ). Frequent fording of live streams will not be permitted; therefore, temporary
bridges or other structures shall be used wherever an appreciable number of stream
crossings are necessary. Unless otherwise approved in writing by the Engineer,
mechanized equipment shall not be operated in live streams.
( c ). When work areas or material sources are located in or adjacent to live streams,
such areas shall be separated from the stream by a dike or other barrier to keep
sediment from entering a flowing stream. Care shall be taken during the construction
and removal of such barriers to minimize the muddying of a stream.
( d). All waterways shall be cleared as soon as practicable of falsework, piling, debris
or other obstructions placed during construction operations that are not a part of the
finished work.
(e). The CONTRACTOR shall take sufficient precautions to prevent pollution of
streams, lakes and reservoirs with fuels, oils, bitumens, calcium chloride or other
harmful materials. He shall conduct and schedule his operations so as to avoid or
minimize siltation of streams, lakes and reservoirs and to avoid interference with
movement of migratory fish.
3. SUBMITTAL: Prior to the start of the applicable construction, the CONTRACTOR
shall submit for approval his schedules for accomplishment of soil-erosion-control work
and his plan to keep the area of erodible-earth material to a minimum. He shall also
submit for acceptance his proposed method of soil-erosion control on construction and
haul roads and material sources and his plan for disposal of waste materials. No work
shall be started until the soil-erosion control schedules and methods of operations have
been reviewed and approved by the Engineer.
D-9
4. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary
to provide temporary erosion control shall be considered subsidiary to the contract
and no extra pay will be given for this work.
D-86 WORKER'S COMPENSATION INSURANCE:
A. Contractor's Worker's Compensation Insurance.
Contractor agrees to provide the Owner (City) a certificate showing that it has obtained a
policy of worker's compensation insurance covering each of its employees employed on
the project in compliance with state law. No Notice to Proceed will be issued until the
Contractor has complied with this section.
B. Subcontractor's Worker's Compensation Insurance.
Contractor agrees to require each and every subcontractor who will perform work on the
project to provide to it a certificate from such subcontractor stating that the subcontractor
has a policy of worker's compensation insurance covering each employee on the project.
Contractor will not permit any subcontractor to perform work on the project until such
certificate has been acquired. Contractor shall provide a copy of all such certificates to the
Owner (City).
C. Worker's Compensation Insurance Coverage.
1. Definitions:
Certificate of coverage ("certificate"): A copy of a certificate of insurance, a
certificate of authority to self-insure issued by the Texas Workers' Compensation
Commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or
TWCC-84), 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
D-10
the statutory requirements of Texas Labor Code, Section 401.011(44) for all
employees of the contractor providing services on the project, for the duration of
the project.
3. The Contractor must provide a certificate of coverage to the City prior to
being awarded the contract.
4. If the coverage period shown on the contractor's current certificate of
coverage ends during the duration of the project, the contractor must, prior to the
end of the coverage period, file a new certificate of coverage with the City
showing the coverage has been extended.
5. The contractor shall obtain from each person providing services on a project, and
provide to the City:
(a) a certificate of coverage, prior to that person beginning work on the
project, so the City will have on file certificates of coverage showing
coverage for all persons providing services on the project; and
(b) no later than seven days after receipt by the contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on
the current certificate of coverage ends during the duration of the project.
6. The contractor shall retain all required certificates of coverage for the duration of
the project and for one year thereafter.
7. The Contractor shall notify the City in writing by certified mail or personal
delivery, within ten (10) days after the contractor knew or should have known, of
any change that materially affects the provision of coverage of any person
providing services on the project.
8. The contractor shall post on each project site a notice, in the text, form and
manner prescribed by Texas Worker's Compensation Commission, informing all
persons providing services on the projects that they are required to be covered and
report lack of coverage.
9. The contractor shall contractually require each person with whom it contracts to
provide services on a project, to:
(a) provide coverage, based on proper reporting on the classification codes and
payroll amounts and filling of any coverage agreements, which meets the
statutory requirements of Texas Labor Code, Section 401.011(44) for all of
its employees providing services on the project, for the duration of the
project;
D-11
(b) provide to the contractor, prior to that person beginning work on the project,
a certificate of coverage showing that coverage is being provided for all
employees of the person providing services on the project, for the duration of
the project;
(c) provide the contractor, prior to the end of the coverage period a new
certificate · of coverage showing the extension of coverage, if the coverage
period shown on the current certificate of coverage ends during the duration
of the project ;
(d) obtain from each other person with it contracts, and provide to the contractor:
(1) a certificate of coverage, prior to the other person beginning on the project;
and
(2) a new certificate of coverage showing extension of coverage, prior to the
end of the coverage period, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for duration of project and
for one year thereafter.
(t) notify the City in writing by certified mail or personal delivery, within 10 days
after the person knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the
project; and
(g) contractually require each person with whom it contracts, to perform as
required by paragraphs (a) -(g), with the certificates of coverage to be
provided to the person for whom they are providing services.
10. By signing this contract or providing or causing to be provided a certificate of
coverage, the contractor is representing to the City that all employees of the
contractor who will provide services on the project will be covered by worker's
compensation coverage for the duration of the project, that the coverage will be
based on the proper reporting of classification codes and payroll amounts, and that
all coverage agreements will be filed with the appropriate insurance carrier or, in
the case of a self-insured, with the Texas Workers' Compensation Commission's
Division of Self-Insurance Regulation. Providing false or misleading information
may subject the contractor to administrative penalties, criminal penalties, civil
penalties or other civil actions.
11. The Contractor's failure to comply with any of these provisions is a breach of
contract by the contractor which entitles the City to declare the contract void if the
contractor does not remedy the breach within ten days after receipt of notice of
breach from the City.
D-12
D. Posting of Required Worker's Compensation Coverage.
The contractor shall post a notice on each project site informing all persons providing
services on the project that they are required to be covered, and stating how a person may
verify current coverage and report failure to provide coverage. This notice does not satisfy
other posting requirements imposed by the Texas Workers ' Compensation Act or other
Texas Workers' Compensation Commission rules. This notice must be printed with a title
in at least 30 point bold type and text in at least 10 point normal type, and shall be in both
English and Spanish and any other language common to the worker population. The text
for the notices shall be the following text, without additional words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
The law requires that each person working on this site or providing services
related to this construction project must be covered by workers ' compensation
insurance. This includes persons providing, hauling, or delivering equipment or
materials, or providing labor or transportation or other service related to the
project, regardless of the identity of their employer or status as an employee.
"Call the Texas Workers' Compensation Commission at 512-440-3789 to receive
information on the legal requirement for coverage, to verify whether your
employer has provided the required coverage, or to report an employer's failure to
provide coverage.
D-91 SHOP DRAWINGS:
1. Submit seven (7) copies of shop drawings, layouts, manufacturer's data and material
schedules as may be required by the Engineer for his review. Submittals may be checked
by and stamped with the approval of the Contractor and identified as the Engineer may
require. Such review by the Engineer shall include checking for general conformance
with the design concept of the project and general compliance with information given in
the General Contract Documents. Indicated actions by the Engineer, which may result
from his review, shall not constitute concurrence with any deviation from the plans and
specifications unless such deviations are specifically identified by the method described
below, and further shall not relieve the Contractor of responsibility for errors or
omissions in the submitted data. Processed shop drawing submittals are not change
orders. The purpose of submittals by the Contractor is to demonstrate that the Contractor
understands the design concept, and that he demonstrates his understanding by indicating
which equipment and materials he intends to furnish and install, and by detailing the
fabrication and installation methods he intends to use. If deviations, discrepancies or
conflicts between submittals and the design drawings and/or specifications are
discovered, either prior to or after submittals are processed, the design drawings and
specifications shall govern.
The Contractor shall be responsible for dimensions which are to be confirmed and
correlated at the job site, fabrication processes and techniques of constriction,
coordination of his work with that of other trades and satisfactory performance his work.
The Contractor shall check and verify all measurements and review submittals prior to
D-13
being submitted, and sign or initial a statement included with the submittal, which
signifies compliance with plans and specifications and dimensions suitable for the
application. Any deviation from the specified criteria shall be expressly stated in writing
in the submittal. Three (3) copies of the approved submittals shall be retained by the
Contractor until completion of the project and presented to the City in bound form.
2. Shop drawings shall be submitted for the following items prior to installation:
***See individual specification sections***
Additional shop drawing requirements are described m some of the material
specifications.
3. Address for Submittals -The submittals shall be addressed to the Design Engineer:
D-101 TESTING:
Bahram Niknam, P .E.
Deltatek Engineering
14114 Dallas Parkway
Suite 480
Dallas, Texas 75254
a. The Contractor shall furnish, at his own expense, certifications by a private laboratory
for all materials proposed to be used on the project, including a mix design for any
asphaltic and/or Portland cement concrete to be used, and gradation analysis for sand
and crushed stone to be used along with the name of the pit from which the material
was taken. The Contractor shall provide manufacturer's certifications for all
manufactured items to be used in the project and will bear any expense related
thereto.
b. Tests of the design concrete mix shall be made by the Contractor's laboratory at least
nine days prior to the placing of concrete using the same aggregate, cement, and
mortar which are to be used later in the concrete. The Contractor shall provide a
certified copy of the test results to the City.
c. Quality control testing of in-place material on this project will be performed by the
City at its own expense. Any retesting required as a result of failure of the material to
meet project specifications will be at the expense of the Contractor and will be billed
at commercial rates as determined by the City. The failure of the City to make any
tests of materials shall in no way relieve the Contractor of his responsibility to furnish
materials and equipment conforming to the requirements of the contract.
d. Not less than 24 hours notice shall be provided to the City by the Contractor for
operations requiring testing. The Contractor shall provide access and trench safety
D-14
system (if required) for the site to be tested, and any work effort involved is deemed
to be included in the unit price for the item being tested.
e. The Contractor shall provide a copy of the trip ticket for each load of fill material
delivered to the job site. The ticket shall specify the name of the pit supplying the fill
material.
D-102 SUBSIDIARY WORK:
Any and all work specifically governed by documentary requirements for the project,
such as conditions imposed by Plans, the General Contract Documents or these Special
Contract Documents, in which no specific item for bid has been provided for in the
proposal, shall be considered as a subsidiary item of work , the cost of which shall be
included in the price bid in the Proposal for each bid item. Surface restoration and
cleanup are general items of work which fall in the category of subsidiary work.
D-103 ADDENDA:
Bidders wanting further information, interpretation or clarification of the contract
documents must make their request in writing to the Fort Worth Water Department
Engineering Services, at least 96 hours prior to bid opening. Answers to all such requests
will be bound and made a part of the Contract Documents. No other explanation or
interpretation will be considered official or binding. Should a bidder find discrepancies
in, or omissions from , the Contract Documents, or should the bidder be in doubt as to
their meaning, the bidder should at once notify the Fort Worth Water Department
Engineering Services, in order that a written addendum may be sent to all bidders. Any
addenda issued will be mailed or be delivered to each prospective bidder. The bid
proposal as submitted by the bidder must be so constructed as to include any addenda
issued by the Fort Worth Water Department, prior to 24 hours of the opening of bids with
appropriate recognition of addenda so noted in the bid proposal.
D-104 OSHA STANDARDS:
All work performed under this contract shall meet the requirements of the Occupational
Safety and Health Administration (OSHA).It is the responsibility of the Contractor to
become familiar with the provisions of the regulations published by the OSHA in the
Federal Register and to perform all the responsibilities thereunder. It is the Contractor's
responsibility to see that the project is constructed in accordance with OSHA regulations
and to indemnify and save harmless the City from any penalties resulting from the
Contractor's failure to so perform .
D-105 PROJECT SUPERINTENDENTS:
The Contractor shall keep a competent resident superintendent at the project site at all
times during the progress of the work. A resume listing the qualifications and experience
record of the proposed resident superintendent, as well as references from similar projects
· shall be submitted to the Owner prior to award of contract. This resident superintendent,
if found to be acceptable, shall not be replaced without written notice to and consent from
the Owner except under extraordinary circumstances, Qualifications of a proposed
replacement shall be submitted when a request is made for replacement of the
D-15
superintendent and shall be approved by the Owner pnor to withdrawing the
superintendent.
During the construction of the project, the resident superintendent shall demonstrate an
ability to properly execute the work outlined in the contract documents in a timely
manner and shall consistently produce work of an acceptable quality and in accordance
with the contract documents. If the Owner shall have a reasonable objection to the
performance of the resident superintendent, the Contractor shall replace the resident
superintendent upon written notice from the Owner. The resident superintendent is to be
replaced with a superintendent acceptable to the Owner. No extension of time will be
allowed for delays caused by the replacement of a resident representative.
D-106 RESIDENT ENGINEER:
The General Conditions, Section Cl-1.19 ENGINEER, define various persons who may
be designated as the Engineer. For the prosecution of this contract, the Term Engineer
shall mean the Resident Engineer as designated by the Director of the Fort Worth Water
Department together with members of the staff of the Engineer who are assigned to the
Project. Any contacts the contractor may wish to make with any City personnel, including
the Water Production Supervisor, members of the plant operating staff, members of the
City Administration, or Consulting Engineers, shall be arranged through the Engineer.
The Contractor shall not act upon requests or instructions he may receive from any City
personnel or Consulting Engineers nor shall he give instructions or directions to such
persons without the approval or consent of the Engineer.
D-107 PROGRESS PHOTOGRAPHS:
The Contractor shall take photographs of the project site prior to construction, monthly
during construction of the project and after completion of the project. Photographs may
be taken with a quality 35mm or better camera, equipped to photograph either interior or
exterior exposures, with lenses ranging from wide angle to 135mm. Photographs shall be
taken at locations as designated by the Engineer.
Contractor shall video tape all roads and work areas to be affected prior to starting
construction and furnish a copy of the video tape to the Engineer.
Two glossy color 3" x 5" prints and the negative shall be provided for each photograph
taken. Each print shall be marked on the reserve side to indicate project name, date and
time, location, direction of exposure, and description of what is being photographed.
Prints shall be clear and sharp with proper exposure. If prints of adequate quality are not
produced from exposures, additional photographs shall be taken.
D-108 TERMINATION:
It is understood and agreed that this contract may be terminated by the City without
obligation to the Contractor, in whole or from time to time in part, whenever such
termination is determined by the City to be in the best interests of the City. Termination
may be effected by delivering to the Contractor or his designated representative a notice
of termination, specifying to what extent performance of the work under the contract is
D-16
being terminated and the effective date of termination. After receipt of notice of
termination Contractor shall:
1. Stop work specified in the notice on the date and to the extent specified in the notice
of termination.
2. Place no further order or subcontract except as necessary to complete work already
underway.
3. Terminate all orders and contracts to the extent that they relate to the performance of
the work terminated by the Notice of Termination.
D-109. HAZARDOUS AND TOXIC MATERIALS:
Insofar as permitted by law, the Owner shall indemnify and hold harmless the Contractor
from and against any and all liabilities, losses, cost, damages and expenses, arising out of
use of the materials at the Owners site which are not under the direct control of the
Contractor, including, but not limited to, any and all liability resulting from personal
injury, including death, property liability, at any time, however caused, due to the
presence or release of, or exposure, whether to the person of property injured or
otherwise, whether to the person of property injured or otherwise, to any hazardous or
toxic substance, provided, however, that the City liability shall be limited to that
established in Article 6252-19, Texas Revised Code and other applicable State statutes
and Constitutional provisions.
D-110. SPOIL AND FILL MATERIAL:
Prior to disposing on any spoil/fill material, the contractor shall advise the Director of
Transportation and Public Works, acting as the City of Fort Worth's Flood Plain
Administrator ("Administrator"), of the location of all sites where the contractor intends
to dispose of such material. Contractor shall not dispose of such material until the
proposed sites have been determined by the Administrator to meet the requirements of the
Flood Plain Ordinance of the City of Fort Worth (Ordinance No 10056). All disposal
sites must be approved by the Administrator to ensure that filling is not occurring within
a flood plain without a permit.
A flood plain permit can be issued upon approval of necessary engineering studies. No
fill permit is required if disposal sites are not in a flood plain. Approval of the
contractor's disposal sites shall be evidenced by a letter signed by the Administrator
stating the site is not in a known flood plain of by a Flood Plain Fill Permit authorizing
fill within the flood plain. Any expenses associated with obtaining the fill permit,
including any necessary engineering studies, shall be at the contractor's expense.
In the event the contractor disposes of spoil/fill material at a site without a fill permit or a
letter from the Administrator approving the disposal site, upon notification by the
Director of Transportation and Public Works, the contractor shall remove the spoil/fill
material at its expense and dispose of such materials in accordance with the Ordinances
of the City and this section.
D-17
D-111 AGE:
In accordance with the policy "(Policy") of the Executive Branch of the Federal
Government, Contractor covenants th~t neither it nor any of its officers, members, agents,
employees, program participants or subcontractors, while engaged in performing this
contract, shall , in connection with the employment, advancement or discharge of
employees or in connection with the terms, conditions or privileges of their employment,
discriminate against persons because of their age except on the basis of a bona fide
occupational qualification, retirement plan or statutory requirement.
Contractor further covenants that neither it nor its officers , members, agents, employees,
subcontractors, program participants, or persons acting on their behalf, shall specify, in
solicitations or advertisements for employees to work on this contract, a maximum age
limit for such employment unless the specified maximum age limit is based upon a bona
fide occupational qualification, retirement plan or statutory requirement.
Contractor warrants it will fully comply with the policy and will defend, indemnify and
hold City harmless against any claims or allegations asserted by third parties or
subcontractor against City arising out of Contractor's and/or its subcontractors' alleged
failure to comply with the above referenced Policy concerning age discrimination in the
performance of this agreement.
D-112 DISABILITY:
In accordance with the provisions of the Americans With Disabilities Act of 1990
("ADA"), Contractor warrants that it any and all of its subcontractors will not unlawfully
discriminate on the basis of disability in the provision of services to the general public,
nor in the availability, terms and/or conditions of employment for applicants for
employment with, or employees of Contractor or any of its subcontractors. Contractor
warrants it will fully comply with ADA's provisions and any other applicable federal,
state and local laws concerning disability and will defend, indemnify and hold City
harmless against any claims or allegations asserted by third parties or subcontractors
against City arising out of Contractor's and/or its subcontractor's alleged failure to comply
with the above-referenced law concerning disability discrimination in the performance of
this agreement.
D-113 INDEMNIFICATION:
To clarify Section C6-6.12 of the General Conditions of the Contract, it is the intent of
the Owner that the Contractor indemnify, hold harmless and defend the Owner, and the
Owner's officers, agents, servants, and employees from and against any and all claims as
listed herein, even though causes by the Owner's sole negligence.
With respect to the last sentence of the first paragraph of Section C6-6.12, it is the
Owner's intent that the language be site specific to the general area where the work to be
performed under the Contract is being performed. It is not the Owner's intent that the
Contractor be required to indemnify the Owner for damages to property other than that
D-18
caused to property located in close proximity to this project, unless such damage is
caused wholly or in part by the Contractor's negligence.
D-114 CONSTRUCTION ADMINISTRATION
A. CONTRACTOR MODIFICATION REQUEST (CMR)/PROPOSED CONTRACT
MODIFICATION (PCM):
Any Change in the Contract Documents will be initiated either by the Contractor
issuing a Contractor's Modification request (CMR) or by the Owner issuing a
Proposed Contract Modification (PCM) on forms provided by the Owner. Proposals
will be reviewed by the Owner and if found acceptable, will be incorporated in a
Change Order or a Field Order in accordance with Section C4-4 of the Contract
Documents.
The Contractor's Modification request (CMR) shall fully identify and describe the
deviations and associated costs, time factors and impacts, and state the reason the
change is requested. Any savings in costs related to the substitution/replacement or
change is to be stated in the request for consideration.
Cost of the Engineer's evaluation of any substitution or deviation requested by the
Contractor shall be charged to the Contractor by the Owner.
B.PROJECT INFORMATION REQUEST
When necessary, the Contractor shall request additional information, clarification or
interpretation of the contract documents or when the Contractor believes there is a
conflict between the contract drawings and specification, the Contractor shall identify
the conflict and/or request clarification/additional information using the Project
Information Request (PIR) form provided by the Owner. Sufficient information shall
be attached to permit a written response without further information.
The Owner will log each request and will review the request. If review of the Project
information request (PIR) indicates that a change to the contract documents is
required, the Owner will issue either a Field Order (FO) or Proposed Contract
Modification (PCM).
C. RECORD DRAWINGS
The Contractor shall keep on record at the site a copy of all Contract Specifications,
Plans, Addenda, modifications, record and shop drawings and samples, in good
condition and annotated in erasable red pencil to show all changes made during the
construction process. These shall be delivered to the Engineer upon completion of the
work and before final payment is made.
The Contractor shall retain for record purposes only, all designs and plans prepared
for construction which are prepared and sealed by a State of Texas Registered
Professional Engineer. Said design and plans shall include, but not be limited to,
paving, buildings, mechanical and electrical systems, and foundation, etc.
D-19
TECHNICAL
SPECIFICATIONS
SAFETY AND REGULATORY IMPROVEMENTS
TO FORT WORTH WATER SRORAGE FACILITIES TABLE OF CONTENTS
DIVISION 1 -GENERAL REQUIREMENTS
01010
01011
01051
01070
01150
01300
01310
01360
01370
01420
01700
01710
Summary ofWork. ........................................................................................................................ 01010 - 1 - 3
Prevailing Wage Rate for Construction ........................................................................................ 0101 l -1 -5
Grades , Lines and Leve ls .............................................................................................................. 01051 - I - I
Abbreviations ................................................................................................................................ 01070 - 1 -5
Measurement and Payment ........................................................................................................... 01150 -I - I
Submittals ..................................................................................................................................... 01300 -1 -5
Sample ............................................................................................................................................... Sample 1
Construction Schedule .................................................................................................................. O 131 O -I - I
Quality Control ............................................................................................................................. 01360 - I - I
Schedule of Values ....................................................................................................................... 01370 - I -2
Sample ...................................................................................................................................................... A-E
Inspection Services ....................................................................................................................... 01420 - I -I
Contract Closeout. ......................................................................................................................... 01700 -I - I
Cleaning and Adjusting ................................................................................................................. 01710 - I -2
DIVISION 2 -SITE WORK
02060 Demolition .................................................................................................................................... 02060 -1 - 4
02100 Site Preparation & Cleaning ......................................................................................................... 02100 - 1 -I
DIVISION 3 -CONCRETE ................................................................................................................................. Not Used
DIVISION 4 -MASONRY ................................................................................................................................... Not Used
DIVISION 5-METALS
05500 Metal Fabrications ........................................................................................................................ 05500 - 1 -7
05515 Ladders .......................................................................................................................................... 05515 -1 - 3
05520 Handrails and Railings .................................................................................................................. 05520 - 1 - 2
DIVISION 6 -WOOD AND PLASTICS ............................................................................................................. Not Used
DIVISION 7 -THERMAL AND MOISTURE PROTECTION
07720 Hatches .......................................................................................................................................... 07720 - I -1
DIVISION 8 -DOORS AND WINDOWS ........................................................................................................... Not U sed
DIVISION 9 -FINISHES
09900 Painting .......................................................................................................................................... 09900 -1-9
DIVISION 10-SPECIALTIES ........................................................................................................................... Not Used
DIVISION 11 -EQUIPMENT
11550 Fall Prevention System ................................................................................................................. 11550 - I - 3
DIVISION 12 -FURNISHINGS .......................................................................................................................... Not Used
DIVISION 13 -SPECIAL CONSTRUCTION ................................................................................................... Not Used
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas TOC-1
Project No. P265-601180064580
June 2010
SAFETY AND REGULATORY IMPROVEMENTS
TO FORT WORTH WATER SRORAGE FACILITIES TABLE OF CONTENTS
DIVISION 14 -CONVEYING SYSTEMS .......................................................................................................... Not Used
DIVISION 15 -MECHANICAL
15041 Chlorination .................................................................................................................................. 15041 - 1 -2
DIVISION 16 -ELECTRICAL
16050 Basic Materials and Methods ........................................................................................................ 16050 -1-12
CONTRACT & BONDS
Performance Bond ................................................................................................................................................................ F
Payment Bond ...................................................................................................................................................................... F
Maintenance Bond ................................................................................................................................................................ F
Certificate of Insurance ........................................................................................................................................................ F
Contractor Compliance With Worker's Compensation Law ................................................................................................ F
Part G -Contract ................................................................................................................................................................. G
PLAN SHEETS
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas
END OF CONTENTS
TOC-2
Project No . P265-601180064580
June 2010
SECTION 01010
SUMMARY OF WORK
PART 1 -GENERAL
1.01 SCOPE
A. This Section describes the project in general and provides an overview of the extent of the work to be
performed. Detailed requirements and extent of work are stated in the applicable Specification
sections and/or shown on the Drawings. The Contractor shall, except as otherwise specifically stated
herein or in any applicable parts of these Contract Documents, provide and pay for all labor, materials,
equipment, tools, construction equipment, and other facilities and services necessary for proper
execution, testing, and completion of the work.
B . Any part or item of the work which is reasonably implied or normally required to make each
installation satisfactorily and completely operable shall be performed by the Contractor and the
expense thereof included in the applicable lump sum price bid for this project. All miscellaneous
appurtenances and other items of work that are incidental to meeting the intent of the plans and these
Specifications, are considered to be included in the applicable lump sum price bid for this project, even
though these appurtenances and items may not be specifically called for in the Specifications or shown
on the Drawings.
1.02 DESCRIPTION OF PROJECT
A. The project consists of renovation of eight water storage facilities in the City of Fort Worth, Texas in
order to meet safety and regulatory requirements. The Contractor shall provide all labor, equipment,
materials professional services, and incidentals required to renovate these facilities as indicated on the
plans and these specifications. The individual sites and contract work per site is as detailed below:
1. Armstrong EST is located at 7400 Trail Lake Drive. The contractor shall perform structural
modifications as detailed on the drawings. The existing roof hatches will be replaced with two
new aluminum hatches. The existing dry riser tube is to be extended to the roof. All ladders,
both wet and dry area, are to be replaced and saf-t-climb anti-fall devices installed on all
ladders. The existing vent is to be replaced with a new vandal resistant vent. The conduits and
cables currently attached to the ladder rails are to be relocated and new conduits, light
fixtures, and switches installed. The dry area landing is to be modified and the handrails
extended to 42" in height. A new roof mounted safety railing encompassing the hatches, vents
and antenna mounts is to be installed. All areas affected by cutting welding and structural
replacement are to be repainted.
2. Calmont EST is located at 6600 Calmont Avenue. The contractor shall perform structural
modifications as detailed on the drawings. The existing landings and railings are to be
removed and replaced with components that meet OSHA requirements for size and
dimension. All ladders, both wet and dry area, are to be replaced and saf-t-climb anti-fall
devices installed on all ladders. The existing roof hatch will be replaced with a new 36"
aluminum hatch. The conduits and cables currently attached to the ladder rails are to be
relocated. The existing vent is to be replaced with a new vandal resistant vent. All areas
affected by cutting welding and structural replacement are to be repainted.
3. Lake Country EST is located at 8516 Spring Street. The contractor shall perform structural
modifications specified in these documents. Bidders shall make arrangements to visit this site
and make appropriate measurements for these improvements. Replace the wet area ladder and
install new saf-t-climb. Relocate all conduits and cable runs off the ladder brackets .Install
new saf-t-climb devices on all pedestal ladders. Repair the ships door into the wet area. Install
new roof railing . Install new 32" aluminum hatch. Replace existing roof vent with new vandal
resistant vent. All areas affected by these modifications, both interior and exterior, are to be
touch up painted .
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City ofFort Worth, Texas 01010 - I
Project No. P265-601180064580
June 2010
SECTION -01010 SUMMARY OF WORK
4. Meadowbrook EST is located at 4601 Bridge Street. The contractor shall perform structural
modifications as detailed on the drawings. The contractor shall install "ladder up" safety
devices on both the wet and dry access ladders. The existing roof vent shall be replaced with a
new vandal resistant vent. Lift assist dampers shall be installed on both roof hatches. There is
one area on the roof that requires touch up painting not affected by this construction and all
areas affected by these modifications, both interior and exterior, are to be touch up painted.
5. Northwest EST is located at 3216 Azle Avenue. The contractor shall perform structural
modifications as detailed on the drawings. The contractor shall extend the exterior ladder to
within 1 foot of the ground and install a ladder gate at the lower level. The existing landings
and railings are to be removed and replaced with components that meet OSHA requirements
for size and dimension. The conduits and cables currently attached to the ladder rails are to
be relocated. Remove existing ladder safety cage and install a new saf-t-climb anti fall device
on all ladders. Lower the existing wet area landing 18" and install new handrail and kick
plate . Install a new 36" aluminum roof hatch. Install new kick plate on the existing roof safety
railing. Install a new vandal resistant vent. Weld steel plates over the existing center structure
now used as additional vent openings . All areas affected by these modifications, both interior
and exterior, are to be touch up painted.
6. Sun Country EST is located at 5800 Stewart Feltz Road. The contractor shall perform
structural modifications as detailed on the drawings . The contractor shall install saf-t-climb
anti fall devices on the pedestal ladders. The wet area ladder is to be replaced with a new
stainless steel ladder and saf-t-climb. The wet area "ships door" is to be replaced and a new
safety chain installed on the wet area platform. Replace the existing hatches with new 36"
aluminum hatches. The existing 30" vent is to be replaced with a new vandal resistant vent.
All areas affected by these modifications, both interior and exterior, are to be touch up
painted .
7. Como GST is located at 5820 Blackmore Street. The contractor shall perform structural
modifications as detailed on the drawings. The contractor shall replace seven (7) vents with
new 30" vandal resistant vents, install tie off grab bars at locations indicated. The contractor
shall replace the existing 30" handrail with a new 42" h X IO 'X 20' handrail with 4" kick
plate at the existing access hatch. The contractor shall touchup paint all areas affected by
construction activities.
1.03 STANDARD SPECIFICATIONS
A. All work shall conform to City of Fort Worth General Contract Documents and General Specifications
for Water Department Projects, except as specified herein.
1.04 WORK SEQUENCE
A. The Contractor is required to determine his own method of rehabilitation and detailed work sequence ,
within the general terms and constraints of the contract. The Contractor's sequence and methods must
ensure that the overall project is completed within the allotted time, observe all constraints , safety, and
health related guidelines.
1.05 DURATION
A. One-hundred eighty (150) calendar days from notice to proceed shall be allotted for the
completion of this project.
1.06 PROTECTION OF ADJACENT PROPERTIES
A. All bidders shall visit the site and note the buildings, structures , water ways, landscaping, streets,
sidewalks, driveways and other facilities near the work areas that may be damaged by this renovation.
The Contractor shall make adequate provisions to fully protect the surrounding areas such as the
cemetery and multi-family residential development. The Contractor shall be held fully responsible for
all damage resulting from its operations.
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas 01010 -2
Project No . P265-601180064580
June 2010
SECTION -01010 SUMMARY OF WORK
B. The Contractor will be responsible for any damage to structures, vehicles, landscaping, and any other
items as a result of overspray or blasting sand. The Contractor shall hire a cleaning contractor and
repair the damage within a seven day period after the damage is reported. If the Contractor fails to
satisfactorily repair the damage , the City will facilitate the clean up and withhold the cost from
Contractor's final payment.
C. The Contractor shall clean daily all trash, waste material, rubbish and debris resulting from his or/her
operations . The Contractor shall place steel containers (dumpsters) at the site for the collection of
waste material. The contractor shall install silt fence on perimeter fence to prevent trash from entering
in the surrounding areas. The site shall be cleaned to the satisfaction of the Owner.
1.07 WATER DISTRIBUTION SYSTEM SHUTDOWNS
A. The Contractor shall coordinate with the Owner the scheduling of all water distribution system
shutdowns if required , as to minimize disruption to customers.
1.08 IDENTIFICATION OF PROBLEM AREAS
A. Identification of problem areas shall be a joint effort of the Owner and the Contractor with the final
determination to be made by the Owner (City of Fort Worth).
1.09 SURVEYING
A. The Contractor is responsible for all surveying required to construct these facilities per the
specifications and plans, and to insure that proper elevations, flow lines, finished grades, etc . are
achieved.
1.10 BUILDING PERMITS AND INSPECTIONS
A . All work in this contract is subject to the permitting and inspection process of the City of Fort Worth.
All construction shall comply with the applicable Building, Plumbing and Electrical Codes. All
required permits must be obtained by the Contractor at his expense .
1.11 CONTRACTOR'S RESPONSIBILITIES
A . Execute all work as described on the Drawings and in these Specifications.
B. Arrange for the necessary equipment and materials required for renovation and testing.
C. Provide adequate temporary sanitary facilities. The Contractor and his/her subcontractors will not be
allowed to use any facilities at the job site.
D. Furnish, install, maintain, and remove all temporary service facilities for renovation purposes.
E. Provide and maintain fire fighting equipment in working order during the entire construction period.
F. Provide and maintain all required safety and testing equipment during the construction period. The
Contractor shall also establish a safety plan and procedure in the case of an emergency .
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City ofFort Worth, Texas
END OF SECTION
01010 -3
Project No. P265-601180064580
June 2010
SECTION 01011
PREVAILING WAGE RATE FOR CONSTRUCTION
(HIGHWAY/HEAVY AND PAVING AND UTILITIES)
PART I GENERAL
1.01 DESCRIPTION
The minimum wage rate schedule as adopted by the Fort Worth City Council and contained in the
Specifications and Contract Documents shall be the prevailing minimum wage rate schedule for all work to be
performed in this contract. The Contractor and Sub-Contractors shall conform to the minimum wage rate
schedule as specified herein .
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas 01011-1
Project No. P265-601180064580
June 2010
SECTION -01011 PREY AILING WAGE RATE
PREVAILING WAGES RATE FOR ENGINEERING
(HIGHWAY/HEAVY AND PAVING AND UTILITIES) CONSTRUCTION*
CITY OF FORT WORTH
CLASSIFICATION
AIR TOOL OPERATOR
ASPHALT RAKER
ASPHALT SHOVELER
BATCHING PLANT WEIGHER
CARPENTER
CONCRETEFINISHER(PAVING)
CONCRETE FINISHER (STRUCTURES)
CONCRETE RUBBER
ELECTRICIAN
FLAGGER
FORM BUILDER (STRUCTURES)
FORM LINER (PAVING & CURB)
FORM SETTER (PA YING & CURB)
FORM SETTER (STRUCTURES)
LABORER, COMMON
LABORER, UTILITY
MECHANIC
OILER
SERVICER
PAINTER (STRUCTURES)
PIPELAYER
BLASTER
ASPHALT DISTRIBUTOR OPERATOR
ASPHALT PAVING MACHINE OPERATOR
BROOM OR SWEEPER OPERATOR
BULLDOZER
CONCRETE PA YING CURING MACHINE
CONCRETE PA YING FINISHING MACHINE
CONCRETE PA YING JOINT MACHINE
CONCRETE PAVING JOINT SEALER
CONCRETE PA YING SAW
CONCRETE PAVING SPREADER
SLIPFORM MACHINE OPERA TOR
CRANE, CLAM., BACKHOE
FOUNDATION DRILLING OPERATOR, CRAWLER MOUNTED
FOUNDATION DRILLING OPERATOR, TRUCK MOUNTED
FRONT END LOADER
MILLING MACHINE OPERATOR
MIXER
MOTOR GRADER OPERATOR, FINE GRADE
MOTOR GRADER OPERATOR
PAVEMENT MARKING MACHINE
ROLLER, STEEL WHEEL (PLANT-MIX PAVEMENTS)
ROLLER, STEEL WHEEL (OTHER FLATWHEEL OR TAMPING)
ROLLER, PNEUMATIC, SELF PROPELLED
SCRAPERS
TRACTOR (CRAWL)
TRACTOR (PNEUMATIC)
TRAVELING MIXER
WAGON DRILL, BORING MACHINE OR POST HOLE
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas 01011 -2
PREY AILING RATE
9 .00
9 .55
8.80
11.51
10 .30
10 .50
9.83
8.84
15 .37
7 .55
9 .82
9 .00
9.24
9.09
7 .32
8.94
12 .68
10.17
9.41
11.00
8.98
11.50
10 .29
10.30
8.72
10 .74
9.25
11.13
10.42
9 .00
10 .39
10 .50
9.92
11.04
10 .00
11.83
9 .96
8.62
10.30
11.97
10.96
7.32
9.06
8 .59
8.48
9.63
10.58
9 .15
8.83
12 .00
Project No. P265-601180064580
June 2010
SECTION -01011
DRILL OPERA TOR
REINFORCING STEEL SETTER (PA YING)
REINFORCING STEEL SETTER (STRUCTURES)
STEEL WORKER (STRUCTURAL)
SPREADER BOX OPERATOR
WORK ZONE BARRICADE
TRUCK DRIVER-SINGLE AXLE , LIGHT
TRUCK DRIVE-SINGLE AXLE, HEAVY
TRUCK DRIVER-TANDEM AXLE OR SEMITRAILER
TRUCK DRIVER-LOWBOY/FLOAT
TRUCK DRIVER-TRANSIT MIX
TRUCK DRIVER-WINCH
VIBRATOR OPERATOR-HAND TYPE
WELDER
APPRENTICES' PAY -ALL TRADES AND CRAFTS:
PREY AILING WAGE RATE
13.21
13.31
14 .80
10.00
7 .32
8.97
9 .02
8.77
10.44
9.47
9 .00
7 .32
11.57
The minimum rate for apprentices shall be in accordance with the scale determined by an
approved apprenticeship program or $1 .00 per hour less than journeyman's rates , whichever is lo wer. An
approved apprenticeship program is one approved by the U. S. Department of Labor Bureau of
Apprenticeship Training , and only apprentices emailed in an approved program may be paid
apprenticeship rates .
BASE PER DIEM RATE :
Hours worked per day times base hourly rate .
MULTIPLIERS FOR OVER TIME RATES:
1. Overtime rate:
Base hourly rate times 1.5
2 . Holidays recognized by City of Fort Worth:
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas
Base hourly rate time s 1.5
01011 - 3
Project No. P265-60I 180064580
June 2010
SECTION -01011 PREVAILING WAGE RATE
PREY AILING WAGE RATES FOR BUILDING STRUCTURES*
CITY OF FORT WORTH
CLASSIFICATION
ACOUSTICAL INST ALLERS
BRICK TENDERS
BRICKLAYERS
CARPENTERS
CEMENT MASONS
CRANES:
Hydraulic over 35 tons, Derricks,
Overhead Gentry, Stiffleg, Tower, etc.,
and Cranes with Piledriving or
Caisson attachments
Hydraulic Crane (35 tons and under)
DRYWALL HANGERS
ELECTRICIANS:
Electrician
Cable Splicer
GLAZIERS
IRON WORKERS:
Reinforcing
Structural
LABORERS , UNSKILLED (Excluding Landscape Laborers)
LATHERS
MECHANICAL INSULATORS
PAINTERS :
Brush & Spray
Drywall Finishing Only
PAPERHANGERS
PLASTER TENDERS
PLASTERERS
PLUMBERS & PIPEFITTERS (Including HV AC Work)
POWER EQUIPMENT OPERATORS:
Backhoes
Font End Loaders
ROOFERS
SHEET MET AL WORKERS (Including HV AC Work)
SPRINKLER FITTERS
SOFT FLOOR LAYERS
TILE SETTERS
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas 01011 -4
PREY AILING RATES
12.16
8.60
18.33
15 .95
11 .38
17 .00
16 .50
11.71
20.95
23 .05
12.26
10 .33
17.00
7.58
17.38
10.55
10.76
10.42
11.30
9 .00
15.06
12.08
10.64
8.77
9.45
12.80
23.87
13.13
13.75
Project No. P265-601180064580
June 2010
SECTION -01011 PREY AILING WAGE RATE
APPRENTICES' PAY -ALL TRADES AND CRAFTS :
The minimum rate for apprentices shall be in accordance with the scale determined by an
approved apprenticeship program or $1 .00 per hour le ss than journeyman's rates, whichever is lower. An
approved apprenticeship program is one approved by the U. S. Department of Labor Bureau of
Apprenticeship Training, and only apprentices enrolled in an approved program may be paid
apprenticeship rates.
BASE PER DIEM RA TE:
Hours worked per day times base hourly rate.
MULTIPLIERS FOR OVER TIME RATES :
1. Overtime rate:
Base hourly rate times 1.5
2 . Holidays recognized by City of Fort Worth:
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas
Base hourly rate times 1.5
END OF SECTION
01011 -5
Project No. P265-601180064580
June 2010
PART 1-GENERAL
1.01 SCOPE
SECTION 01051
GRADES, LINES AND LEVELS
A. Furnish all materials, equipment, tools, and labor required to perform an instrument survey of the
construction site using benchmarks and alignment controls established by the City.
B. The Contractor shall perform an instrument survey of the construction site to verify elevations and
grade lines shown on the plans, correct grades and slopes, and to ensure that all under ground piping
has the proper cover and slope for proper flow . Adjustments of this nature of plus or minus one foot
when required shall be considered as part of this contract and included in the lump sum bid price.
C. Furnish all materials, equipment, tools, and labor required to install and maintain construction staking
as required for the project, using benchmarks and alignment controls established by the City of Fort
Worth.
PART 2-PRODUCTS NOT USED
PART 3 -EXECUTION
3.01 GENERAL
A. Contractor shall grade the site to drain toward natural drain. This operation may require select fill
material with Plasticity Index (PI) ranging 15-20 and suitable for landscaping. The top 3-inches shall
be rolled but not compacted to allow hydro mulching (see Landscaping Section for hydro mulching).
B. Construct site grading to within 0.1 feet of proposed grades. In all cases, grading must not impede
drainage.
C. Permanent benchmarks are shown and/ or indicated on the Drawings.
D. Verify the grade and location of all permanent benchmarks within IO days after Notice-to-Proceed. If
any discrepancies are found, notify the Owner immediately.
E. Construction layout, staking and grade control of lines and levels are the responsibility of the
Contractor.
F. Safeguard all permanent benchmarks from disturbance during construction. Bear all responsibilities
and costs for replacing benchmarks when disturbed and assume responsibility for correcting or
replacing all work improperly placed from failure to protect them.
3.02 FINAL SITE SURVEY
A. Employ a competent surveyor with at least three years of construction staking experience to provide
survey staking, cut sheets and as-built drawings for the duration of the job.
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas
END OF SECTION
01051 - 1
Project No. P265-601180064580
June 2010
PART 1 -GENERAL
SECTION 01070
ABBREVIATIONS
The following abbreviations supplement the NCTCOG Standard Specifications .
APPURT
B/F V
C&G
CHKV
CIRCUM
CL
CMC
CML
CONC
CPLG
CTE
DET
DIAPH
DISCH
EXOR EXIST
FLEX
FLG
GV
HYD
MOT
NB&G
NCTCOG
OPER
PS
RED
REPL
RESTR
SPC
SPECS
STL
suer
TYP
V
W I
ARCHITECTURAL ABBREVIATIONS
D
#
&
@
A.B.
A.F.F.
ALUM.
ANG. (D )
ARCH.
B.U . ROOF
BD.
BLDG.
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas
APPURTENANCE
BUTTERFLY VAL VE
CURB & GUTTER
CHECK VALVE
CIRCUMFERENCE
CENTERLINE OR CLASS
CEMENT MORT AR COATING
CEMENT MORT AR LINING
CONCRETE
COUPLING
COAL TAR ENAMEL
DETAIL
DIAPHRAGM
DISCHARGE
EXISTING
FLEXIBLE
FLANGE
GATE VALVE
HYDRAULIC
MOTOR
NUTS, BOLTS AND GASKET
NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS
OPERATOR
PUMP STATION
REDUCER
REPLACE
RESTRAINT
SPECIAL
SPECIFICATIONS
STEEL
SUCTION
TYPICAL
VALVE
WITH
DIAMETER
NUMBER/POUND
AND
AT
ANCHOR BOLT
ABOVE FINISH FLOOR
ALUMINUM
ANGLE
ARCHITECTURAL
BUILT-UP ROOF
BOARD
BUILDING
01070 -1
Project No. P265 -601180064580
June 2010
SECTION -01070
BLK
BM
BOT.
C .G.
C.J .
C.M.U.
C.T .
CEM.
CLG.
COL.
CONC.
COND .
CONST.
CONT.
CONTR.
CORR.
D .S.
DECOR
DIA.
DN.
DR.
DRWGS .
DTL.
E.J.
E.W.
E .W .C.
EA.
EL.
ELEC.
ELEV.
EQ .
EXIST. (EX.)
EXT.
F .D.
F .E.
F.E.C .
F .H .C.
FIN.
FLASH .
FLR.
G.I.
GA.
GALV.
GEN.
GYP.BD .
H.M.
HARDBD.
HORIZ.
HR.
HT .
I.D.
INSUL.
INT.
J .G.
IT .
JAN.
M.O .
M .R .
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City ofFort Worth, Texas
BLOCKING
BEAM
BOTTOM
CORNER GUARD
CONTROL JOINT
CONCRETE MASONRY UNIT
CERAMIC TILE
CEMENT
CEILING
COLUMN
CONCRETE
CONDITION
CONSTRUCTION
CONTINUOUS
CONTRACTOR
CORRIDOR
DOWNSPOUT
DECORATIVE
DIAMETER
DOWN
DOOR
DRAWINGS
DETAIL
EXP ANSI ON JOINT
EACH WAY
ELECTRIC WATER COOLER
EACH
ELEVATION
ELECTRIC (AL)
ELEVATOR
EQUAL
EXISTING
EXTERIOR
FLOOR DRAIN
FIRE EXTINGUISHER
FIRE EXTINGUISHER CABINET
FIRE HOSE CABINET
FINISH
FLASHING
FLOOR
GALVANIZED IRON
GAUGE
GALVANIZED
GENERAL
GYPSUM BOARD
HOLLOW MET AL
HARDBOARD
HORIZONTAL
HOUR
HEIGHT
INSIDE DIAMETER
INSULATION
INTERIOR
JAMB GUARD
JOINT
JANITOR
MASONRY OPENING
MOISTURE RESIST ANT
01070 - 2
ABBREVIATIONS
Project No. P265-601180064580
June 2010
SECTION -01070
MACH.
MAS.
MAX.
MECH.
MEP
MFR.
MIN.
MTL.
N .I.C .
N .T.S .
O .C.
O.D.
O.H .
OPNG .
PL.
PLAS.LAM.
PLUMB
PLYWD.
POL.
PRE-FAB .
PTD.
R .
R.D.
R.O.
RAD .,R.
RECPT
REF :
REFRIG.
REINF.
REQ'D.
RM.
S.S.
SCHED.
SECT.
SIM.
SPEC.
STD.
STL.
STRUCT.
T.
T .C .
T .O .S.
T .W.
THK.
TOIL.
TYP.
U.N.O .
V .C.T.
v .w.c.
VERT.
VEST .
W.F.
W.P .
W .W.M.
W I
W/0
WD.
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Port Worth, Texas
MACHINE
MASONRY
MAXIMUM
MECHANICAL
MECH/ELEC/PLUMB
MANUFACTURER
MINIMUM
METAL
NOT IN CONTRACT
NOTTO SCALE
ON CENTER
ABBREVIATIONS
OUTSIDE DIAMETER/OVERFLOW DRAIN
OVERHEAD
OPENING
PLATE
PLASTIC LAMINATE
PLUMBING
PLYWOOD
POLISHED
PRE-FABRICATED
PAINTED
RISER
ROOF DRAIN
ROUGH OPENING
RADIUS
RECEPTACLE
REFER TO
REFRIGERATOR
REINFORCING
REQUIRED
ROOM
STAINLESS STEEL
SCHEDULED
SECTION
SIMILAR
SPECIFICATION
STANDARD
STEEL
STRUCTURAL
TREAD
TOP OF CURB
TOP OF STEEL
TOP OF WALL
THICK
TOILET
TYPICAL
UNLESS NOTED OTHERWISE
VINYL COMPOSITE TILE
VINYL WALL COVERING
VERTICAL
VESTIBULE
WIDE FLANGE
WATERPROOF(ING)
WELDED WIRE MESH
WITH
WITHOUT
WOOD
01070-3
Project No. P265-601180064580
June 2010
SECTION -01070 ABB RE VIA TIO NS
1.02 ORGANIZATIONAL ABBREVIATIONS
Abbreviations of organizations which may be referenced in these Specifications are:
Organizational Abbreviation
ACS
ACI
AGMA
API
AIChE
AISC
AISI
ANSI
APHA
AREi
ASTM
ASCE
ASME
ASHRAE
AWi
AWWA
AWS
DIPRA
CRSI
EPA
FM
HEW
HUD
IEEE
IRI
ISA
ISO
JIC
MSS
NAAMM
NARUC
NBHA
NCTCOG
NEC
NEMA
NFPA
NSF
OSHA
PCI
SDHPT
SMACNA
SSPC
TCEQ
TPI
UL
USGS
USPHS
WEF
WWEMA
WPCF
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City ofFort Worth, Texas
Definition
American Chemical Society
American Concrete Institute
American Gear Manufacturer's Association
American Petroleum Institute
American Institute of Chemical Engineers
American Institute of Steel Construction
American Iron and Steel Institute
American National Standards Institute
American Public Health Association
American Railway Engineering Institute
American Society for the Testing of Materials
American Society of Civil Engineers
American Society of Mechanical Engineers
American Society of Heating, Refrigeration and Air Conditioning
American Woodwork Institute
American Water Works Association
American Welding Society
Ductile Iron Pipe Research Association
Concrete Reinforcing Steel Institute
Environmental Protection Agency
Factory Manual
Department of Health, Education and Welfare
Department of Housing and Urban Development
Institute of Electrical and Electronic Engineers
Institute of Risk Insurance
Instrument Society of America
Insurance Service Office
Joint Industrial Council
Manufacturer's Standardization Society of America
National Association of Architectural Metal Manufacturers
National Association of Railway and Utilities Commissioners
National Builders Hardware Association
North Central Texas Council of Governments
National Electric Code
National Electrical Manufacturers Association
National Fire Protection Association
National Sanitation Foundation
Occupational Safety and Health Act
Precast Concrete Institute
Texas State Department of Highways and Public Transportation
Commission
Sheet Metal and Air Conditioning National Association
Steel Structures Painting Council
Texas Commission on Environmental Quality
Truss Plating Institute
Underwriters Laboratory
United States Geological Survey
United States Public Health Service
Water Environment Federation
Water and Wastewater Equipment Manufacturers Association
Water Pollution Control Federation
01070 - 4
Project No. P265-601180064580
June 2010
SECTION -0 I 070 ABBREVIATIONS
1.03 ADDITIONAL ABBREVIATIONS
Abbreviation Definition
HOA Hand-Off-Auto
SCADA Supervisory Control And Data Acquisition
RTU Remote Thermal Unit
BCD Binary Coded Decimal
EEPROM Electrically Erasable Read Only Memory
QUICS Name of a Company
BCH Bose Chaudri Code
BAUD Unit of Data Transmission Speed
MODOM Modulator Demodulator Device
AC Alternating Current
DC Direct Current
mA Milli Amp
Hz Hertz/Cycles
LED Light Emitting Diode
RTD Remote Terminal Data
UPS Uninterrupted Power Supply
SIP Station Instrument Panel
SCP Station Control Panel
KVA Kilo-Volt Amp
V Volts
A Amperes
MCC Motor Control Center
RMS Root Mean Square
NO Normally Open
NC Normally Closed
SPDT Single Pole Double Throw
UV Ultra Violet
1.04 LEGEND
A . Legends of symbols used are shown on the Drawings, and in general, use of symbols is confined to the
Drawings.
PART 2 -PRODUCTS NOT USED
PART 3 -EXECUTION NOT USED
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas
END OF SECTION
01070 -5
Project No. P265-601180064580
June 2010
PART 1 -GENERAL
1.01 BID
SECTION 01150
MEASUREMENT AND PAYMENT
A. The bid is a part of these contract documents, and lists each item of work for which payment will be
made. No payment will be made for any items other than those listed in the bid.
B. Required items of work and incidentals necessary for the satisfactory completion of the project which
are not specifically listed in the bid, shall be considered as incidental to the specified work required
under this contract. Incidental costs, including Contractor's overhead costs and profit, shall be
considered as included in the lump sum or unit prices bid for the various bid items .
C. Work includes furnishing all parts , labor, professional services, equipment, tools and materials and
performing all operations required to complete the work satisfactorily, in place, as specified and as
indicated on the drawings.
1.02 MEASUREMENT AND PAYMENT
A . Measurement of an item of work will be by the unit indicted in the bid schedule.
B. Measurement will include all necessary and incidental related work not specified to be included in any
other item of work listed in the bid schedule. Work includes all labor, professional services
equipment, tools, materials and incidental costs to furnish , install, test and place into service all
components required for a complete and operating system.
C . Unless otherwise stated in individual sections of the specifications and/or in the bid schedule, no
separate payment will be made for any item of work, materials, parts, equipment, supplies or related
items required to perform and complete the requirements of any section. The costs for all such items
required shall be included in the contract price bid for the item of which it is a part.
D. Payment will be made at the contract price per unit indicated in the bid with total price of the contract
being equal to the total bid, as specified and as modified by extending unit prices multiplied by
quantities, as appropriate, to reflect actual work included in the project. Such price and payment shall
constitute full compensation to the Contractor for furnishing all parts, labor, professional services,
equipment, tools and materials and for performing all operations required to furnish to the Owner the
entire project, complete in place as specified and as indicated on the drawings.
PART 2 -PRODUCTS NOT USED
PART 3 -EXECUTION NOT USED
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas
END OF SECTION
01150 -I
Project No. P265-601180064580
June 2010
PART 1 -GENERAL
1.01 NUMBER OF COPIES REQUIRED
SECTION 01300
SUBMITTALS
A . For all data, which require s re view, the Contractor shall submit the required number of copies . T he
minimum number of copies required for re view and di stribution is:
Owner 's Engineer 's File 2
City of Fort Worth 2
Contractor 's File 1
Contractor 's Field Copy 1
Supplier 's Copy l
Total (minimum) 7
Up to one additional copy may be added to the above as required by the Owner 's Engineer.
B . For non-review item s such as parts lists and operation or maintenance manuals , the number of copies
required for di stribution is:
Owner's Engineer
City of Fort Worth
Contractor 's File
Total Cop ies
1.02 ROUTING OF SUBMITTALS
2
4
l
7
A . Data to be reviewed and routine correspondence will be routed as follows , according to type of
submittal.
1. Shop Drawings, Product Data and Samples .
a . Supplier to Contractor (through representative if appli cable) for preliminary check.
b . Contractor to Owner 's Engineer 7 copies.
2. Owner 's Engineer to Contractor .
3. Contractor to supplier.
1.03 ADDRESSES FOR COMMUNICATIONS
A . City of Fort Worth (Owner)
Seiavash Mir
Project Engineer
1000 Throckmorton Street
Fort Worth, Texas 76102
Phone : 817-392-8404
Fax: 817-392-2585
B . Deltatek Engineering (Engineer)
Bahram Niknam , P.E.
14114 Dallas Parkway, Suite 480
Dallas, Texas 75254
Email: bn@deltatekeng.com
Phone: (469)374-9800
Fax : (469) 374-9801
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth , Texas
01300-1
Project No . P265-601180064580
June 2010
SECTION -01300 SUBMITTALS
1.04 SUBMITTAL REQUIREMENTS
A. Submit shop drawings, product data and samples required by the contract documents.
B. Number the submittals consecutively within a section. For example, the first submittal in section 09345
would be numbered 09345-1. For re-submittals, use the suffix letters A for second submittal, B for the
third , etc.
C. Designate in the construction schedule or in a separate coordinated schedule, the dates for submission
and the dates that reviewed shop drawings, product data and samples will be needed.
D. Shop drawings, product data and samples are not considered a part of contract documents.
E. The use of reproductions of the contract plans by any contractor, subcontractor, erector, fabricator or
material supplier in lieu of preparation of shop drawings will be permitted except for Structural
drawings. However, it will signify his acceptance of all information shown on the document as correct
and obligates himself to any job expense, real or implied, arising due to any errors that may occur
thereon. In addition, all references to Deltatek Engineering, City of Fort Worth or a Consultant,
including all Engineer's or architect's seals are to be removed if these contract drawings are to be used
as shop drawings.
1.05 DATA REQUIRED
A . Furnish engineering data covering all materials and equipment in this contract. The data should be
prepared and transmitted promptly following execution of the general contract.
B. All data needed to determine the following facts shall be submitted.
1. Conformance to specifications, including: kind, type, size, arrangement, finishes and
operation of component materials and devices.
2 . Conformance to plans, including dimensions , orientation, appearance, external connections
and anchorages and installation clearances.
3. Specific purpose or design conditions and adequacy to meet same: weights, dynamic loads,
supports required and operating characteristics.
4. Coordination with other work, including items needed by this trade but furnished by others
and information needed by others to perform their part.
5. In all cases, the Contractor shall clearly mark on the front of the submittal the section of the
specifications or item that is being referred to.
C. The manufacturer shall furnish the Owner complete and accurate drawings as required.
D. Furnish all items specifically asked for, within the individual sections, of these specifications.
1.06 SHOP DRAWINGS
A. Preparation by a qualified detailer is required.
B. Where necessary for clarity, identify details by reference to sheet and detail numbers as shown on the
contract drawings .
C. Include on the drawing all information required for submission or submit a transmittal letter containing
required information.
D . Furnish all items specifically asked for, within the individual sections, of these specifications.
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas 01300 -2
Project No. P265-601180064580
June 2010
SECTION -01300 SUBMITTALS
1.07 PRODUCT DAT A
A . Modify the manufacturer 's standard schematic drawings to delete or supplement information as
applicable.
B . For manufacturer 's catalog sheets, brochures, diagrams , schedules, performance charts, illustrations
and other descriptive data :
1. Clearly mark each copy to identify pertinent materials, products or models.
2. Show dimensions and clearances required .
3. Show wiring diagrams and controls.
C. Include on the data all information required for submission or submit a transmittal letter containing
required information.
1.08 SUBMISSION REQUIREMENTS
A . Accompany submittals with a transmittal letter. Sample transmittal letter included at end of section .
B. Include the following information for each submittal.
1. Date and revision dates.
2 . Project title and City of Fort Worth Project number.
3 . The names of:
a. Owner 's Engineer
b. Contractor
c . Subcontractor
d. Supplier
e . Manufacturer
4 . Identification of product or material.
5 . Relation to adjacent structure or materials.
6 . Field dimensions clearly identified as such.
7 . Specification section number.
8 . Applicable standards such as ASTM number or Federal Specification.
9. Identification of any and all deviations from contract documents.
10. Contractor's stamp , in green color, initialed or signed, certifying review of submittal ,
verification of field measurements and compliance with contract documents.
1.09 ENGINEER'S DUTIES
A. Review submittals within fourteen calendar days after receipt.
B. Affix stamp and initials or signature . The submittal will be marked in the following manner.
1. Approved. This means that the Owner takes no exception to the submittal as it is and that the
Contractor may proceed with its installation within the constraints of the contract.
2. Approved as Noted . This means that the Owner takes no exception to the submittal as it is
except for those items which have been noted. The Contractor may proceed with its
installation, as noted and within the constraints of the contract.
3. Revise and Re-submit. This means that the Owner takes exception to the submittal as it is
and has noted such. The Contractor must address the Owner 's notes and re-submit.
4. Not Approved . This means that the submittal does not comply with the plans and
specifications.
5 . For Record Only. This means the submitted item does not require approval. Example :
MSDS product sheets.
C . Return submittals to the Contractor for distribution.
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas 01300 - 3
Project No . P265-601180064580
June 2010
SECTION -01300 SUBMITTALS
1.10 RE-SUBMISSION REQUIREMENTS
A. Incomplete or incorrect submittals
1. Submittals Jacking proper transmittal cover, with inadequate or illegible copies , hand drawn
details or schedules , will not be reviewed. Contractor may pick these up at the Engineers
office or provide additional data prior to review.
2. Submittals reviewed and marked Revise and Resubmit, or Not Approved will be returned to
the contractor via US Mail.
3. Re-submittals necessitated by reasons l or 2 above will require reimbursement by the
contractor to the Engineer at the rate of $200 .00 per hour with a minimum of two hours
review time charged.
B. Shop Drawings
l. Revise initial drawings as required and re-submit as specified for initial submittal.
2. Indicate on drawings any changes, which have been made , include those requested by the
Owner or Consultant.
1.11 SUBSTITUTIONS
A. When a particular Product Trade Name, Make, or Brand, is specified within these specifications, or
shown/called out on the drawings, it shall be considered as the minimum quality standards required
for that particular item .
B. All Manufacturers' literature, technical specifications, quality control and testing measures ,
construction methods , materials, configuration, industry certifications , ratings and approvals etc., for a
product specified by Product Trade Name, Make or Brand, shall be considered as part these
specification whether actually shown herein or not.
C. In order to achieve competitive and accurate bids, all Bidders shall base their -proposals on the actual
items (Product Trade Name, Make or Brand), listed in these specifications. Bidders will not be
allowed to submit substitutions (Prospective approved equals), or base their proposals on substitutions
when submitting their bids .
D. After a contract has been awarded by the City, to the low bidder (Contractor), the Contractor shall
submit to the Engineer as per section 01300 , within ten (10) workings days after signing the contract,
the following information for all proposed product or material substitutions.
1. A written explanation on why the proposed substitution is equal to or superior to the product
specified .
2. A copy of the Manufactures' literature, technical specifications and factory samples of both
the specified product and the substitution, with all differences in the two products highlighted.
3. The actual benefit the City will receive by using the proposed substitution, including any cost
reduction from the original Contract price.
4 . Three (3) job references within fifty (50) miles of the City limits available for inspection,
where the proposed substitutes were used under similar conditions .
E. All substitutions must be approved in writing by the Engineer (approved equal), prior to their use in
any manner on this project. The Contractor shall submit to the Engineer any and all additional
information, samples, references, etc. as requested by the Engineer for a proposed substitution.
F. If the proposed substitution(s) are not approved by the Engineer, the Contractor shall proceed with the
work utilizing the original products , materials, etc. specified herein , WHICH THE CONTRACT
PRICE IS BASED UPON . The Engineer's decision on all submittals shall be final, and is not subject
to debate, appeal , arbitration, or the basis for a contractual dispute or claim filed by the Contractor
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City ofFort Worth, Texas 01300 - 4
Project No. P265-601180064580
June 2010
SECTION -01300 SUBMITTALS
1.12 SAMPLES
A . Furnish samples of the various materials, together with the finish thereon , as specified for and intended
to be used on or in the work . Send samples to the office of the Owner's Representative , carriage pre-
paid .
B. Submit samples before purchasing, fabricating, applying , or installing such materials and fini shes.
C . Submit samples , other than field samples in duplicate . A cover letter shall accompany the sample and
shall list all items being transmitted, designating their particular usage and location in the project.
Distribute samples marked "Re-submittal Not Required" as follows : one record sample for the
Owner 's Representative ; on record sample for the Contractor.
D. Samples shall be s ubmitted and re-submitted until acceptable . Materials, fini shes and workmanship in
the completed project shall be equal in e very respect to that of the samples so submitted and accepted.
E. Samples shall include materials, fixtures, equipment, surface textures, colors , etc., as required by
drawings and specifications or as requested by the Owner's Representative.
F. Identify sample as to product, color, manufacturer, trade name , lot, style , model , etc ., location of use
and contract document reference as well as the names of the Contractor, supplier, project and Owner's
Representative.
G . Samples shall be 8" x 10" in size and shall be limited in thickness to a minimum consistent with
sample presentation. In lieu thereof, submit the actual full-size item.
H. Samples of value may be returned to the Contractor for use in the project after rev iew, analysis ,
comparison, and/or testing as may be required by the Owner's Representative.
I. Furnish one 8" x 10" sample of the finally reviewed materials , colors or textures to the Owner's
Representative for final record . Such material samples shall carry on the back all identification as
previously described including , if paint sample , manufacturer, mix, proportion, name of color,
building, Contractor, subcontractor and surfaces to which applied.
1.13 CONTRACTOR'S JOB SITE DRAWINGS
A . Keep all required shop drawings, product data and samples for the following work in one place.
Suitably organize and index 8-lh "x 11 ", 11" x 17'' and other compatibly sized material in a 3-ring
binder. Larger shop drawings may be kept together rolled or folded. Include an index .
B. Provide and maintain on the job site one complete set of prints of all drawings which form a part of the
contract. Immediately after each portion of the work is installed, indicate all dev iations from the
original design shown on the drawings either by additional sketches or with red ink thereon. Upon
completion of the job, deliver this record set to the Owner's Representative .
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas
END OF SECTION
01300 -5
Project No . P265-601180064580
June 2010
SUBMITTAL TRANSMITTAL COVER SHEET
Submittal No.:
Date:
Project Title:
Project No .:
Consulting Engineer:
Name/ Address
Contractor:
Name/ Address
Subcontractor:
Name/ Address
Contents of Submittal:
Supplier:
Name/ Address
Drawing:
Number/Detail references
Deviations from
Contract Documents:
City of _______ _
The referenced submittal has been reviewed for compliance with the Engineers Plans and
Specifications.
Sample - I
PART 1 -GENERAL
1.01 SCOPE
SECTION 01310
CONSTRUCTION SCHEDULE
A. The Contractor shall develop and submit to the Owner a construction schedule which displays the
sequence and duration of each of the activities neces sary to complete the contract.
1.02 FORMAT
A. The schedule shall be prepared and updated on Microsoft Project 2002 or newer format scheduling
software .
1.03 RELATED SECTIONS
A. SECTION -01300: Submittals
PART 2 -PRODUCTS NOT USED
PART 3 -EXECUTION
3.01 PREPARATION AND SUBMISSION
A . Within ten calendar days following the notice to proceed, the Contractor shall submit to the Owner the
draft construction schedule, per Section 01300.
1. This schedule shall include all of the work required by the plans and specifications.
2 . No individual schedule item may last more than five working days. If a construction activity
will last more than five working days , this activity shall be divided into two or more tasks .
B . The draft construction schedule will be reviewed by the Owner per Section 01300.
1. If the draft schedule is not acceptable to the Owner, the Contractor shall submit as many
further draft schedules per 3 .01A as required to receive Owner acceptance .
2. If the draft schedule is acceptable to the Owner, the Contractor shall send five copies to the
Owner for its use.
C. Schedule shall include system shut-downs as proposed by Contractor. System shut downs shall be
coordinated with the Distribution Division to minimize customer disruption .
3.02 SCHEDULE UPDATES
A. A schedule update shall be included with each payment request. Each update shall be per 3 .0IA.
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas
END OF SECTION
01310-1
Project No . P265-601180064580
June 2010
PART 1 -GENERAL
1.01 SCOPE
SECTION 01360
QUALITY CONTROL
A. The Contractor is responsible for quality control throughout the construction project.
1.02 RECORDS
A. Throughout construction, daily records shall be maintained of all aspects of the work and all tests
performed. All tests performed shall be numbered. One copy of these shall be maintained at the job
site and submitted to the Owner at the Closeout of the project.
1.03 SCHEDULE
A . A specific plan and checklist shall be made between the Contractor and the Owner for observation and
inspection to assure that all facility requirements have been met.
1.04 RECORD AVAILABILITY
A. All records of the work and all tests performed shall be available at the job site for the Owner 's use at
any time.
1.05 QUALIFICATIONS OF PERSONNEL
A. All operations shall be under the control of the Contractor, or the Contractor's General Superintendent.
The General Superintendent shall be experienced in all aspects of the project.
PART 2 -PRODUCTS NOT USED
PART 3 -EXECUTION NOT USED
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City ofFort Worth, Texas
END OF SECTION
01360 -1
Project No . P265-601180064580
June 2010
PART 1 -GENERAL
1.01 SCOPE
SECTION 01370
SCHEDULE OF VALVES
A. Contractor shall develop and submit to the Owner for approval a schedule of values for the project.
1.02 RELATED SECTIONS
A. SECTION -01300: Submittals
PART 2 -PRODUCTS
2.01 Use format Payment Application (see attached sample form following this Section) for Schedule of Values and
Payment Applications. www .paymentapplication.com.
PART 3 -EXECUTION
3.01 SUBMITTALS
A . Within ten calendar days following the Notice-to-Proceed, the Contractor shall submit to the Owner, in
accordance with Section 01300, a tentative schedule of values - a breakdown oflump sum bids -which
in tum shall be used to determine partial payment estimates and may be used to verify cost credits,
change orders, etc .
B . The tentative schedule of values will be reviewed by the Owner to determine whether, in its judgment,
the schedule of values is of sufficient detail and if the prices included are unbalanced or front-end
loaded in an effort to inflate the prices of those items to be completed in the early stages of the work.
C . The Owner will provide the Contractor with its comments and may request additional information
from the Contractor to justify certain quantities and prices. On the basis of the Owner's comments, the
Contractor shall revise and re-submit the tentative schedule for further review or approval .
D . Once the tentative schedule is approved by the Owner, it will become the schedule of values to be used
in determining partial payment estimates. Six copies of this schedule shall be submitted to the Owner
for distribution and use.
E. No partial payment request, including the first, shall be approved until the schedule of values has been
accepted by the Owner.
F. The final schedule of values must be submitted for acceptance at least ten (I 0) working days prior to
the contractual cut-off date for the first payment application.
3.02 FURTHER SUBMITT ALS
A. Each partial payment requested by the Contractor shall include the accepted schedule of values,
modified to indicate the total quantity and price of the work completed to the date of the request. After
acceptance of the submittal, no modifications will be made to the schedule of values, except as
required by approved change orders.
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas 01370 -1
Project No. P265-601180064580
June 2010
SECTION -01370 SCHEDULE OF VALUES
3.03 SUBMITTAL DATA
A. Insofar as possible, total quantities and unit prices shall be shown for all items of work, separating for
each item the materials and labor and other such sub-items as the Contractor may desire. Lump sum,
miscellaneous, and other such general entries in the schedule shall be avoided whenever possible .
B. Such items as bond premiums, insurance, temporary facilities and temporary storage may be listed
separately in the schedule of values, provided that the cost can be substantiated.
C. Overhead and profit shall not be listed as separate items.
D. The sum of the items listed on the schedule of values shall equal the contract lump sum price.
E. If the schedule of values in the opinion of the Engineer, is unbalanced or front end loaded, it will be
rejected by the Engineer and revised and re-submitted by the Contractor.
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas
END OF SECTION
01370 - 2
Project No. P265-601180064580
June 2010
Periodical Estimate No . (Schedule of Values)
Owner:
Engineer: DEL TATEK ENGINEERING
Contractor:
Project Name :
Project Numben
Item Ref.
No. No . DESCRIPTION OF ITEM
1
2
3
4
5
6
I
TOTAL BASE
For Period From : Attachment "A"
To :
Address :
Address : 14114 Dallas Parkway, Suite 480, Dallas , TX. 75254
Address:
Quantity Unit
Original of
Estimate Measure
Total
Contract
Unit Price
Total
Contract
Amount
0.00
Quantity Value of Previous Value of Total Total % of
Complete Work Completed Quantity Previous Quantity Value of Work
This Est. This Estimate Completed Work Complete Complete Work Complete Completed
0 0 .00 0 .00%
0
0
0
0
0
0
Period ical Estimate No . (Schedule of Values)
Owner:
Engineer:
Contractor:
Project Name:
Project Numberi
Item Ref.
No . No .
DEL TATEK ENGINEERING
DESCRIPTION OF ITEM
TOTAL with Alternates and Change Order
For Period From: Attachment "A "
To:
Address :
Address : 14114 Dallas Parkway, Suite 480 , Dallas , TX. 75254
Address :
Quantity Unit
Original of
Estimate Measure
Total
Contract
Unit Price
Total
Contract
Amount
0 .00
Quantity Value of Previous Value of Total Total % of
Complete Work Completed Quantity Previous Quantity Value of Work
This Est. This Estimate Completed Work Complete Complete Work Complete Completed
0.00 0.00 0 .00 0.00 0.00 0.00 0.00
PROJECT:
OWNER: CITY OF
CONTRACTOR:
ENGINEER: DELTATEK ENGINEERING
PAYMENT PERIOD FROM :
ITEM DESCRIPTION OF ITEM
NO .
TOTAL FOR PAGE/PROJECT
ATTACHMENT "B"
PAYMENT REQUEST
TABULATION OF VALUES FOR APPROVED CHANGE ORDERS
TO:
QUANTITY UNIT OF UNIT TOTAL QUANTITY
ORIGINAL MEASURE PRICE CONTRACT THIS
ESTIMATE AMOUNT ESTIMATE
0 .00
PROJECT NUMBER
Schedule of Values
ESTIMATE NO . SOV
QUANTITY VALUE %OF
TO OF WORK WORK
DATE COMPLETED COMP .
0 .00
Page~~-of~~-
PROJECT:
OWNER: City of
CONTRACTOR:
ENGINEER: DELTATEK ENGINEERING
PAYMENT PERIOD FROM :
ITEM NAME OF SUPPLIER
NO .
TOTAL FOR PAGE/PROJECT
A TI ACHMENT "C"
PAYMENT REQUEST
TABULATION OF VALUES FOR MATERIALS ON HAND
TO :
INVOICE ATTACHMENT ORIGINAL
NO. "A"OR"B" INVOICE
ITEM NO . AMOUNT
Schedule of Values
ESTIMATE NO. SOV
AMOUNT BALANCE OF
INSTALLED MATERIALS
TO DATE ON HAND
0 .00
0 .00 0 .00 0.00
Page ___ of __
PROJECT:
ATTACHMENT "D"
PROJECT SUMMARY
PROJECT NUMBER
OWNER: City of _....._ _____________ _
CONTRACTOR: ----------------ENGINEER: DELTATEK ENGINEERING
PAYMENT PERIOD FROM : TO :
CONTRACT TIME SUMMARY
Date of Notice to Proceed
Original Date of Contract Substantial Completion
Original Date of Contract Final Completion
Approved Time Extensions
Current Date of Contract Substantial Completion
Current Date of Contract Final Completion
Days Charges to Project to Date
Days Remaining in Contract
Percent of Current Project Duration
Current Scheduled Completion Date
Project is (On) Schedule
CONTRACT COST SUMMARY
Original Contract Amount
Approved Change Orders
Current Contract Amount
Contract Earnings to date on
Original Contract
Earnings on Approved Change Orders
Materials on Hand
Total Current Project Amount Earned
Percentage of Contract Earned to Date
Retainage
Amount Paid to Date
Percent of Contract Paid to Date
Schedule of Values
ESTIMATE NO . SOV
0 Days ---------
_________ Days
0 Days ---------% ---------
_________ Days
$ -----------
$ 0.00 -----------$ __________ _
$ -----------$ __________ _
$ -----------
$ 0 .00 -----------
$ -----------
$ -----------
ATTACHMENT "E"
Period covered by this payment request:
Beginning ________ _ Ending-----------
Prepared and Submitted :
By:
Printed Name
Date :
Payment Request Recommended :
By:
Deltatek Engineering Printed Name
Date:
Payment Request Recommended:
By:
City of Fort Worth Printed Name
Date: ---------
Payment Request Approved:
By:
Printed Name
Date: ---------
PART 1 -GENERAL
1.01 SCOPE
SECTION 01420
INSPECTION SERVICES
A . This section summarizes the duties , responsibilities, and limitations of the authority of the Inspector in
connection with his observation and inspection of the work.
1.02 AUTHORITY
A . On this project, Deltatek Engineering assumes the function of the inspector during construction .
1.03 DEFINITIONS
A. INSPECTOR: A representative of the owner who will be assigned authority to observe and inspect the
work.
B. Working Day: Per Fort Worth General Contract Documents and General Specifications for the City of
Fort Worth Water Department.
1.04 LIMITS ON WORKING HOURS
A. Normal working hours are from 7:00 am to 4:00 pm. Contractor may not work on a Saturday, Sunday,
or official city holiday; more than eleven hours in a calendar day, or forty five hours in a calendar
week without the specific written consent of the owner. All requests for extra working hours must be
made to the owner in writing 72 hours in advance .
B. Contractor will be responsible for inspection hours beyond normal working hours.
1.05 UNINSPECTED WORK
A. Any work performed without benefit of an inspection may require removal and replacement if so
directed by the owner. This removal and replacement will be completed by the Contractor at no
additional cost to the Owner or the Owner 's Representative .
PART 2 -PRODUCTS NOT USED
PART 3 -EXECUTION
3.01 AUTHORITY OF THE INSPECTORS
A . The owner's inspection personnel shall observe the work in progress and promptly notify the
Contractor of any deficiencies. Inspectors are not authorized to accept work not in conformance with
the plans and specifications, nor are they authorized to change the requirements of the contract
documents.
3.02 RESPONSIBILITIES OF THE CONTRACTOR
A . The Contractor shall provide safe access to the work in order to observe its progress and quality. The
Contractor shall also assist the inspector in obtaining samples and performing tests as necessary.
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas
END OF SECTION
01420 - 1
Project No. P265-601180064580
June 2010
PART 1 -GENERAL
1.01 FINAL INSPECTION
SECTION 01700
CONTRACT CLOSEOUT
A. When the Contractor considers the work complete , he shall submit written certification that all contract
documents ha ve been reviewed and all work has been completed and is in compliance with contract
documents . He shall al so certify that all facilities are operational and all work is completed and ready
for final in spections.
B . The Owner will make an inspection to verify the status of completion . Should the Owner consider the
work incomplete or defective, he will promptly notify the Contractor in writing, listing the incomplete
or defective work. The Contractor shall take immediate steps to remedy the stated deficiencies , and
send a second written certification to Owner that the work is complete .
C . If the Owner finds the work acceptable under the contract documents , he shall request the Contractor
to provide all required closeout submittals .
1.02 CLOSEOUT SUBMITT ALS
A . The following Closeout submittal data shall be provided by the Contractor:
1. Project Record Documents
2. Evidence of Payment and Release of Liens. Submit the following in such form as approved
by Owner.
a. Contractor's affidavit of payment of debts and claims.
b. Contractor 's affidavit of release of liens.
c . Consent of surety to make final payment.
d . Releases or waivers of liens from all subcontractors and others with lien rights
against property of Owner.
1.03 FINAL PAYMENT REQUEST
A. The Contractor shall submit a payment request to the Engineer. The statement shall reflect all
adjustments to the contract and shall include , but not be limited to , the following:
1. Original contract sum
2. Additions and deductions resulting from:
a. Change orders
b. Retainage withheld to date
c. Deductions for uncorrected work
d. Deductions for liquidated damages
3. Total contract sum, as adjusted
4. Previous payments
5. Sum remaining due
B. The Contractor shall submit the final application for payment in accordance with procedures and
requirements stated in the contract documents.
PART 2-PRODUCT NOT USED
PART 3 -EXECUTION NOT USED
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City ofFort Worth, Texas
END OF SECTION
01700-1
Project No. P265-601180064580
June 2010
SECTION 01710
CLEANING AND ADJUSTING
PART 1 -GENERAL
1.01 RESPONSIBILITIES
A. The Contractor is responsible for cleaning and adjusting the work.
B . This section covers the minimum general cleaning requirements for the entire project. When required ,
additional detailed cleaning and adjusting requirements for specific trades or work are specified in the
Specification Sections pertaining to that trade or work.
1.02 REQUffiEMENTS OR REGULATORY AGENCIES
A.
B.
C.
Fire protection -Store volatile materials in covered metal containers and remove from premises daily.
Pollution Control -Conduct cleaning and disposal operations in compliance with local ordinances and
antipollution laws.
l . Burning and burying of rubbish and material on project site is not permitted
2 . Disposal of volatile fluid wastes and other chemical wastes in storm or sanitary sewer
systems , lakes , streams , waterways, or jobsite is not permitted .
3 . Any hazardous , toxic , fuel and spills shall be reported to proper authorities. Clean up manifest
and disposal records shall be provided to the City of Fort Worth by copies of same.
Safety Standards -Maintain the project in accordance with insurance and safety standards.
PART 2 -PRODUCTS NOT USED
PART 3 -EXECUTION
3.01 DURING CONSTRUCTION
A . Oversee cleaning and ensure that the premises are maintained free from accumulations of waste
materials and rubbish. Do not allow waste materials, rubbish and debris to accumulate and become
unsightly or create a hazard.
B. At reasonable intervals , but at least once per week, during the progress of the work, collect and dispose
of waste material , rubbish and debris. Handle waste in a controlled manner; do not drop or throw
materials from heights with out having first installed the proper drop chute system.
3.02 FINAL CLEANING AND ADJUSTING
A. At the completion of work and immediately prior to final inspection, cleaning of the entire project shall
be accomplished according to the following provisions:
1. Thoroughly clean all work provided under Contract. Leave the site in a complete and finished
condition to the satisfaction of the Owner or the Owner 's representative.
2. Remove all temporary structures and all debris including but not limited to trash, rubbish
excess material , scrap metal , empty containers, waste material etc.
3. Restore all areas on the site to a condition equal to or better than their original condition. This
includes but is not limited to the following:
a. Restore all grade lines to their original or new contours using select fill where fill
work is required.
b. Replant all grass that has been destroyed as a result of the Contractor's operations.
New grass shall be block sod installed over the entire area disturbed. The sod shall
be freshly cut and be acceptable to the Owner prior to placement.
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas
01710-1
Project No . P265-601180064580
June 2010
SECTION -01710
4.
CLEANING AND ADJUSTING
c. The sodded area shall be at least a minimum of 85% growth to l" in height complete
before the City can accept it.
d . Replant all trees and shrubs that are destroyed as a result of the Contractor 's
operations. Replacement trees shall be the same species as the original trees
destroyed. Trunk calipers shall be 6" minimum. Shrubs shall be the same species as
the original shrubs and supplied in 5 gallon pots minimum.
e. Washing, scrubbing, dusting and general cleaning of existing facilities to restore
them to a condition equal to or better than their original condition.
If the Contractor does not remove all the rubbish , debris, restore all plants, or does not clean
the site as specified above, the City reserves the right to have the cleaning and plant
restoration done at the expense of the Contractor.
END OF SECTION
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas 01710-2
Project No. P265-601180064580
June 2010
PART 1 -GENERAL
1.01 SCOPE
SECTION 02060
DEMOLITION
A. The Contractor shall provide all labor, equipment, materials professional services , and incidentals
required to demolish and make proper disposal of scrap metals , pipes , fittings , concrete , and any others
debris resulted from this demolition.
1.02 RELATED SECTIONS NOT USED
1.03 REFERENCES
A . American National Standards Institute (ANSI): Al0 .6 "American National Standard Safety
Requirements for Demolition.
B . Uniform Building Code , Chapters 2 and 44.
1.04 SUBMITT ALS
A. The following items shall be submitted by the Contractor as per Section 01300 of these specifications
and approved by the Engineer prior to the start of any demolition work.
1. Demolition plan
2. Structural Assessment
3 . Hazardous Material Containment and Abatement Plan
1.05 QUALITY ASSURANCE
A. Demolition Contractor must have a m1mmum of 5 continuous years successful experience in
dismantling and demolishing work of similar nature, size and complexity (Water Storage Facilities).
1.06 REGULATORY REQUIREMENTS
A. General: All work shall be performed in accordance with requirements set forth by Federal, State and
Local regulatory agencies and codes applicable to the construction industry. The Contractor shall
provide and require the use of personal protective life saving equipment for persons working on or
about the project site.
B. Conform to applicable codes for demolition of structures, dust control, runoff control , and disposal. At
all times, take proper and effective measures to protect adjacent and surrounding properties from
damage.
C . The Contractor shall obtain all required permits from authorities and pay all required fees.
D . Notify affected utility companies before starting work and comply with their requirements.
E. Do not close or obstruct roadways , sidewalks, or hydrants without permits .
F . Conduct operations with minimum interference with public usage of buildings. Maintain protected
egress and access at all times .
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth , Texas 02060 - 1
Project No. P265-601180064580
June 2010
SECTION -02060 DEMOLITION
1.07 EXISTING CONDITIONS ANALYSIS
A . The Contractor shall submit to the Engineer as per section O 1300 , an itemized, detailed demolition plan
that details all procedures for removing the items to be demolished. The demolition plan shall confirm
that the tank has been structurally analyzed , and that the removal of the items to be demolished will in
no way compromise the structural integrity of the tank or its components to remain.
1.08 PROTECTION OF SURROUNDING AREA AND EQUIPMENT
A. The Contractor shall take proper and effective measures to ensure that there will be no damage to
equipment, structures , elements etc., or portions thereof which are not to be removed. Erect and
maintain temporary shoring , bracing, and other means as required, to safeguard the structural integrity
of the existing portions of the tank and its components to remain .
B. Erect and maintain temporary bracing, shoring, lights , barricades , signs , and other means to protect the
public, workers, and other persons, and finishes and improvements to remain from damage; all in
accordance with applicable regulatory requirements.
C. Erect and maintain temporary barriers to confine dust and debris .
D . Protect existing trees using temporary fence around drip line of tree canopy. Keep area within the drip
line clear of construction traffic , parking, soil contamination, soil stockpiling , storage of materials ,
debris, and ponding water.
PART 2 -PRODUCTS NOT USED
PART 3 -EXECUTION
3.01 INSPECTIONS
A . Prior to starting demolition , make inspection and notify the Engineer of observable defects and
structural weaknesses of construction designated for demolition, of adjacent structures, and of
improvements to remain. If unsatisfactory conditions exist, do not commence demolition until
appropriate determinations have been made.
B. Following demolition, make inspection and notify the Engineer of defects and structural weaknesses of
items partially demolished, cut, or removed; of adjacent structures ; and of improvements remaining.
3.02 PREPARATION
A . Prevent movement or settlement of adjacent structures. Provide bracing, shoring , and underpinning as
required .
B. Protect existing appurtenances , structures and landscaping which are not to be demolished .
C. Verify the location of existing above and under ground utilities prior to the start of any demolition.
This includes but is not limited to Electrical, Phone, Gas and Water lines. Contact the appropriate
authority to locate and properly mark each of the aforementioned utilities . Cooperate with utility
personnel when disconnecting, removing, capping, relocating , etc. a utility within the demolition areas
is required.
D. Mark location of disconnected utilities . Identify utilities and indicate capping locations on Project
Record Documents .
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas 02060-2
Project No. P265-601180064580
June 2010
SECTION -02060 DEMOLITION
3.03 DEMOLITION REQUIREMENTS
A. Conduct demolition to minimize interference with adjacent structures .
B. Cease operations immediately if adjacent structures appear to be in danger . Notify owner 's agent. Do
not resume operations until directed.
C. Conduct operations with minimum interference to public or private accesses. Maintain protected egress
and access at all times.
D . Obtain written permission from adjacent property owners when demolition equipment will traverse ,
infringe upon or limit access to their property.
3.04 CONTRACTOR LIABILITY
A. Contractor shall be solely liable for all claims for personal and property damage , including death,
which result from the construction operations on this project. If complaints are received by the
Contractor or the Owner from anyone , the Contractor shall investigate the complaint immediately and
report in writing to the Owner corrective action he is taking. It shall be the Contractor's complete
responsibility to correct or make whole any damage or injuries caused by his painting operations.
3.05 DISPOSAL OF MATERIAL
A. If the Contractor elects not to resell the steel from the existing reservoirs , all steel dismantled shall be
disposed of at a scrap metal recycler that will immediately melt down the steel plate containing the
existing coating system . The scrap metal recycler must provide certification that the steel from the
reservoirs has been melted down and that the paint system no longer exists.
B. Contractor shall make all arrangements , provide and pay for all testing and pay all cost associated with
the proper disposal of the steel plate and sanitary system.
C. If the Contractor elects to resell the steel and removes the existing paint system, the Contractor shall
submit a plan for disposal of the blasted residue to the Texas Natural Resource Conservation
Commission. The Contractor shall submit to the agencies, in addition to the plan, a TCLP test and
total metal test for lead, mercury, chromium and cadmium for each stockpile and/or containment drum
utilized in the collection of the wasted material.
D. The Contractor shall make all arrangements, provide and pay for all testing and pay all cost associated
with the disposal of the material at a United States Environmental Protection Agency (USEPA)
approved hazardous waste or municipal landfill (as determined by the state agencies) including fees
and test at the landfill.
E. The Contractor shall arrange and pay for all manifest and transportation cost associated in delivering
the material to a hazardous waste landfill and/or municipal landfill (as determined by the state
agencies).
F. Prior to actual removal of the steel or paint from the site , the Contractor shall provide the Owner with
all documentation as to its proper disposal. All documents include documents from the state agencies,
documents from the landfills , documents from the steel recycler to the method and schedule of
disposal, all test results , all transportation manifest, and all other information the Contractor obtains in
the process of disposing of the material.
G. The transportation hauler which will remove material from the site shall submit insurance certificates
to the Owner. The amounts or coverage shall be the same as required by the Contractor prior to
commencement of hauling.
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas 02060 - 3
Project No. P265-601180064580
June 2010
SECTION -02060 DEMOLITION
H. The Contractor is being contracted as part of the overall contract to obtain all necessary permits,
manifest, approvals from state agencies, etc ., for the proper transport and disposal of the material,
including the cost of testing and fees for disposal.
I. Upon final execution of the transportation documents, the Contractor shall provide the Owner a copy.
All materials stored on site shall not be stored for a period longer than the contract time of 180
calendar days . Materials stored past that time will be handled by the Owner with all cost bore by the
Contractor in addition to liquidated damages as set forth in the standard specifications.
3.06 DEMOLITION
A . Perform demolition in accordance with applicable Local , State , and Federal regulatory health and
safety requirements .
B. Remove items designated for demolition within the work limits indicated, and as required to perform
the work . Do not remove anything beyond the limits of demolition indicated without the prior written
approval of The Engineer. If in doubt whether to remove an item, obtain written approval prior to
proceeding.
C. Demolish indicated structures and appurtenance in an orderly and careful manner. Remove materials
carefully providing format and structurally sound junctures between new and existing materials .
D. Except where noted otherwise, immediately remove demolished material from site .
E. Any material items , equipment that is to be removed and re-installed , or retained by the Owner shall be
removed in a manner to prevent damage, i.e., the two microwave dishes. These items shall be properly
stored and completely protected from debris and the elements, such as water, excessive heat ,
cold/freezing , wind, dust, dirt, etc.
F . Remove and promptly dispose of contaminated, vermin infested, or dangerous materials.
G . Unless otherwise indicated, materials designated for demolition shall become the Contractor 's
property. The Contractor shall make proper off site dispose of such material unless otherwise
indicated or specified. Sales of salvage materials are not allowed on site.
3.07 CLEAN UP
A. The Contractor shall remove all excess materials , trash, metal, and other debris from the job site and
make proper off site disposal.
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas
END OF SECTION
02060 -4
Project No. P265-601180064580
June 2010
SECTION 02100
SITE PREPARATION & CLEANING
PART 1 -GENERAL
1.01 SCOPE OF WORK
A . The general provisions of the Contract, including General and Supplementary Conditions and General
Requirements (if any), apply to the work specified in this section.
B. Site clearing work includes , but is not limited to, the following: protection of existing trees , removal
of trees and other vegetation as shown on plans or as directed by the Owner, clearing and grubbing ,
removing above-grade improvements .
1.02 RELATED SECTIONS
A . SECTION -02210: Site Grading
1.03 JOB CONDITIONS
A . Protection of existing trees and vegetation
1. Protect existing trees and other vegetation indicated to remain in place, against unnecessary
cutting, breaking or skinning of roots , skinning and bruising of bark, smothering of trees by
stockpiling construction materials or excavated materials within drip line, excess foot or
vehicular traffic, or parking of vehicles within drip line . Provide temporary guards to protect
trees and vegetation to be left standing.
2. Water trees and other vegetation to remain within the limits of the contract work as required
to maintain their health during the course of construction operations .
3. Provide protection for roots over 1-1 /2" diameter cut during construction operations . Coat the
cut faces with emulsified asphalt, or other acceptable coating, formulated for use on damaged
plant tissues. Temporarily cover exposed roots with wet burlap to prevent roots from drying
out; cover with earth as soon as possible.
4. Repair or replace trees and vegetation damaged by construction operations, in a manner
acceptable to the Owner. Repair tree damage by a qualified tree surgeon.
PART 2-PRODUCTS NOT USED
PART 3-EXECUTION
3.01 SITE CLEARING
A. Remove all vegetation, improvements , or obstructions as shown on the plans and/or as directed by the
Owner, interfering with installation of new construction . Trees marked on plans to be removed shall
have their stumps removed also .
B. Carefully and cleanly cut roots and branches that obstruct new construction.
3.02 DISPOSAL OF WASTE MATERIALS
A . Remove waste materials, unsuitable and excess topsoil from job site and make proper and legal off site
disposal. This shall include any waste materials containing hazardous wastes such as chromium and
other waste materials identified as hazardous .
B. Perform and pay for any tests required by the disposal site to verify or confirm the presence or lack
thereof of hazardous materials .
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas
END OF SECTION
02100 -I
Project No. P265-601180064580
June 2010
PART 1 -GENERAL
1.01 SCOPE OF WORK
SECTION 05500
METAL FABRICATIONS
A. The Contractor shall provide all labor, equipment, materials professional services , and incidentals
required to Fabricate, Furnish, and Erect all structural and miscellaneous metal work, complete
including, but not limited to :
I. Hatches.
2 . Vandal resistant vents .
3 . Ladders and anti-fall Saf-t-Climb devices .
4 . Hand rails , tie offs, and kick plates.
5. Landing replacement.
6. Pit Welding.
B. The Contractor shall include all supplementary parts and members necessary to complete all Ladders ,
Handrails , Framed Openings , Hatches , and Vents regardless of whether all such parts are definitely
shown or specified. This includes but is not limited to : all nuts , bolts , washers , gussets , plates , angles ,
metal shapes , fasteners etc ., as may be required for the proper assembly of all items . All work shall be
carefully assembled , fabricated and erected true to the lines , elevations and designs shown on the
shop drawing that mu st be submitted by the Contractor.
1.02 RELATED SECTIONS
A . SECTION -09900 -Painting
1.03 REFERENCES
A. ASTM A27 -Mild-to-Medium Strength Carbon Steel Castings.
B. ASTM A36 -Structural Steel
C. ASTM A47 -Malleable Iron Castings
D. ASTM A48 -Gray Iron Castings
E. ASTM A53 -Pipe , Steel , Black and Hot-Dipped , Zinc-Coated Welded and Seamless.
F. ASTM Al23 -Zinc (Hot-Galvanized) Coatings in Products Fabricated From Rolled , Press ed , and
Forged Steel Shapes, Plates , Bars and Strip .
G. ASTM Al53 -Zinc Coating (Hot Dip) on Iron and Steel Hardware.
H. ASTM Al67 -Stainless and Heat Resisting chromium-Nickel Steel Plate, Sheet, Strip.
I. ASTM A307 -Carbon Steel Externally and Internally Threaded Standard Fasteners .
J. ASTM A325 -High Strength Bolts for Structural Steel Joints, Including Suitable Nuts and Plan
Hardened Washers .
K. ASTM A354 -Quenched and Tempered Alloy Steel Bolts, Studs and Threaded Fasteners.
L. ASTM A446 -Steel Sheet , Zinc-Coated (Galvanized) by Hot-Dip Process, General Requirements.
M. ASTM A525 -Steel Sheet, Zinc-Coated (Galvanized) General Requirements .
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas 05500 -1
Project No . P265-601180064580
June 2010
SECTION 05500 MET ALF AB RICA TIONS
N. ASTM A500 -Cold Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and
Shapes.
0. ASTM A570 -Hot-Rolled Carbon Steel Sheet and Strip, Structural Quality.
P. ASTM A61 I-Steel , Cold-Rolled Sheet, Carbon, Structural
Q. AWS -Standard Welding Symbols -A2.4 .
R. AWS -Structural Welding Code , Dl.1-75
S. FS FF-S-325 -Shield Expansion ; Nail Expansion and Nail Drive Screw.
T. Industrial Fasteners Institute -Handbook on Bolt, Nut and Rivet Standards.
U. NAAMM -Metal Stair Manual 1982 Edition.
V. SSPC Painting Manual , Volume 2, Systems and Specifications.
W. SSPC SPl-63 -Solvent Cleaning.
X. SSPC SP2-63 -Hand Tool Cleaning .
Y. SSPC SP6-5 -White Metal Blast Cleaning .
1.04 DESIGN
The Contractor shall have all Metal Fabrications Designed, Sealed and Signed by a Professional Engineer
currently licensed in the State of Texas according to the Texas State Board of Professional Engineers . This
includes but is not limited to: all Ladders , Platforms, Handrails Gratings, Walkways, Framed Openings ,
Hatches , Structural Steel Members , and all of their supplementary parts .
1.05 SUBMITTALS
A. The following items shall be submitted by the Contractor as per Section 01300 of these specifications
and approved by the Engineer prior to the fabrication and/or installation of any items.
I . Product data: Submit Manufactures' product data sheets for all miscellaneous metal
fabrications, prefabricated, proprietary products, including but not limited to primers, paint
products, vents , hatches , grates, fasteners, Welding electrodes , and grout.
2. Shop Drawings\Construction Documents: Submit complete detailed erection/ construction
drawings for each metal fabrication. This includes but is not limited to drawings for: all
Ladders, Platforms , Handrails Gratings, Safety Cages, Walkways, Framed Openings , Hatches ,
Vents, and all of their supplementary parts . The drawings shall include but not be limited to
the following:
a. Plans, Elevations , Sections , material types , quantities , locations and details of each
fabricated item.
b . All connections, fasteners and anchorage requirements for each fabricated item.
c . Designate shop and field welds in accordance with A WS standard symbols.
d . Furnish setting diagrams , erection plans, templates and directions for installation of
bolts, plates , anchors and other items.
e . All drawings shall have the seal and signature of a Registered Professional Engineer,
currently registered in the State of Texas according to the Texas State Board of
Professional Engineers.
3 . Welder Certificates: Submit certificate signed by the Contractor for each welder and/or tacker
certifying that the welder and/or tacker has been certified within the past year according to
AWS Dl.1-75.
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas 05500 -2
Project No. P265-601180064580
June 2010
SECTION 05500 MET ALF AB RICA TIONS
B. The Configuration Drawings supplied with these specifications are intended to show the general
configurations of the existing tank structure , its' components and the new fabricated items to be
designed and installed by the Contractor. Existing heights , lengths , widths , pipe sizes, bolt sizes, plate
sizes, and metal thickness that may be actually shown, or otherwi se indicated by scale or notes , are
approximations only.
1.06 QUALITY ASSURANCE
A. The Contractor, Fabricator and Erector must each have a minimum of 5 continuous years experience
fabricating and erecting respectively, work of similar nature , size, and complexity.
B. Qualifications for Welding Work: Qualify welding processes and welding operators in accordance with
AWS Structural Welding Code -Steel.
1. Provide certification that welders to be employed in work have satisfactorily passed A WS
qualification tests.
2. If recertification of welders is required, retesting will be Contractors responsibility .
3 . Assign each approved welder a unique number in order to identify individual welds .
C. Source Quality Control : Materials and fabrication procedures are subject to inspection and tests in the
mill, shop and field by the Owner or Owner's Representative. Such inspections and tests will not relieve
the Contractor of responsibility for providing materials and fabrication procedures in compliance with
specified requirements. The Contractor shall promptly remove and replace materials or fabricated
components, which do not comply.
D . Question about Shop Drawings Documents: The Contractor shall promptly notify the Designer and
Engineer whenever design of members and connections for any portion of the structure are not clearly
indicated or when other questions exist about the Shop Drawings . Such questions shall be resolved and
incorporated into the shop drawings prior to the fabrication and installation of any work that is directly
or indirectly related to the item(s) in question.
E. The Contractor shall be responsible for all errors of design, detailing, fabrication and for the correct
fitting of the all fabricated members and components .
I. All fabricated material and connections shall fit within standard architectural constraints.
2. Structural steel members for which shop drawings have not been reviewed and approved shall
not be fabricated.
3 . The omission from the shop drawings of any materials items or incidentals required by design,
and for the correct fabrication and installation of an item , shall not relieve the Contractor of the
responsibility of furnishing and installing such materials , even though the shop drawings may
have been reviewed and approved.
F. Test Reports: Submit copies of reports of tests conducted on all material and on shop and field bolted
and welded connections. Include data on type(s) of tests conducted and test results.
1.07 CODES
A . All work shall comply with provisions of the following as they apply, except as otherwise indicated:
I. All Federal, State and Local laws which govern safety requirements for steel erection and other
requirements if more stringent than the codes and standards enumerated below. This includes
but is not limited to all applicable portions of OSHA .
2. AISC Code of Standard Practice for Steel Buildings and Bridges, adopted September I , 1986,
except delete the following sentence from Section 4.2 .1 of the Code: This approval constitutes
the Owner's acceptance of all responsibility for the design adequacy of any connections
designed by the fabricator as a part of his preparation of these shop drawings.
3 . AISC Specification for the Design, Fabrication and Erection of Structural Steel for Buildings,
June I, 1989 including commentary and supplements thereto as issued .
4. AISC Specification for Structural Joints using ASTM A 325 or A 490 Bolts approved by the
Research Council on Riveted and Bolted Structural Joints of the Engineering Foundation
(Research Council on Structural Connections), November 13, 1985.
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas 05500 - 3
Project No. P265 -601180064580
June 2010
SECTION 05500 MET ALF AB RICA TIO NS
5 .
6.
7 .
8.
AWS Dl.l Structural Welding Code -Steel
Steel Struc tures Painting Manual, Volumes 1 and 2 , Steel Structures Painting Council.
City ofFort Worth Building C o de.
Uniform Building Code.
PART 2 -PRO DUCTS
2.01 MATERIALS
A . STRUCTURAL STEEL:
B. CAST STEEL:
C. BOLTS :
D . FILLER MET AL:
E. CAST IRON:
F . MALLEABLE IRON:
G . STEEL PIPE:
H. STEEL TUBING :
I. GALVANIZING:
J . WELDING ELECTRODES:
K. STAINLESS STEEL
I. Plates:
2. Bolts:
L. ALUMINUM
I. Sheet and Plate:
2. Rolled Section:
3. Rod and Bar:
M. EXTRUSIONS:
N. GALVANIZED SHEET STEEL:
0 . SHEET STEEL:
ASTMA36.
A STM A27 , Gra de 6 5-35 .
A STM A 307, A325 , A354 .
A WS Standards.
ASTM A48 , Class 30, minimum 30,000 PSI ten sile .
A STM A47, Grade 35018 .
ASTM A53 , Grade B , schedule 40 unless otherwise specified.
ASTM A500 , Grade B.
ASTM Al23 and Al 53 .
Structural Welding Code AWS Dl.1-75 Table 4 .1.1
ASTM Al67, Type or 316
IFI-104
ASTM B209 , Alloy 6061-T6
ASTM B308, Alloy 6061-T6
ASTM B21 l , Alloy 606 l-T6 or 2017-T4
ASTM B22 l , Alloy 6063-T5 or T6
ASTM A446 , Grade A , coating designation G90 , ASTM A525 ,
g auge as required for design.
ASTM A6 l l , Grade C .
P. ANCHORAGE DEVICES , MASONRY: Expansion shields F .S. FF-S-325.
I . Standard manufactured items.
2 . Lead expansion shields for machine screws and bolts 3 in. (6 mm) and smaller: Head out
embedded nut type, single unit class, Group I , Type I , Class I.
3 . For machine screws and bolts larger than 3 in.: Group I , Type I , Class 2 .
4 . Bolt anchor expansion shields for lag bolts: Zinc alloy, long shield anchors class, Group II,
Type I , Class I.
5 . Bolt anchor expansion shields for bolts : Closed end bottom bearing type, Group II , Type 2 ,
Class I .
6. U se expans ion bolts only into fully grouted masonry cells or concrete floor/slabs.
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas 05500 - 4
Project No. P265-601180064580
June 2010
SECTION 05500 MET AL FABRICATIONS
Q. FASTENERS
R.
S.
l. Zinc coated where built into exterior wall s and where item being fastened is galvanized .
2 . Select fasteners for type , grade and class required .
3. Bolts and Nuts: Regular hexagon head ASTM A307 , Grade-A.
4. Lag Bolts: Square type , F .S.FF-B-561.
5. Machine Screws: Cadmium plated steel, F .S .FF-S-92.
6 . Wood Screws: Flat head carbon steel , F.S .FF-S-111.
7. Plain Washers : Round, carbon steel , F .S.FF-W-92 .
8. Lock Washers : Helical spring carbon steel , F.S.FF-W-84 .
SHOP PRIMER:
GALVANIZING
10-99 Modified Alk yd by TNEMEC Co ., Inc . or a pre-approved
equivalent.
ZRC Compound by ZRC Chemical Products Co., Carbo REP AIR PAINT:
Zinc No . 11 by Carboline or Galv-weld Alloy by Galv-weld Products .
T. DISSIMILAR METAL PROTECTION COATING : TNEMEC-Tar 413 by TNEMEC Co ., Inc.
2.02 FABRICATION
A. Fabricate work true to shape , size and tolerances , with straight lines , square comers or smooth bend s;
uniformly spaced and in true alignment; free from twi sts , kinks , warps , dents or other imperfections .
Match exposed work to provide continuity of line and de sign.
B . Grind and dress edges and ends of metal smooth, with no sharp edges and with comers slightly
rounded .
C. Drill or punch holes with smooth edges for temporary field connections and attachment of other work.
D . Make permanent shop and field connections with continuous fillet type welds unless noted otherwise .
Perform welding in accordance with AWS Dl.l and reviewed Shop Drawings. Neatly miter faces of
comer connections and fully weld. Remove weld spatter, flux , slag and oxides from surfaces .
E. Grind exposed welds smooth and round sharp comers.
F. Fabricate , Ass emble weld etc . all items in shop in as large assemblies as practicable .
G . Verify completeness of all fabricated items by comparing each item to the Shop Drawings.
H. Supply all items required to complete construction and in stallation in accordance with requirements
of Contract Documents .
I. Anchorage acce ssories : Required to secure wood to metal , wood to masonry, metals to masonry or
concrete , metal to metal or metal to other items. Provide sleeves , inserts and spacers required in
conjunction with items of metal fabrication.
2.03 SHOP PRIMING
A . Hot-dip galvanized item s as scheduled in accordance with ASTM AI23 and AI53 .
B . Apply shop primer to ferrous metal not indicated to be galvanized .
I. Apply 2 shop coats to metal s that will be inacces sible after erection.
2. Do not prime stainless steel , aluminum , copper, brass or bronze unles s specifically indicated .
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City ofFort Worth, Texas 05500 - 5
Project No. P265-60I 180064580
June 2010
SECTION 05500 METAL FABRICATIONS
C. Remove scale, rust and deleterious materials before priming .
1. Clean off rust and loose mill scale:
a. Steel, protected: SSPC SP-2 , SP-3 .
b. Steel, exposed to weather: SSPC SP-5.
2 . Remove contaminants in accord with SSPC SP-1.
D . Immediately after surface preparation, prime in accord with manufacturer's instructions .
1. Provide uniform dry film thickness of 2.5 mils.
2. Use methods , which will result in full coverage of exposed surfaces .
E. Provide dissimilar metal protection coating:
1. When dissimilar metals come in contact.
2. When metal or aluminum is anchored to or in contact with concrete or masonry .
F. Retouch, scraped, abraded , weld bums and unprimed areas.
1. Use primer specified for shop coats.
2 . Priming does not count as a coat for finish painting.
3. Use galvanized repair paint at galvanized items.
PART 3 -EXECUTION
3.01 EXAMINATION
A . Verify suitability of substrate to accept installation.
B. Installation constitutes the Contractor's acceptance of responsibility for performance.
C. Field measure related work and openings to provide for proper fit.
3.02 INSTALLATION
A.
B .
C.
D.
E.
F.
G.
H.
I.
Install items in accordance with reviewed Shop Drawings and manufacturer's instructions.
Install plumb and level, anchored rigid and secure and in true alignment with related and adjoining
work. Shim and grout as necessary.
Field weld members in accordance with A WS D 1.1 Grind sight exposed welds smooth.
Where practical, conceal fastenings.
Secure metal to wood with lag screws of adequate size with appropriate washers .
Secure metal to concrete with embedded anchors , setting compounds, caulking and sleeves, or setting
grout.
1.
2.
Use expansion bolts , toggle bolts or screws for light duty service.
Caulk voids with epoxy sealant.
Do not field splice fabricated items unless size requires splicing . Fully weld splices and grind
smooth.
Provide fabricated items complete with attachment devices as required to properly install items .
Upon completion, re-examine work and correct to insure that installation is firm , tight, anchored, in
true alignment with neat fits , without distortions , unsightly fastenings, raw edges or protrusions.
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City ofFort Worth, Texas 05500 - 6
Project No . P265-601180064580
June 2010
SECTION 05500 METAL FABRICATIONS
J. Brush clean touch-up and repaint or re-prime damaged or welded surfaces. Use galvanized repair
paint at galvanized items.
K. Re-weld all damaged seam weld restoring them to their original contours. Grind smooth and apply
primer and weld seam sealer as specified in Section 09900.
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas
END OF SECTION
05500 -7
Project No. P265-601180064580
June 2010
PART I -GENERAL
1.01 SCOPE OF WORK
SECTION 05515
LADDERS
The Contractor shall provide all materials , parts , labor, and professional services required to remove the existing
tank access ladders and ladder supports, and Fabricate and Install new ladders, supports , and. The locations of
existing ladders , new ladders , anti-fall devices and new ladder gates are shown on the Drawings .
1.02 RELATED SECTIONS
A . SECTION -05500: Metal Fabrications
B. SECTION -09900: Painting
C. SECTION -11550 : Fall Prevention System
1.03 REFERENCES
A. SECTION -05500 , Part 1.03 REFERENCES , of these specifications
B. TCEQ
C. OSHA
1.04 DESIGN
A. As per SECTION -05500 , Part 1.04 DESIGN, of these specifications.
B. All ladder side rails shall be continuous steel flat bars with minimum dimensions of 2 Yi"x 3/8" (two and
half inches x three eighth inch).
C. The minimum clear distance between side rails shall be 16"
D. Ladder rungs shall be round steel bars 3/4" (three-quarter inches) minimum diameter.
E. Ladder rungs shall be spaced 12" (twelve inches) on centers
F. Support each ladder at top , bottom and intermediate points spaced at 5'-0" maximum , by means of welded
or bolted steel brackets 3" xl/2".
G . Size brackets to support design dead and live loads while holding the centerline of the ladder rungs clear of
the supporting surface a minimum of IO"(ten inches).
H . Fit rungs in centerline of side rails plug weld and grind smooth on outer weld surfaces .
I.OS SUBMITT ALS
As per SECTION -05500 , Part 1.05 SUBMITT ALS, of these specifications.
1.06 QUALITY ASSURANCE
As per SECTION -05500 , Part 1.07 QUALITY ASSURANCE of these specifications.
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City ofFort Worth, Texas 05515-1
Project No . P265-601180064580
June 2010
SECTION -05515 LADDERS
1.07 CODES
A. As per SECTION -05500, Part 1.08 CODES of these specifications.
1.08 DELIVERY, STORAGE & HANDLING
A. Ladders shall be delivered with all components: mounting brackets, bolts, assembly plates, etc .
B. Carbon steel ladders and brackets shall be shop prime coated as per section 05500 part 2 .03 . Any damage
to coating shall be properly re-coated before storing.
C. The ladders shall be stored in such a manner that they will not be damaged by other operations of the
project.
D. Proper equipment shall be used in handling the ladders so they will not be dropped, bent or broken.
PART 2 -PRODUCTS
2.01 MATERIALS
A. Ladder and mounting brackets on the exterior and in dry areas shall be ASTM A36 carbon steel.
B. Ladder and mounting brackets on the tank interior ( wet areas) shall be Type 316 stainless steel.
C. Bolts, nuts and washers shall be Type 316 stainless steel, ASTM A325 unless noted otherwise.
D. Ladder gate shall be constructed from stainless steel including all hardware.
E. Provide non-slip surface on top of each ladder rung using a type of manufactured rung, which is
appropriate for stainless steel.
F. Anti-fall devices shall be as specified in Section 11550.
2.02 FABRICATION
A. As per SECTION -05500 , Part 2 .02 FABRICATION, of these specifications
2.03 SHOP PRIMING
A. As per SECTION -05500 , Part 2.03 SHOP PRIMING, of these specifications
PART 3 -EXECUTION
3.01 INSPECTION
A. The ladders, ladder gate, components and brackets shall be inspected for the following:
I. Specified material; stainless.
2. Dimensionally correct with smooth comers and edges.
3 . Components that are of the proper size, i .e., proper size of bolts and proper thickness of materials.
4. Proper number of ladders, sections, brackets, bolts, rungs and connector plates .
5. Check that all welds are the proper type and size with no slag, spatters, etc.
3.02 INSTALLATION
A . Install all ladders plumb, level anchored rigid and secure in true alignment with related and adjoining
members and/or supporting structure.
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas 05515 -2
Project No. P265-601180064580
June 2010
SECTION -05515 LADDERS
B. All ladders , ladder gate, brackets, and components of such shall be in place and completely installed prior
to the start of any paint surface preparations or tank coating applications.
3.03 CLEAN UP
A. The Contractor shall remove all excess materials, trash, scrap metal and other debris from the jobsite and
make proper off site disposal.
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas
END OF SECTION
05515-3
Project No. P265-601180064580
June 2010
PART I -GENERAL
1.01 SCOPE OF WORK
SECTION 05520
HANDRAILS & RAILINGS
The Contractor shall provide all labor, equipment, materials professional services, and incidentals required to
Fabricate, Furnish, and install complete all handrails, railings and kick plates where indicated on the Drawings.
1.02 RELATED SECTIONS
A. SECTION -05515: Ladders
B. SECTION -05500: Metal Fabrications
C. SECTION -09900: Painting
1.03 REFERENCES
A. As per SECTION -05500, Part 1.03 References, of these specifications.
1.04 DESIGN
A. As per SECTION -05500, Part 1.04 Design, of these specifications.
1.05 SUBMITT ALS
A. As per SECTION -05500, Part 1.05 Submittals, of these specifications.
1.06 QUALITY ASSURANCE
A. As per SECTION -05500, Part 1.07 Quality Assurance, of these specifications.
1.07 DELIVERY & STORAGE
A. Railings must be delivered with all components, base plates, kick plates, connectors and bolts .
B. Carbon steel base and kick plates shall have a one-(1) mil wash primer shop coating. Any damage to
coating shall be touched up before storing.
C. Railings and components shall be stored such that they will not be damaged or become separated.
PART 2 -PRODUCTS
2.01 MATERIALS
A. Handrails and post shall be I 1/2-inch (minimum) inside diameter steel pipe schedule 40 .
B. Base plates and kick plates shall be of ASTM A36 carbon steel.
C. Bolts, washers and nuts shall be Type 316 stainless steel.
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City ofFort Worth, Texas 05520 - l
Project No. P265-601180064580
June 2010
SECTION -05520 HANDRAILS AND RAILINGS
2.02 FABRICATION
A . Handrails and posts shall be cut on-site and assembled in place.
B . Base plates, when required for handrail post shall be shop fabricated .
C . Kick plates shall be cut and as sembled on-site.
PART 3 -EXECUTION
3.01 INSPECTION
A . The handrails, posts and components shall meet the following requirements.
I . Shall be of material specified and size members .
2 . All fabrications must be dimensionally correct.
3 . The correct quantity of fabricated rails, and components.
4 . All welds on handrails and posts shall be ground smooth.
5. Welds shall be the proper type and size with no slag or spatters.
6. Material and fabrications shall be new and undamaged when installed.
3.02 INSTALLATION
A . It is intended that all connections between for hand railing , post and kick plates be welded connections by
certified welders. The kick plate may be bolted to the rail post using properly sized stainless steel U-bolts
in lieu of welding.
B. The handrails shall be installed before painting begins.
C. For typical configuration of hand rails , posts , and kick plates, see detail sheet at the end of this section .
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas
END OF SECTION
05520 -2
Project No . P265-60 l l 80064580
June 20IO
SECTION 07720
PART I -GENERAL
1.01 SCOPE
SECTION 07720
HATCHES & NECK PLATE
HATCHES & NECK PLATE
The Contractor shall provide all materials, parts, labor and professional services required to install access hatches, as
shown on the drawings.
1.02 RELATED SECTIONS
A. SECTION -05500 : Metal Fabrication
B. SECTION -09900: Painting
1.03 REFERENCES
A. TCEQ
B. OSHA
1.04 DESIGN
A. As per SECTION -05500 , Part 1.04 Design, of these specifications
1.05 SUBMITT ALS
A. As per SECTION -OI300 , of these specifications
1.06 DESCRIPTION
A. The roof hatches shall be constructed from aluminum.
B. The access openings shall be minimum 30-inches diameter clear inside with a 4-inch high curb/neck and a
2" overlapping lockable cover with neoprene seal.
1.07 DELIVERY, STORAGE, & HANDLING
All hatch and man way components shall be shop primed as required and delivered to the site undamaged. All parts
shall be stored protected from the weather and damage.
PART 2 -PRODUCTS
2.01 MATERIALS
A. All hinge assemblies and metal curbs and neck plates shall be plate steel ASTM A36 carbon steel.
B. Fastener and washers shall be stainless steel.
PART 3 -EXECUTION
3.01 INSTALLATION
A. The roof hatches shall be attached to the tank roof shell, by continuous welding, completely around the
exterior and interior surfaces of the hatch curb.
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas
END OF SECTION
07720 - I
Project No. P265-601 l 80064580
June 2010
SECTION 09900
PAINTING
PART I -GENERAL
1.01 SCOPE
A. INTERIOR SURFACES
I . The Contractor shall prepare affected interior surfaces and components of tank and paint and paint
interior surfaces of the tanks where construction activities have damaged the coatings and where
noted on the plans . This includes but is not limited to :
a. Tank interior areas affected by cutting and welding operations .
b. Areas noted on the plans inside hatch openings and the underside of hatches .
c. All newly installed metal members of hatches, vents, piping, landings , and railings .
2. All stainless steel safety climbs devices , stainless steel ladders, and insect screen shall not be
painted, and they shall be protected from over spray spills, and splatters at all time during paint
application.
3. Any items that should not to be painted by the Contractor, that are painted by the Contractor, or
become stained by over spray, spills or splatters, shall be cleaned by the Contractor to the
satisfaction of the Engineer, or replaced at the Contractors expense. This includes items that are
not part of the tank and any items on adjacent and surrounding properties.
B. EXTERIOR SURF ACES
l. The Contractor shall prepare exterior surfaces and components of all storage tanks affected by
construction activities and paint all affected exterior surfaces of the tanks where noted . This
includes but is not limited to :
a . Tank exterior areas affected by welding and cutting operations.
b. Inlet and outlet piping
c . Overflow box , brackets, piping, flap valve , and drain valve
d. All miscellaneous items attached to the tank, such as ladders, hatches, vents, handrails ,
and their supports , unless noted otherwise .
e . Vent, collar, flange, and rain hat
f. Handrails , hatch, and manways
g. Patching and painting around vents
2. All stainless steel safety climbs devices, stainless steel ladders, and insect screen shall not be
painted, and they shall be protected from over spray spills , and splatters at all time during paint
application.
3 . Any items that should not to be painted by the Contractor, that are painted by the Contractor, or
become stained by over spray, spills or splatters, shall be cleaned by the Contractor to the
satisfaction of the Engineer, or replaced at the Contractors expense. This includes items that are
not part of the tank and any items on adjacent and surrounding properties
1.02 RELATED SECTIONS
A. SECTION -05500 -Metal Fabrications
1.03 REFERENCES
A. Without limiting the general aspects of other requirements of these specifications , all surface preparation,
coating and painting of interior and exterior surfaces shall conform to the applicable requirements of the
Steel Structures Painting Council and the manufacturer's printed instructions.
B . The Engineer's decision shall be final as the interpretation and / or conflict between any of the referenced
specifications and standards contained herein.
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas 09900 - I
Project No . P265-601180064580
June 2010
SECTION 09900 PAINTING
1.04 QUALITY ASSURANCE
A. The Contractor shall have a minimum of five years practical experience and successful history in the application
of paint products of this nature to surfaces of steel water tanks or similar structures of the same size and
magnitude. Upon request, the Contractor shall substantiate this requirement by furnishing a list of references
and job completions.
B. Surface Preparation: Surface preparation will be based upon comparison with: "Pictorial Surface
Preparation Standards for Painting Steel Surfaces: SSPC-VIS 1-89 and ASTM Designation
D2200, "Standard Methods of Evaluating Degree of Rusting on Painted Steel Surfaces" SSPC-VIS 2 and
ASTM Designation D610 ; "Visual Standard for Surfaces of New Steel Airblast Cleaned with Sand
Abrasive".
C. All work shall be performed by skilled craftsmen qualified to perform the required work in a manner
comparable with the best standards of practice. Continuity of personnel shall be maintained and transfers
of key personnel shall be coordinated with the Engineer or the Engineer's Representative.
D. The Contractor shall provide a Supervisor/Superintendent at the work site at all times when work is in
progress . The Supervisor shall have the authority to sign change orders, coordinate work and make
decisions pertaining to the fulfillment of the contract.
E. Personnel mixing coating components shall be instructed by the Contractor or the Contractor's
Superintendent on the correct proportions, type of components and techniques.
F. All surface preparation, coating, and painting shall conform to applicable standards of the Steel Structures
Painting Council, and/or the manufacturer's printed instructions . Material applied prior to approval of the
surface by the Engineer or the Engineer's Representative, shall be removed at the Engineer's discretion , and
reapplied to the satisfaction of the Engineer or the Engineer's Representative at the expense of the
Contractor.
G. No coating shall be applied: When the surrounding air temperature or the temperature of the surface to be
coated or painted is below the minimum surface temperature for the products specified herein; or in rain,
snow, fog or mist; when the temperature is less than 5° F above the dew point; when the air temperature is
expected to drop below 35 ° F within six hours after application of coating. Dew point shall be measured by
use of an instrument such as a Sling Psychrometer in conjunction with U.S. Department of Commerce
Weather Bureau Psychometric Tables. If the above conditions are prevalent or if it is the judgment of the
Engineer or the Engineer's Representative that any of the aforementioned conditions will occur during the
application of any coating or paint, painting and/or coating operations shall be delayed or postponed until
conditions are favorable. The day's coating or painting shall be completed in time to permit the film
sufficient drying time prior to damage by atmospheric conditions.
H. All coatings and paints shall be stored in enclosed structures to protect them from weather and excessive
heat or cold . Flammable coatings or paint must be stored to conform to City, County, State and Federal
safety codes for flammable coatings or paint materials . At all times coatings and paints shall be protected
from freezing.
I . Thickness and Holiday Checking: Thickness of coatings and paint shall be checked with a non-destructive ,
magnetic-type thickness gauge. Use an instrument such as a Tooke Gauge if a destructive tester is deemed
necessary. The integrity of coated surfaces shall be checked with an approved inspection device . Non-
destructive holiday shall not exceed 67 2 volts nor shall destructive holiday detectors exceed the voltage
recommended by the manufacturer of the coating system. For thickness between 10 and 20 mils (250
microns and 500 microns) a non-sudsing type wetting agent, such as Kodak Photo-Flow, shall be marked,
repaired in accordance with the manufacturer's printed recommendations and re-tests. No pinholes or other
irregularities will be permitted in the final coating.
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas 09900 - 2
Project No. P265-601180064580
June 2010
SECTION 09900 PAINTING
J. Inspection Devices: The Contractor shall furnish , until final acceptance of coating and painting, inspection
devices in good working condition for detection of holidays and measurement of dry film thickness of
coating and paint. The Contractor shall also furnish U.S. Department of Commerce, National Bureau of
Standards certified thickness calibration plates to test accuracy of dry film thickness gauges and certified
instrumentation to test accuracy of holiday detectors . Dry film thickness gauges and holiday detectors shall
be made available for the Engineer's use or the Engineer's Representative's use at all times until final
acceptance of application.
K. Warranty Inspection: The Contractor shall guarantee all work against any and all defects due to normal use
and wear for a period of one year after final acceptance. A Warranty Inspection shall be conducted during
the eleventh month following completion of all coating and painting work. All defective work shall be
repaired in accordance with this specification and to the satisfaction of the Owner or the Owner's
representative .
1.05 REFERENCES
A. The Contractor shall have a library file contammg pertinent specifications, manufacturer's technical
bulletins, procedural manuals , and Material Safety Data Sheets (MSDS).
1.06 SUBMITTALS
A. The following materials shall be submitted and approved by the Engineer, as per Section 01300 before
application may begin:
l. Primers
2. Coatings
3. Sealers
4. Thinners , Solvents, & Cleaners
5. Material Safety Data Sheets (MSDS) for all paint components and thinners
6. Manufacturer's current color chart
1.07 DELIVERY, STORAGE, & HANDLING
All materials shall be brought to job site in original sealed containers. They shall not be used until the Engineer, or
the Engineer's Representative has inspected contents and obtained data from information on containers or labels.
Materials exceeding storage life recommended by the manufacturer shall be rejected.
1.08 SAFETY, HEALTH AND REGULATORY REQUIREMENTS
A. General: In accordance with requirements set forth by federal, state and local regulatory agencies and
codes applicable to the construction industry and manufacturer's printed instructions and appropriate
technical bulletins and manuals, the Contractor shall provide and require use of personal protective
lifesaving equipment for persons working on or about the project site .
1.09 PROTECTION OF SURROUNDING AREAS AND EQUIPMENT
A. The Contractor shall take all necessary precautions, provide and utilize all necessary equipment, to protect
all adjacent and surrounding property from over spray, splashes, dust, blasting abrasives and spills. This
shall include but not be limited to: protective coverings, drop cloths , canvases, masking, enclosures or other
suitable methods .
B. Due to the proximity of other business and/or residences, it is anticipated that all paint and primers on the
exterior portions of the tank will have to be applied by means of rollers or brushes , with the use of
protective shrouds/canvases that completely encapsulates the entire tank to prevent the travel of brush and
roller over splash.
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas 09900 - 3
Project No. P265-601180064580
June 2010
SECTION 09900 PAINTING
C. If the Contractor wishes to use spraying devices on the outside of the tank, the Contractor must submit a
plan to the Engineer that totally prevents over spray particles from traveling to surrounding properties. No
spraying devices may be used on the exterior of the tank until the Contractor receives written approval of
the aforementioned over spray prevention plan, in writing from the Engineer.
D. If the Contractor's plan for the elimination of over spray travel is approved by the Engineer, the Engineer
may revoke approval of the plan at any time at his or her discretion, and require the Contractor to apply
the remainder of exterior paint products with brushes and/or rollers. This shall apply even if the approved
plan, while in action is judged to be adequately effective by the Engineer, but perceived to be ineffective
by surrounding outside sources, such as but not limited to: residents , business owners, property owners, or
employees. The Engineer's decision on this matter shall be final and not subject to appeal, or the basis of a
claim against the Owner, Engineer or their respective Representatives .
E. The Engineer, Owner, and\or their respective Representatives assume no responsibility for the effectiveness
or ineffectiveness of the Contractors over spray plan, work in general, or restitutions that may result from
damage caused by over spray or the misapplication or use of any paint products by the Contractor or
anyone working in his behalf.
F. Approval of an over spray plan by the Engineer shall not relieve the Contractor of his liability and
responsibly for the complete cleaning, repair, replacement or other restitutions as a result of over spray or
other misapplication or use of paint by the Contractor, or any persons working for his behalf directly or
indirectly.
G. Antennas, communication gear, electrical wires, conduits, electrical boxes, etc . that are attached to the tank
for support, but are not an integral part of the tank or tank access structures, and adjacent Emergency Siren
shall be protected at all times from blasting, paint over spray, splashes, spills and physical damage.
PART 2 -MATERIALS
2.01 ACCEPTABLE MANUFACTURERS
A. TNEMEC, Sherwin-Williams, Carboline, Raven and/or approved equal.
B. When a particular Product Trade Name, Make, or Brand, is specified, it shall be considered as the
minimum quality standards required for that particular item.
C. All Manufacturers' literature, technical specifications, quality control and testing measures, construction
methods, materials, configuration, industry certifications, ratings and approvals etc., for a product specified
by Product Trade Name, Make or Brand, (i.e. TNEMEC), shall be considered as part these specification
whether actually shown herein or not.
D. In order to achieve competitive and accurate bids, all Bidders shall base their proposals on the actual
items (Product Trade Name, Make or Brand), listed in these specifications. Bidders will not be allowed to
submit substitutions (Prospective approved equals), or base their proposals on substitutions when
submitting their bids .
E. After a contract has been awarded by the City, to the low bidder (Contractor), the Contractor shall submit
to the Engineer as per section 01300, within ten (10) workings days after signing the contract, the following
information for all proposed product or material substitutions.
1. A written explanation on why the proposed substitution is equal to or superior to the product
specified.
2. A copy of the Manufactures' literature, technical specifications and factory samples of both the
specified product and the substitution, with all differences in the two products highlighted.
3. The actual benefit the City will receive by using the proposed substitution, including any cost
reduction from the original Contract price .
4 . Three (3) job references within fifty (50) miles of the City limits available for inspection, where
the proposed substitutes were used under similar conditions.
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas 09900 -4
Project No. P265-601180064580
June 2010
SECTION 09900 PAINTING
F. All substitutions must be approved in writing by the Engineer (approved equal), prior to their use in any
manner on this project. The Contractor shall submit to the Engineer any and all additional information,
samples, references , etc. as requested by the Engineer for a proposed substitution.
G. If the proposed substitution(s) are not approved by the Engineer, the Contractor shall proceed with the work
utilizing the original products , materials, etc. specified herein, WHICH THE CONTRACT PRICE IS
BASED UPON. The Engineer's decision on all submittals shall be final, and is not subject to debate,
appeal , arbitration, or the basis for a contractual dispute or claim filed by the Contractor.
H . Interior Tank Coating System:
1. Surface Preparation:
a. Prepare all interior tank surfaces damaged by welding and cutting to the equivalent of
SSPC-SPlO Near White Metal Blast Cleaning . Anchor profile of minimum 2 .0 mils as
per ASTM D 4417 , Method C or NACE Standard RP0287 .
2. Coating System
1st Coat: Raven Lining Systems AquataPoxy A-6 applied at 10 mils. Do not thin with
solvents.
3. Total dry film thickness shall be a minimum of 10 .0 mils per SSPC-PA 2 dry film inspection
standards, with exception as noted in this specification.
4. Color shall be white.
I. Exterior Tank Coating System: (Polyamide Epoxy / Acrylic Polyurethane)
1. Surface Preparation:
a. Prepare all tank exterior areas affected by construction activities to the equivalent of
SSPS -SP6 Commercial Blast with 2 .5 mils surface profile .
2. Coating System:
Stripe Coat:
1st Coat
2nd Coat:
TNEMEC Series 27 applied by brush and scrubbed into all weld seams. In
addition to weld seams , all edges, corners, bolts , and rivets shall receive a stripe
coat applied at 3 .0-5 .0 dry mils.
TNEMEC Series 66, 1255 Beige at 3 .0-4.0 dry mils. Thin only with approve
thinner, TNEMEC 41-4 .
TNEMEC Series 66 , WHOl , White applied at 4 .0 to 6 .0 dry mils. Thin only
with approved thinner, TNEMEC 41-4.
3'dCoat TNEMEC Series 1074, Endura Shield, applied at 3 .0 to 5.0 dry mils. Thin only
with approved thinner, Tnemec 41-42 thinner for spray, 41-39 for brush or
roller.
3 . Total dry film thickness shall be a minimum of 10.0 mils per SSPC-PA 2 dry film inspection
standards, with exception as noted in this specification.
4 . Color shall match the existing painted areas as close as possible.
2.02 GENERAL REQUIREMENTS
A. All materials shall be lead-free as defined by the Consumer Product Safety Act, Part 1303.
B. All zinc dust pigment contained in any zinc-rich material shall meet the requirements of ASTM D 520
Type II as regards to zinc content and purity.
C. All materials for the interior of the tank shall meet the requirements of ANSI/NSF Standard 61 for potable
water contact.
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City ofFort Worth, Texas 09900 - 5
Project No. P265-601180064580
June 2010
SECTION 09900 PAINTING
2.03 MATERIAL PREPARATION
A. Mix and thin materials according to manufacturer's latest printed instructions.
B. Do not use materials that have exceeded the manufacturer's recommended shelf life.
C. Do not use mixed materials that have exceeded the manufacturer's pot life.
PART 3 -EXECUTION
3.01 GENERAL
A. All surface preparation, coating and painting shall conform to applicable standards of the Steel Structures
Painting Council and the manufacturer's printed instructions. Material applied to the surface prior to the
approval of the Engineer, or the Engineer's Representative shall be removed at the discretion of the
Engineer or the Engineer's Representative, and re-applied to the satisfaction of the Engineer or the
Engineer's Representative, at the expense of the Contractor.
B. All work shall be performed by skilled craftsmen qualified to perform the required work in a manner
comparable with the best standards of practice. Continuity of personnel shall be coordinated with the
Engineer, or the Engineer's Representative.
C. The Contractor shall provide a supervisor at the work site during all cleaning and application operations.
The supervisor shall have the authority to coordinate work and make decisions pertaining to the fulfillment
of the contract.
D. Dust, dirt, oil , grease or any foreign matter on prepared surfaces that will affect the adhesion or durability
of the finish must be removed by washing with clean rags dipped in an approved cleaning solvent and
wiped dry with clean rags .
E. Coating and painting systems include surface preparation, prime coating and finish coatings. Unless
otherwise approved in writing by the Engineer, prime coating for the main tank structure shall be field
applied. Where prime coatings are shop applied, the Contractor shall instruct suppliers to provide the
prime coat compatible with the finish coat specified. Any work that is damaged during transportation,
construction or installation shall be thoroughly cleaned, repaired or replaced as directed by the Engineer at
the Contractor's expense. The Contractor shall use repair procedures which insure the complete protection
of all adjacent primer.
F. The specified repair method and equipment may include wire brushing, hand or power tool cleaning, or dry
air blast cleaning. In order to prevent injury to surrounding painted areas, blast cleaning may require use of
lower air pressure , smaller nozzle and abrasive particle sizes, or shorter blast nozzle distance from surface
shielding and masking. If damage is too extensive or uneconomical to touch-up , then the item shall be re-
cleaned and re-coated or replaced as directed by the Engineer at the Contractor's expense.
G . The Contractor's coating and painting equipment shall be designed for application of materials specified
and shall be maintained in first class working condition. Compressors shall have suitable traps and filters to
remove water and oils from the air. Contractor's equipment shall be subject to approval of the Engineer.
H . Application of the first coat shall follow immediately after surface preparation and cleaning and before rust
bloom occurs. Any cleaned areas not receiving first coat within this period shall be re-cleaned prior to
application of first coat.
I. Prior to assembly, all surfaces made inaccessible after assembly shall be prepared as specified herein and
shall receive the coating or paint system specified.
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City ofFort Worth, Texas 09900 - 6
Project No. P265-601180064580
June 2010
SECTION 09900 PAINTING
3.02 SURFACE PREPARATION
A. The latest revision of the following surface preparation specifications of the Steel Structures Painting
Council shall form a part of this specification:
1. SSPC-SPl Solvent Cleaning
The removal of all visible oil, grease, soil, drawing and cutting compounds and other soluble
contaminants from surfaces with solvents or commercial cleaners using various methods of
cleaning such as wiping , dipping, steam cleaning or vapor degreasing.
2 . SSPC-SP2 Hand Tool Cleaning
The removal of all visible oil, grease , loose mill scale, loose rust , loose paint and other detrimental
foreign matter by the use of non-power hand tools . Hand tool cleaning will not remove adherent
mill scale, rust and paint.
3 . SSPC-SP3 Power Tool Cleaning
The removal of all visible oil, grease , loose mill scale , loose rust, loose paint and other detrimental
foreign matter by the use of power-assisted hand tools. Power tool cleaning will not remove
adherent mill scale, rust and paint.
4. SSPC-SP5 or NACE 1 White Metal Blast Cleaning
The complete removal of all visible oil, grease, dirt, dust, mill scale , rust, paint, oxides, corrosion
products and other foreign matter by compressed air nozzle blasting, centrifugal wheels or other
specified method.
5. SSPC-SP6 or NACE 3 Commercial Blast Cleaning
The removal of all visible oil, grease, dirt, dust, mill scale, rust, paint, oxides, corrosion products
and other foreign matter by compressed air nozzle blasting, centrifugal wheels or other specified
method. Discoloration caused by certain stains shall be limited to no more than 33 percent of each
square inch of surface area .
6 . SSPC-SP7 or NACE 4 Brush-Off Blast Cleaning
The removal of all visible oil, grease , dirt, dust, mill scale, rust, paint, oxides, corrosion products
and other foreign matter by compressed air nozzle blasting, centrifugal wheels or other specified
method. Tightly adherent mill scale, rust and paint may remain on the surface.
7. SSPC-SPlO or NACE 2 Near-White Metal Blast Cleaning
The removal of all visible oil, grease, dirt, dust, mill scale, rust, paint, oxides, corrosion products
and other foreign matter by compressed air nozzle blasting, centrifugal wheels or other specified
method. Discoloration caused by certain stains shall be limited to no more than 5 percent of each
square inch of surface area.
8 . SSPC-SPl 1 Power Tool Cleaning to Bare Metal
The removal of all visible oil , grease , dirt, dust, mill scale, rust, paint, oxides , corrosion products
and other foreign matter. Slight residues of rust and paint may be left in lower portion of the pits
if the original surface is pitted. Differs from SSPC-SP3 in that it requires more thorough cleaning
and a surface profile of not less than 1.0 mil (25 microns). For areas where abrasive blasting is
prohibited or not feasible.
B. Slag and welded metal accumulation and spatters not removed by the Fabricator, Erector or Installer shall
be removed by chipping and grinding . All sharp edges shall be penned, ground or otherwise blunted as
required by the Engineer, or the Engineer's Representative
C. Field blast cleaning for all surfaces shall be by dry method unless otherwise directed.
D . Particle size of abrasive used in blast cleaning shall be that which will produce a 1.5-2 .0 mils (37.5
microns-50 .0 microns) surface profile or in accordance with recommendations of the manufacturer of the
specified coating or paint system to be applied .
E. Abrasive used in blast cleaning operations shall be new, washed, graded and free of contaminants that
would interfere with adhesion of coating or paint and shall not be reused unless specifically approved by
the Project Manager.
F. During blast cleaning operations, caution shall be exercised to insure that existing coatings, paint and
surrounding properties are not exposed to abrasion and dust from blast cleaning.
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City ofFort Worth, Texas 09900 - 7
Project No. P265-601180064580
June 2010
SECTION 09900 PAINTING
G. The Contractor shall keep the area of his work and the surrounding environment in a clean condition. The
Contractor shall not permit blasting materials to accumulate as to constitute a nuisance or hazard to the
accomplishment of the work, the operation of the existing facilities , or nuisance to the surrounding
environment and properties.
H. Blast cleaned surfaces shall be cleaned prior to application of specified coatings or paint. No coatings or
paint shall be applied over damp or moist surfaces.
I. All welds shall be neutralized with a suitable chemical compatible with the specified coating materials .
3.03 APPLICATION
A. Coating and paint application shall conform to the requirements of the Steel Structures Painting Council
Paint Application Specification SSPC-P A 1, latest revision , for "Shop, Field and Maintenance Painting".
B. Thinning shall be permitted only as recommended by the manufacturer and approved by the Engineer, and
utilizing the thinners stated in Section 2 .01 Paragraphs Hand I.
C . Each application of coating or paint shall be applied evenly, free of brush marks, sags , runs, and no
evidence of poor workmanship. Care shall be exercised to avoid lapping on glass or hardware . Coatings
and paints shall be sharply cut to lines. Finished surfaces shall be free of defects or blemishes .
D. Protective coverings, drop cloths, masking or other suitable methods shall be used to protect floors ,
fixtures, equipment or any area or surface which are not to be coated or painted. Care shall be exercised to
prevent coatings or paints from being spattered onto equipment or surfaces which are not to be coated or
painted or surfaces that have already been painted or coated. All over sprays , spills , blast particles, dust,
misapplication, etc. shall be cleaned, repaired, or replaced to the satisfaction of the Engineer.
E. When two coats of coating or paint are specified, where possible , the first coat shall contain sufficient
approved color additive to act as an indicator of coverage or the two coats must be of contrasting color.
F . Film thickness per coat specified in Section 2.01 Paragraphs H and I are minimum required. If roller
application is deemed necessary, the Contractor shall apply additional coats as to achieve the specified
thickness .
3.04 COATING SYSTEMS APPLICATION
After completion of surface preparation as specified for the specific system, materials shall be applied as noted in
Section 2.01 Paragraphs Hand I.
3.05 COLOR SCHEME
The Owner shall select colors for the project for the exterior of the tank and exterior parts. The color for the interior
of the tanks shall be tank white. The Contractor shall submit a current chart of the manufacturer's available colors to
the Engineer thirty days prior to the start of coating.
3.06 DISINFECTION
A. Disinfection of interior surfaces shall be performed in the presence of the Engineer or Engineer's
Representative in accordance with all the requirements of applicable A WW A C-652 Standards and
regulatory agencies.
B. Disinfection shall be performed by the Contractor after protective coatings have been applied to the interior
surfaces and allowed to thoroughly cure .
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas 09900 -8
Project No . P265-601180064580
June 2010
SECTION 09900 PAINTING
C. The Contractor shall submit for approval by the Engineer, as per section 01300, a Disinfection and
Safety/Emergency Response Plan. The plan shall clearly indicate what containment and clean up actions
the Contractor shall take in the event of an accident during disinfection operations .
D. Prior to disinfecting , the complete interior shall be washed down with clean water and thoroughly flushed
out.
E. Disinfection shall be per A WWA method "C".
3.07 SOLVENT VAPOR REMOVAL
All solvent vapors shall be completely removed by suction-type exhaust fans and blowers before placing the tank in
operating service.
3.08 CLEAN-UP
A. Upon completion of the work , all staging , scaffolding, containers, excess materials, trash and other debris
shall be removed from the site and properly stored or disposed of by the Contractor. Coatings , paint spots
oil stains over spray, blasting abrasive, or blasting dust that may have settled upon adjacent surfaces and or
surrounding properties, shall be removed and the job site thoroughly cleaned to the satisfaction of the
Engineer or Engineer's Representative . All damaged items resulting from the Contractor's work or persons
working for Contractor's behalf, on this project, shall be cleaned, repaired, refinished or replaced to the
satisfaction of the Engineer or Engineer's Representative at no cost to the Owner or the Owner's
Representatives.
B. Final Tank Clean-up: Prior to the final walk through the Contractor shall thoroughly clean the entire tank
both interior and exterior. This includes but is not limited to the removal of all dirt, exhaust films, dust, oil,
stains , air pollution, foreign films , smut, graffiti or other foreign matter.
C. Final walk through for the interior and exterior of the tank may or may not occur at different times.
However, the final tank clean up for both the exterior and interior should be performed as close to the final
walk through date as possible.
D . If the exterior or interior of the tank are cleaned and become re-soiled in any manner by pollutants as
described in paragraph "3.08 -B" prior to the final walk through , the tank shall be re-cleaned by the
Contractor at no cost to the Owner or the Owner's Representatives.
3.09 WARRANTY
The Contractor shall warrant all work included in this section against any defects in workmanship and or product
failures. This includes but is not limited to chipping, scaling, cracking , blistering, peeling, fading or general coating
failures that may occur . The Contractor shall repair any such defects to the satisfaction of the Owner and no cost to
the Owner.
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas
END OF SECTION
09900 - 9
Project No. P265-601180064580
June 2010
SECTION 11550
FALL PREVENTION SYSTEM
PART 1 -GENERAL
1.01 SCOPE
The Contractor shall provide all materials, parts, labor, and professional services to provide and install a
fall prevention system on all access ladders on the tanks as shown on the drawings or as specified.
1.02 RELATED SECTIONS
A. SECTION -09900: Painting
1.03 REFERENCES
OSHA
1.04 SYSTEM DESCRIPTION
A. The system shall consist of the following:
1. A rigid notched carrier rail per ladder,
2. A means of attaching the carriers easily to any structure.
3. 2 -Locking mechanisms, which travel on the carrier,
4. 2 -full body harness to connect the workman to the locking mechanism.
5. 4-Lanyards
B. The complete system shall allow the worker to operate freely in a normal climbing position during ascent
or descent. The device is to be installed in accordance with the manufacturer's instructions in such a
manner to enable the worker to be attached to the device at all times during the climb without having to
remove his hands from the ladder to operate the system effectively and to be able to easily pivot onto and
off of work platforms or landings while safely attached to the device. When installed to any desired height,
the fall prevention system shall be extremely rigid and combine to become an integral part of the structure .
1.05 SUBMITT ALS
As per Section O 1300 of these specifications.
PART 2 -PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS
A. SAF-T-CLIMB: A fall prevention system as manufactured by the Norton Company@, Safety Products
Division, Air Space Devices, P . 0 . Box 7500, Cerritos, CA 90701 or approved equal.
B. RTC LSF7 full body harnesses as distributed by Avallen Safety Supply Company
(1-800-482-5536) or approved equal.
C. LADDER UP SAFETY POSTS: A fall prevention system manufactured by the Biko Company or
approved equal.
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas
11550-1
Project No. P265-601180064580
June 2010
SECTION -11550 FALL PREVENTION SYSTEM
2.02 MATERIALS
A. The carrier rail , its components and the ladder clamp-mounting bracket shall be of Type 316 stainless steel
inside the bowl.
B. The carrier rail, its components and the ladder clamp-mounting bracket shall be Type 316 stainless steel.
C . Bolts, nuts , washers and screws shall be Type 316 stainless steel.
D . The Saf-T-Lok, sleeve, safety locking mechanism shall consist of the following:
1. Sleeve: Cast from manganese bronze tensile strength of 110 ,000 P .S.I.
2. Locking Pawl: Tensile strength of 110,000 P .S.I.
3 . Sleeve Springs: Dual stainless steel springs military specifications QQ-W-423B .
4 . Roller Bearings: Six steel roller bearings Killian type SR-200-89D provide smooth travel on
carrier rail.
5. Snaps and Links: The upper snap shall be drop forged steel with a proof load test of 5000 pounds.
E. The safety harnesses shall consist of the following:
1. Safety harness: Full body style, with chemical resistant polyester webbing , color coded shoulder
and thigh straps for easy identification. Thigh/leg straps shall be tongue and buckle style.
Harnesses shall have both a back D-ring and a front climbing D-ring. Harnesses shall be RTC
LSF 7 model number 7435PT2CL as shown on page 347 of the Avallen Safety Supply Company
catalog number 295.
2. D-Ring : 3/8" drop forged steel. Withstands minimum tensile test of 5000 lbs. without fracture or failure.
3. Buckles: Drop forged mild steel with drop forged tongue and sheet steel roller, pull test 1/64"
maximum deformation at 15,000 lbs .
F. Lanyards : A 2" diameter nylon filament rope adjustable from 36" -72" with a double locking strap at each end .
G. Ladder UP Safety Post Shall be installed as follows:
I. Dry area shall be model LU 1 Black painted finish with stainless balancing spring.
2 . Wet area installation shall be model LU 3 Stainless steel with special alloy balancing spring.
PART 3 -EXECUTION
3.01 INSPECTION
A. All rails, components, brackets, etc., shall be on-site to complete installation.
B. It must be verified that the rails and components designated for in-tank use are stainless steel.
C. Determine that the rails , components , belts, saf-t-loks and lanyards are new and undamaged .
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City ofFort Worth, Texas
11550-2
Project No. P265-601180064580
June 2010
SECTION -11550 FALL PREVENTION SYSTEM
3.02 INSTALLATION
The fall prevention system must be installed in accordance with manufacturer's installation instructions .
3.03 SCHEDULES
The fall prevention systems shall be installed after all painting operations are completed.
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas
END OF SECTION
11550-3
Project No. P265-601 l 80064580
June 2010
PART 1 -GENERAL
1.01 SCOPE
SECTION 15041
CHLORINATION
A. The Contractor shall provide all labor, equipment, material s professional services, and incidentals
required to chlorinate the interior of the storage tanks, valves and pipes in accordance with A WW A
methods , 200 parts per million spray method only.
1.02 RELATED SECTIONS
A. SECTION -05500 : Metal Fabrications
B. SECTION -09900 : Painting
PART 2 -PRODUCTS (Not Used)
PART 3 -EXECUTION
3.01 EXECUTION
A. Notify Owner to coordinate scheduling of tank disinfection . Clean all tank interior surfaces, val ves ,
and pipeline of free material , dirt and debris of all kinds , hose and scrub all interior surfaces leav ing
them dry and clean. Engineer shall inspect tank and riser for satisfactory cleaning . Approval of
Engineer is required prior to disinfection.
B. The Contractor shall disinfect all interior surfaces in the interior of the tank after completion of
painting operations.
C. The Contractor shall disinfect all pipelines that have been taken out of service to facilitate his work
after the line has been completely reconnected and ready to be put back into service. This includes the
ri ser.
D. Disinfection Procedure:
1. All interior surfaces shall be washed clean of dust, dirt, foreign material, and paint over spray,
with clean potable water.
2 . Washing should continue until the wastewater is clear and free from residue .
3 . When cleaning is complete, wash all surfaces down with a chlorine solution of 200 parts per
million (PPM)
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas 15041 - l
Project No . P265-601180064580
June 2 010
SECTION -15041
4.
CHLORINATION
Seal tank. Owner will fill tank and close it off from system, then collect bacterial, chlorine
residual , and taste and odor samples after at least 24 hours of water contact time. If any water
quality results are not acceptable to the Owner, the tank will be drained, and the Contractor
will take all actions necessary to correct water quality problems arising from the tank. These
may include, but not limited to providing additional curing time and ventilation for the interior
paint system and additional cleaning. Once the Contractor has completed corrective actions,
the Contractor will re-disinfect the tank and piping per this specification and the owner will re-
sample and analyze the quality of water in the tank. This process will be repeated until Owner
is satisfied with tank water quality. Then, the Owner will return the tank to service. The
Owner shall have sole authority to determine the acceptability of tank water quality, and the
Contractor shall be responsible for all costs involved in taking corrective action when water
quality is unacceptable , including but not limited to additional cleaning , curing , and re-
disinfection.
E. Disinfection of interior surfaces shall be performed in the presence of the Engineer or Engineer's
Representative in accordance with all the requirements of applicable ANSI/ A WW A C-652-02 Standards
and regulatory agencies .
F. Disinfection shall be performed by the Contractor after protective coatings have been applied to the
interior surfaces and allowed to thoroughly cure.
G. The Contractor shall submit for approval by the Engineer, as per section 01300 , a Disinfection and
Safety/Emergency Response Plan. The plan shall clearly indicate what containment and clean up
actions the Contractor shall take in the event of an accident during disinfection operations.
H. Prior to disinfecting , the complete interior shall be washed down with clean water and thoroughly
flushed out.
I. All interior surfaces shall be thoroughly washed with a solution having minimum chlorine content of
200 PPM. Chlorine solution accumulated on the bottom shall be drained from the tank .
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas
END OF SECTION
15041-2
Project No . P265-601180064580
June 2010
SECTION 16050
ELECTRICAL-BASIC MATERIALS AND METHODS
PART 1 -GENERAL
1.01 SCOPE
A. Supplementary Conditions
1. The General Conditions and Requirements, Special Provisions are hereby made a part of this
section.
2. The Electrical Drawings and Specifications under this division shall be made a part of the
contract documents . The drawings and specifications of other divisions of this contract, as well
as supplements issued thereto, information to bidders, and other pertinent documents issued by
the Owner's Representatives are a part of these drawings and specifications and shall be
complied with in every respect. All the above documents will be on file at the office of the
Owner's Representative and shall be examined by all bidders. Failure to examine all documents
shall not relieve the bidder of any responsibility nor shall it be used as a basis for additional
compensation due to omission of details of other divisions from the electrical documents.
3 . Furnish all work, labor, tools, superintendence, material , equipment, and operations necessary to
provide for a complete and workable electrical system as defined by the contract documents .
4. Contractor shall be responsible for visiting the site and checking the existing conditions. He
shall also ascertain the conditions to be met for installing the work and adjust bid accordingly.
5. It is the intent of the contract documents that upon completion of the electrical work, the entire
system shall be in a finished workable condition.
6. All work that may be called for in the specifications but not shown on the drawings, or, all work
that may be shown on the drawings but not called for in the specifications, shall be performed by
the Contractor as if described in both. Should work be required which is not set forth in either
document, but which work is nevertheless required for the fulfilling of the intent thereof; then,
the Contractor shall perform all such work as fully as if it were specifically set forth in the
contract documents.
7 . The use of the word "furnish" or "install" or "provide" shall be taken to mean that the item or
facility is to be both furnished and installed under this section unless specifically stated to the
contrary; that the item or facility is to be furnished under another section and installed under this
section; furnished under this section and installed under another section; or furnished and
installed under another section.
8. The use of the term "as (or where) indicated"; "as (or where) shown"; "as (or where) specified";
or "as (or where) scheduled" shall be taken to mean that the reference is made to the contract
documents , either under the drawings or the specifications, or both documents.
B. Standards
1. All materials and equipment shall conform to the requirements of the contract documents . They
shall be new, free from defects, and they shall conform to the following standards where these
organizations have set standards:
a. Underwriters Laboratories, Inc . (UL)
b. National Electrical Manufacturer's Association (NEMA)
c. American National Standards Institute (ANSI)
d. Insulated Power Cable Engineers Association (IPCEA)
e. National Electrical code
2 . The definition of terms used throughout the contract documents shall be as specified by the
following agencies:
a. Underwriters Laboratories
b. National Electrical Manufacturer's Association
c. American National Standards Institute
d. Insulated Power Cable Engineers Association
e. National Fire Protection Association
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City ofFort Worth, Texas 16050-1
Project No. P265-601180064580
June 2010
SECTION 16050
3 .
4 .
5.
ELECTRICAL-BASIC MATERIALS AND METHODS
Submit copies of applicable standards with each submittal.
The same manufacturer shall supply all material and equipment, of the same class, unless
specified to the contrary.
All materials shall bear UL labels where standards have been set for listing.
C. Permits, Codes, and Utilities
1. Secure all permits, licenses, and inspections as required by all authorities having jurisdiction.
Give all notices and comply with all laws, ordinances, rules, regulations, and contract
requirements bearing on the work.
2. The minimum requirements of the electrical system installation shall conform to the latest
edition of all applicable National Fire Protection Association publications codes and standards
as well as local and state codes .
3. Codes and ordinances having jurisdiction over the work shall serve as minimum requirements,
but, if the contract documents indicate requirements, which are in excess of those minimum
requirements, then the requirements of the contract documents shall be followed. Should there
be any conflicts between the contract documents and codes, or any ordinances having
jurisdiction, report these with the bid.
4. Determine the exact requirements for the utility services as set by the utilities that will serve the
facility, and pay for and perform all work as required by those utilities.
5. The Contractor shall notify the serving utility immediately upon award of the contract.
1.02 SHOP DRAWINGS AND SUBMITT ALS
A. Shop Drawings
1. Shop drawings shall be taken to mean detailed drawings with dimensions, schedules, weights,
capacities, installation details, and pertinent information that will be needed to describe the
Material or equipment in detail. Shop drawings shall also include detailed schematics.
2 . Submittals shall be taken to mean catalog cuts general descriptive information, catalog numbers,
and manufacturer's name.
3 . Submit six copies for review of all shop drawings and submittals as hereinafter called for within
sixty days after award of contract. If shop drawings and submittals are not received in sixty
days, the Owner's representative reserves the right to go directly to the manufacturer for the
information and any expense incurred shall be borne by the Contractor.
4 . Review of submittals or shop drawings shall not remove the responsibility for furnishing
materials or equipment of proper dimensions, quantity and quality, nor will such review remove
the responsibility for error in the shop drawings or submittals.
5 . Shop drawings and submittals will be returned and unchecked if the specific items proposed are
not clearly marked, or if the general contractor's approval stamp is omitted.
6. When requested, furnish samples of materials for acceptance review. If a sample has been
reviewed and accepted, then that item of material or equipment installed on the job shall be
equivalent in quality to the sample; if it is found that the installed item is not equivalent, then
replace all such items with the accepted sample equivalent.
7 . Submit catalog literature for each item of material specified.
B. Operations and Maintenance Manuals
1. Not later than six weeks prior to the completion of the project, compile an operations and
maintenance manual on each item of equipment. These manuals shall include detailed
instructions on operations and maintenance as well as spare parts list, suppliers and technical
help.
2 . Submit six copies for review.
C. Record Drawings
1. As the job progresses, mark up with red pencil on blueline prints the deviations from the
Contract Documents of all raceway, wiring, and equipment installations.
2 . After completion of job, transcribe this information onto sepia prints and label "Record
Drawings."
3. Details and schematics of control instrumentation and signal wiring that are not shown in the
Contract Drawings shall be included with the Record Drawings.
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas 16050 - 2
Project No. P265-601180064580
June 2010
SECTION 16050
4 .
ELECTRICAL -BASIC MATERIALS AND METHODS
Raceway and wiring details of each pullbox and junction box larger than 100 cubic inches shall
be included with the Record Drawings. These details shall show size of each conduit
penetration, wire size, wiring function and terminus information of each raceway and wire.
1.03 QUALITY CONTROL
A. Acceptance and substitutions
1. All manufacturers named are a basis, as standard of quality and substitutions of any equivalent
product will be considered for acceptance. The Engineer shall make the judgment of
equivalently of product substitution.
2. Substitutions after award of contract shall be made only within sixty days after the award of
contract. Furnish all required supporting data . The submittal of substitutions for review shall
not be cause for time extensions.
3. Where substitutions are offered, the substituted product shall meet the product performance as
set forth in the specified manufacturer's current catalog literature, as well as meeting the details
of the contract documents.
4 . The details on the drawings and the requirements of the specifications are based on the first
listed item of materials or equipment; if any other than the first listed materials or equipment is
furnished , then the Contractor shall assume responsibility for the correct function, operation, and
accommodation of the substituted item. In the event of misfits or changes in work required,
either in this Section or other Sections of the contract, or in both; the Contractor shall bear all
costs in connection with all changes arising out of the use of other than the first listed item
specified.
5 . Energy efficiency and serviceability of each item of power consuming equipment shall be
considered one of the standards for evaluation.
B. Excavation and Backfilling
I . Do all excavating and backfilling necessary for the installation of the work. This shall include
shoring and pumping in ditches to keep them dry until the work in question has been installed.
All shoring required to protect the excavation and safeguard employees shall be properly
performed. See Section 02161 -TRENCH SAFETY SYSTEM.
2 . All excavations shall be made to the proper depth, with allowances made for floor slabs, forms,
beams, finished grades, etc. Ground under conduits shall be well compacted before conduits are
installed.
3. All backfill shall be made with selected soil , free of rocks and debris and shall be pneumatically
tamped in six-inch layers to secure a field density ration of90%, unless otherwise specified.
4 . All excavated material not suitable and not used in the backfill shall be removed to the on-site
disposal area. Area shall be as directed by the Engineer.
5. Field check and verify the locations of all underground utilities prior to any excavating. Avoid
disturbing these as far as possible. In the event existing utilities are broken into or damaged,
they shall be repaired so as to make their operation equivalent to that before the trenching was
started.
6. Where the excavation requires the opening of existing walks, drives, or other existing pavement,
these facilities shall be cut as required to install new lines and to make connections to existing
lines . The sizes of the cut shall be held to a minimum, consistent with the work to be installed.
After installation of new work is completed and the excavation has been backfilled in
accordance with above, repair exi sting walks, drives, or other existing pavement to match
existing installation.
C. Cutting and Patching
1. Cutting and patching required under this section shall be done in a neat workmanlike manner.
Cutting lines shall be uniform and smooth.
2. Use concrete saws for large cuts in concrete and use core drills for small round cuts in concrete.
3 . Where openings are cut through masonry walls, provide lintel or other structural supports to
protect the remaining masonry. Adequate support shall be provided during the cutting operation
to prevent damage to the masonry.
4. Where large openings are cut through metal surfaces, attach metal angles around the opening.
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas 16050 -3
Project No. P265-60I 180064580
June 2010
SECTION 16050
5.
6.
ELECTRICAL-BASIC MATERIALS AND METHODS
Patch concrete openings that are to be filled with nonmetallic, non-shrinking grout. Finished
concrete patching shall be troweled smooth and shall be uniform with surrounding surfaces .
No cutting of structural elements shall be done without permission of the Engineer.
D. Flashing
1. Provide waterproof flashing for each penetration of exterior walls and roofs.
2 . Flashing for conduit penetrations through built-up roofs shall be made with pitch panel filled full
with pitch.
E. Construction Requirements
1. Except where specifically detailed or shown, the locations and elevations of equipment are
approximate and are subject to small revisions as may prove necessary, or desirable, at the time
the work is installed. Final locations shall be confirmed with the Engineer in advance of
construction. Confirmed locations shall be made for the following :
a. Poles
b. Receptacles
c. Rough-ins and connections for equipment furnished under other sections
d . Lighting Fixtures
e. Outlets
f. Motor Control Centers, Switchboards, Panelboards, etc.
2 . Where equipment is being furnished under another section, request from the Engineer an
accepted drawing that will show exact dimensions of required locations of connections. Install
the required facilities to the exact requirements of the approved drawings.
3 . Qualified, careful electricians who are skilled in their trade shall do all work in the best and most
workmanlike manner. The standards of work required throughout shall be of the first class only
and electricians whose work is unsatisfactory to the Engineer shall be instantly dismissed from
the work upon written notice from the Engineer. All work must meet the approval of the
Engineer.
4 . Unless shown in detail, the drawings are diagrammatic and do not give exact details as to
elevations and routing of conduits, nor do they show all offsets and fittings ; nevertheless, install
the conduit system to conform to the structural and mechanical conditions of the construction.
Unless locations and routing of exposed conduits are shown, confirm locations and routing prior
to installation with the Engineer.
5. Holes for raceway penetration into sheet metal cabinets and boxes shall be accurately made with
a hole punch. Cutting openings with a torch or other device that produces a jagged, rough-cut
will not be acceptable.
6. Raceway entry into equipment shall be carefully planned. Cutting of enclosure framework to
accommodate poorly planned raceway placement will not be acceptable.
7. Cabling inside equipment shall be carefully routed, trained , and laced. Cables so placed that
they obstruct equipment devices shall not be acceptable.
8 . Equipment shall be set level and plumb . Supporting devices installed shall be set and so braced
that equipment is held in a rigid, tight fitting manner.
F. Equipment Protection
1. Provide suitable protection for all equipment, work, and property against damage during
construction.
2 . Assume full responsibility for material and equipment stored at the site and incorporated within
the project.
3. Conduit openings shall be closed with caps or plugs during installation. All outlet boxes and
cabinets shall be kept free of concrete, plaster, dirt, and debris.
4. Equipment shall be covered and tightly sealed against entrance of dust, dirt, and moisture.
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City ofFort Worth, Texas 16050 - 4
Project No. P265-601180064580
June 2010
SECTION 16050 ELECTRICAL-BASIC MATERIALS AND METHODS
G. Cooperation with Work under Other Sections
1. Cooperate with all other trades so as to facilitate the general progress of the work. Allow other
trades every reasonable opportunity for the installation of their work and the storage of their
materials.
2. The work under this section shall follow the general building construction closely. Set all pipe
sleeves, inserts, etc., and see that openings for cases, pipes, etc., are provide before concrete is
placed or masonry installed.
3 . Work with other trades in determining exact locations of outlets, conduits, fixtures , and pieces
of equipment to avoid interference with lines as required to maintain proper installation of other
work.
4. Make such progress in work that will not delay the work of other trades. Schedule the work so
that completion dates as established by the Engineer are met. Furnish sufficient labor or work
overtime to accomplish these requirements if directed to do so.
H. Installation and Connection of Work under Another Section
1. Except as otherwise indicated, details of control wiring required for plant instrumentation are
not shown; however, ascertain the requirements and install all wiring as required under those
sections.
2. Verify the electrical capacities of all motors and electrical equipment furnished under other
sections, or furnished by the Owner, and request wiring information from the Engineer if wiring
requirements are different from that specified under this section. Do not make rough-ins until
equipment verification has been received .
3. Install all motors, controllers, terminal boxes, pilot devices, and miscellaneous items of
electrical equipment that are not integrally mounted with the equipment furnished under other
sections. All such equipment shall be securely mounted and adequately supported in a neat
workmanlike manner.
I. Cleanup and Test
1. Remove all temporary labels, dirt, paint, grease, and stains from all exposed equipment. Upon
completion of work, clean equipment and the entire installation so as to present a first class job
suitable for occupancy. No loose parts or scraps of equipment shall be left on the premises.
2. Equipment paint scars shall be repaired with paint kits supplied by the equipment manufacturer,
or with an approved paint.
3 . Clean interiors of each item of electrical equipment. At completion of work, all equipped
interiors shall be free from dust, dirt, and debris.
4 . Test insulation value of each service entrance cable, each feeder cable, and each branch circuit
wire. Test shall be made by means of crank-type ohmmeter that impresses 1500 volts de across
the insulation. Each ungrounded conductor shall have its insulation integrity tested after
installation within its raceways from termination-to-termination. However, testing shall be
made prior to connection to line and load. All such testing shall be done in the presence of the
Owner's Representative and the test results shall be submitted for review . Insulation value of
each installed cable and wire shall be equivalent to , or greater than 500 ,000 ohms. Should the
insulation value be this for each conductor tested, replace any and all such deficient wire and
cable runs, and retest to compliance.
PART 2 -PRODUCTS
2.01 RACEWAYS
A. Rigid ferrous metallic conduit shall be hot-dipped galvanized steel, inside and out. Conduit couplings
shall be threaded steel with hot-dipped galvanized finish . Such conduit shall be Republic , Triangle,
Wheatland, or equivalent.
B. Rigid non-metallic conduit shall be Schedule 40 PVC plastic type DB . Concrete encased non-metallic
conduit shall be thin wall PVC plastic type EB . Couplings shall be PVC solvent-weld type. Such conduit
shall be Carlon or equivalent.
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas 16050 -5
Project No. P265-601180064580
June 2010
SECTION 16050 ELECTRICAL -BASIC MATERIALS AND METHODS
C. Plastic jacketed rigid metallic conduit and conduit fittings shall meet the specifications for conduit above
and shall have a 40-mil minimum thickness PVC coating on exterior metallic surfaces and a minimum
PVC coating on the interior metallic surfaces. Couplings shall be sleeved. Such conduit shall be Rob-
Roy, Industry's "L2-Bond", or equivalent. Note---equivalent shall meet same performance as L2-Bond.
D. Flexible liquid tight ferrous metallic conduit shall have extruded thermoplastic cover with interlocked
galvanized steel core. The conduit shall be U . L. listed . Such conduit shall be Anaconda, Republic ,
Electri-flex , or equivalent.
E. Flexible liquid tight non-metallic conduit shall consist of a PVC spiral encased in a flexible PVC jacket.
The conduit shall accept metallic liquid tight fittings. The conduit shall be Carlon Carflex or equivalent.
F. Rigid metallic conduit locknuts shall be galvanized steel in sizes under 2" and galvanized malleable iron
on sizes 2 1/2" and larger. Sealing locknuts shall have in addition to that specified above, an integrally
fused thermoplastic gasket so that the locknut is rated NEMA-4 .
G. Rigid metallic conduit insulating bushings shall be molded canvas bakelite type suitable for operation in
100 degrees C rise over 40 degrees C ambient. Polypropylene bushings shall not be acceptable.
H. Grounding type bushings shall have threaded steel body, insulated throat, and ground lug. Insulated
throat shall meet specifications under Article G above.
I. Rigid metallic conduit expansion/deflection fittings shall be watertight with flexible plastic sleeve that
allows 3/4" movements in all directions. Hubs shall be threaded, galvanized malleable iron. Clamping
bands shall be stainless steel. The fitting shall be furnished with an equipment ground-bonding jumper.
Expansion deflection fittings shall be Crouse Hinds, OZ, or equivalent.
J. Rigid metallic conduit hubs shall be liquid-tight type with threaded female body, with sealing ring on
conduit side and threaded male tapered steel body with hardened steel locknut on box side. Plastic
jacketed hubs shall conform to specifications of Rob-Roy, Ind. "L2-Bond". Such fittings shall be T &B ,
Crouse Hinds, or equivalent.
K. Chase nipples, reducers, enlargers, "Ericksons", capped ells, short ells, long ells, split couplings and
fittings shall be hot dipped galvanized malleable iron threaded type for use with rigid metallic conduit.
L. Rigid metallic conduit bodies shall be cast metal type with threaded hubs, gasketed cast metal covers with
stainless steel screws. All such conduit bodies shall be Crouse-Hinds Form 7 Condulets, Appleton Form
35 Unilets, or equivalent. PVC coated conduit bodies shall conform to specifications of Rob-Roy, Ind.
"L2-Bond".
M. Liquid-tight flexible conduit fittings shall consist of hot-dipped galvanized steel body with captive
grounding ferrule and sealing ring, and compression nut. Connector body shall haven nylon-insulated
throat. Pullout resistance of each completed connector shall be at least 1 1/2 times U . L. minimum. Such
fittings shall be T &B Crouse-Hinds, Appleton, or equivalent.
N. Rigid metallic conduit boxes shall be electroplated cast iron, with threaded integrally cast hubs, cast metal
cover, and with stainless steel cover screws. Such boxes shall be Crouse-Hinds or equivalent. Plastic
jacketed type shall conform to specifications of Rob-Roy, Ind. "L2-Bond".
0. Cadmium plated devices and hardware shall not be acceptable .
2.02 WIRE, CONNECTORS, MOUNTING HARDWARE, & WIRING DEVICES
A. 600 VOLT WIRE
1. All conductors for power and control wiring shall be stranded, soft drawn copper.
2. Insulation for Power and Control Circuitry shall be 75 C rated THHN/THWN, except as
specifically noted otherwise.
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas 16050 -6
Project No. P265-601180064580
June 2010
SECTION 16050 ELECTRICAL-BASIC MATERIALS AND METHODS
B. Factory pigmented insulation color for sizes #6 and smaller for power wiring shall be as follows:
1. 150V-to ground, or less:
Phase Color
A or Single Black
B Red
C Blue
Grounding Conductor Green
Grounded Conductor White
2. Greater than 150V-to-ground:
Phase Color
A Brown
B Orange
C Yellow
Grounding Conductor Green
Grounded Conductor Grey
C. Bare conductors for grounding purposes shall be hard-drawn stranded copper.
D. Instrumentation hook-up wire shall be:
1. Instrumentation hook-up wire shall be 600V. U.L. rated #16 AWG tinned stranded (19x29)
copper with 32 mil polyethylene insulated, twisted pair or triad with aluminum-polyester shield
and #18 A WG stranded tinned copper drain wire and a 32 mil chrome vinyl jacket. The wire
shall be Belden 8719 for 2/C and Belden 8618 for 3/C or equivalent by Dekeron.
E. Connectors
1. Mechanical connectors shall be bolted pressure type with tin-plated bronze body and tin-plated
silicon-bronze hardware.
2 . Insulated spring wire connectors shall be plated spring steel with thermoplastic jacket.
Connectors shall be rated at 105 degrees Centigrade continuous. Such connectors shall be 3M,
Ideal, T &B, or equivalent.
3 . Insulated setscrew connectors shall consist of copper body with flame-retardant, 600V. Class
insulated shell. Such connectors shall be ideal, T & B, 3M, or equivalent.
4. Terminal connectors for flat-head terminal screws shall be locking spade type with vinyl
insulated compression indent shaft, T &B, Ideal, Amp, or equivalent.
5 . Terminal strips shall be channel-mounted type with tin-plated solderless box lugs contained with
barriered nylon-insulated separable barriers. Such devices shall be Square D, Cutler-Hammer,
Allen Bradley, or equivalent.
F. Insulating Products
1. General purpose electrical tape shall be 7 mil thick stretchable vinyl plastic, pressure-adhesive
type; Plymouth "Slipknot Grey", 3M "Scotch #33 , or equivalent.
2. Insulation putty shall be rubber-based, non-vulcanizing, elastic-type putty in tape form
Plymouth #2074, 3M "Scotchfill", or equivalent.
3. High Temperature, insulating void filling, moisture-proof tape shall be stretchable ethylene
propylene rubber with high-tack, self-fusing surfaces. Tape shall be rated for 90 degree
Centigrade continuous, 130 degree Centigrade overload. Such tape shall be Plymouth "Plysafe",
3M Scotch 23", or equivalent.
G. Labels, Nameplates, and Signs
1. Numbered wire marking labels shall be type-on heat-shrink plastic for all locations. Such labels
shall be Raychem "Shrinkmark", or equivalent.
2. Write-on labels for marking wire bundles or conduits shall be weather resistant polyester with
flat surface for writing on. A special indelible marking pen shall be used to denote usage.
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas 16050 -7
Project No. P265-601180064580
June 2010
SECTION 16050
3 .
4.
5 .
ELECTRICAL-BASIC MATERIALS AND METHODS
Colored bonding tape shall be 5 mil stretchable vinyl, self-adhesive, and with permanent solid
colors corresponding to specified wire colors ; Plymouth "Slipknot 45", 3M "Scotch 35", or
equivalent.
Micarta nameplates shall be 3/32" inch thick, lengths as required to accommodate Lettering and
in 3/4" and 1 1/4" widths. Each plate shall have adhesi ve backing with pull-apart resistance of
at least 100 p si . Plates shall be laminated type with black background and white letters
Signs shall be similar to nameplates in 4 . above with the size , type , and wording as indicated on
the contract drawings.
H. Supporting Devices
1. Slotted channel supports and framing members shall be cold rolled steel. Finish for all locations
shall be hot dipped galvanized after fabrication . Size of slotted channels unless otherwise
indicated, shall be 1-5/8" x 1-5/8" in cross -section. Furnish Unistrut P-1000 , Eleen Figure 600 ,
or equivalent. Special purpose slotted channel support shall be furni shed as indicated .
2 . Hanger rods shall be hot dipped-galvanized and shall be all-thread type, 3/8" minimum
diameter.
3 . Beam clamps, side-beam connectors, and one-hole clamps shall be hot-dipped galvanized
malleable iron, and shall be Steel City, T &B , or Gedney. Plastic coated types shall have 40
mils , minimum PVC covering .
4 . Pressed steel , two-piece single bolt, slotted channel conduit strap s shall be hot dipped
galvanized and shall be of the same manufacturer as the slotted channel. Plastic coated types
shall have 40 mils , minimum PVC covering and stainless steel hardware .
5. Single rod-hung "J" conduit clamps shall be adjustable type with hot dipped galvanized finish
and shall be Unistrut J-1200 series , Eleen figure 90 , or equivalent.
6. Indoor, dry-location slotted channel hardware (nuts, bolts, washers, etc .) shall have hot dipped
galvanized fini sh. Outdoor, wet location slotted channel hardware shall be s tainless s teel.
7. Stainless steel hardware shall be AISI Type 304.
8. Plywood shall be solid-core, marine type suitable for wet locations . Edge trim shall be oak.
Trim glue shall be epoxy type waterproofed glue .
9 . Concrete and masonry anchors shall be stainless steel type equi valent to Hilti brand.
I. Wiring Devices
1. All wiring devices shall be specification grade , ArrowHart, Hubbell, or equivalent.
2. Two-pole, 3-wire grounding 20A/125V, NEMA 5-20R duplex receptacle shall be AH #5362,
Hubbell #5362, or equivalent.
3. GFCI de vice shall be a duplex 5-15R, 15 amp , 125 V , 3-wire outlet with reset and test
pushbuttons AH Catalog # GF5242, Bryant GFR52FT , or equivalent. Dry location enclosure
shall consist of coverplate AH Catalog #91061 , Bryant Catalog #T 1-1, or equivalent on a PVC
box . Wet location enclosure shall consist of co verplate Carlon # E98GFC on a PVC box .
4 . Single-pole, single-throw, 20A toggle switch s hall be AH #1991 , Hubbell #1223, or equivalent.
5. Single-pole, double throw (three way) 20A Toggle switch shall be AH #1993 , Hubbell #1223 ,
or equivalent.
6. Double-pole, double throw 20A toggle switch shall be AH #1994, Hubbell #1224 , or equivalent.
7 . Manual motor controller shall be Allen Bradley Bulletin 600 , Square D Class 2510 , or
equivalent. Select overloads to be 1.15 times motor FLA.
8. Covers for wiring devices located out-of-doors , and in damp or wet locations shall have
weatherproof cover, gaskets, and stainless steel cover screws.
2.03 DISTRIBUTION EQUIPMENT
A. Safety Switches
l. Safety switche s shall be size and type as indicated. Each disconnect means shall be heavy-duty,
quick-make, quick-break mechanisms .
2 . Unless otherwise indicated, safety switches shall be in a NEMA 4X, non-metallic enclosure.
3. NEMA 4X non-metallic safety switches, where indicated on drawings, shall be Crouse Hinds
"Krydon", or equivalent.
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas 16050 -8
Project No. P265-601180064580
June 2010
SECTION 16050
B. Fuses
1.
2.
3.
4.
ELECTRICAL -BASIC MATERIALS AND METHODS
Fuses shall be furnished for each fused overcurrent device and, in addition, furnish three spare
fuses for each rating required shall be furnished.
Fuses above 600 ampere shall be constructed using silver links with a fusing alloy soldered to
the link for low temperature overload protection. The design shall provide time-delay of not less
than 45 seconds at 300% of ampere rating. The interrupting rating shall be at least 200,000
amperes RMS symmetrical.
Fuses rated 600 amperes or less shall be dual element Class R, time-delay type. Such fuses shall
incorporate separate thermal overload and short circuit elements. The design shall provide time
delay of not less than ten seconds at 500% of ampere rating . The interrupting rating shall be
200,000 amperes RMS symmetrical.
Fuses shall be Bussman, Chase-Shewmut, or equivalent.
C. Remote Control Stations
1. Remote pilot operators such as start-stop push buttons, HOA selector switches, pilot lights and
the like shall be heavy-duty, NEMA-4 devices mounted in a NEMA 4X Non-Metallic enclosure.
Conduit entry shall be hub connected.
D. Grounding Devices
1. Ground rods shall be copper clad steel in lengths and diameters as indicated.
2 . Ground rod connectors shall be copper alloys with silicon bronze bolts and in sizes to fit ground
rod diameters. Furnish OZ, Burntly, or equivalent.
3 . Pipe ground connectors shall be copper alloys with silicon bronze bolts and in sizes to fit pipe
diameter. Furnish OZ, Burntly, or equivalent.
4. Thermal welding devices shall consist of correct size molds to fit application and correct amount
of weld metal. Furnish Enrico "Cad weld", Burntly "Thermoweld", or equivalent.
E. Transformers
1. All general-purpose dry-type transformers shall be 150 deg. C rise over 40 deg. C ambient and
shall have KV A ratings and voltage as indicated.
2. Core and coils shall be housed in a ventilated NEMA rated enclosure appropriates for the
location.
3. Core and coils shall be equipped with NEMA standard full capacity taps in the high voltage
windings. All windings shall be copper.
4 . Short-time overload capability shall be in accordance with ANSI C57.12.
5. Noise levels guaranteed for each transformer shall be no more than the following when
measured by ANSI C89.l:
a. 50 KV A and below -45
b. 51 KV A and through 300 KV A -50 db
6. Dry type transformers shall be Sorge!, GE, or equivalent.
F. Panelboards
1. Panelboards shall be dead-front type and shall be manufactured in accordance with
Underwriters' Laboratories, Inc ., standard for Panelboards (UL67).
2. The panelboards shall include automatic short circuit and over-current protective devices of the
molded case circuit breaker type. All multi-pole breakers shall be so designed that an overload
on one pole automatically causes all poles of the circuit breaker to open. The circuit breakers
shall be quick make and quick break on manual as well as automatic operation and shall have
inverse time trips. Circuit breakers shall have the short circuit interrupting ratings indicated on
the drawings.
3 . Interiors shall be assembled on reinforced mounting pans or rails, which provide protection
against damage during handling or installation. Circuit breakers shall be assembled in
accordance with the panel schedules included on the drawings. Design shall permit replacement
of individual breakers without disturbing adjacent units or without disturbing main bus or
branch circuit connectors. Interior design shall permit changing of branch circuits or the
addition of circuit breakers to future spaces without additional machining, drilling, or tapping.
Main bus bars and branch circuit connectors shall be made of copper.
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas 16050 - 9
Project No. P265-601180064580
June 2010
SECTION 16050
4.
5.
ELECTRICAL -BASIC MATERIALS AND METHODS
Panel bussing shall be arranged to maintain sequence phasing throughout that is adjacent poles
shall be of unlike polarity and rotated in sequence. Circuit members shall be provided for each
pole space or breaker space as shown on the panel schedule.
Cabinets shall be manufactured in accordance with Underwriters' Laboratories , Inc., standard for
Cabinets and Boxes (UL 50) and shall provide a minimum of four inches wiring gutter on all
sides. Cabinet fronts shall include doors with semi-concealed hinges , combination lock and
catch on doors and a directory frame with circuit directory behind clear plastic , mounted on back
of door. The front shall be attached to the box with suitable provision to provide proper
alignment of trims .
2.04 LIGHTING FIXTURES
A. Lighting fixtures shall be furni shed as specified under LIGHTING FIXTURE SCHEDULE and as
additionally described or detailed on the drawings and as specified under this section.
B. Fixture lamp s shall be furni s hed as scheduled . Incandescent lamps shall be 130V inside frosted type ;
fluorescent lamps shall be cool-white ; mercury vapor lamps shall be deluxe white unles s other styles are
specified.
C. Each fixture shall be complete with its appropriate hardware , finish trims , and appurtenances as required
for a finished installation.
PART 3 -EXECUTION
3 .01 INSTALLATION
A. Basic Materials and Methods
1. Install the conduit system to provide the facility with the utmost degree of reliability and
maintenance free operation. Kinked conduit, conduit inadequately supported or carelessly
installed shall not be accepted.
2 . Raceways shall be installed for all wiring runs except as otherwise indicated.
3 . Conduit sizes, where not indicated, shall be code-sized to accommodate the number and
diameter of wires to be pulled into the conduit. Use NEC tables for sizing .
4. Exposed runs of conduit shall be installed parallel to the lines of the structure .
5. All conduit and fittings in all above grade locations shall be galvanized rigid steel, except as
noted otherwise on the drawings. Underground conduit shall be direct buried schedule 40 , Type
DB , PVC plastic conduit, except as noted otherwise on the drawings.
6 . PVC runs shall be joined with manufacturer's approved cement.
7 . Finished installation of conduit runs from each terminal shall be watertight.
8. Generally, raceways shall be installed exposed on the structures except as otherwise specified.
Horizontal runs shall be supported on 24" centers and vertical runs on 48" centers.
9 . Yard runs of conduit (600 volt or less) s hall be direct buried schedule 40, Type DB , PVC plastic
conduit installed below grade except where up-turns to structures and equipment is made . The
up-turn shall be made with 40 mil PVC coated steel 90-degree elbow and 40 mil PVC coated
steel to a point 6" above grade. All conduits above 6" above grade shall be hot dipped
galvanized rigid steel, except as specifically noted otherwise on the contract drawings. Depth of
lateral runs shall be 24" minimum and 36" maximum, unless otherwise indicated . Coordinate
installation with site work finished grades.
10. Conduit runs under slabs and in underground vaults shall be 40 mil PVC coated steel.
11. Conduit runs that enter an enclosure without penetrating the sheet metal , such as bottom entry
into motor control centers or other stub-up locations shall be equipped with grounding bushings
and appropriately sized bonding jumpers.
12. Plywood that is used to mount equipment shall be marine grade and shall be painted with prime
and two (2) finish coats of epoxy paint.
13. Conduit bodies such as "LB , "T", Condulets , Unilets , or equivalent shall be installed in exposed
runs of conduit wherever required to overcome obstructions, and to provide pulling access to
wiring. Covers for such fittings shall be access ible and unobstructed by the adjacent
construction.
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas 16050 -10
Project No . P265-601180064580
June 2010
SECTION 16050
14.
15.
16.
17 .
18.
19 .
20.
2I.
22.
23.
24.
25 .
26.
27.
28.
29 .
30.
3I.
32.
33.
34.
35.
36.
ELECTRICAL -BASIC MATERIALS AND METHODS
Conduit shall enter all wireways, boxes, motor control centers, panelboards and other enclosures
straight and true. Conduits installed cocked and not parallel to the lines of the enclosure shall
not be acceptable.
Conduit entrances into equipment shall be carefully planned. Cutting away of enclosure
structure, torching out braces and removal of enclosure channels and sills shall not be accepted.
Use approved hole-cutting tool for entrances into sheet metal enclosures. Use of cutting torch or
incorrect tool shall not be accepted.
Install expansion or expansion/deflection fittings where conduit runs across an expansion joint
within the concrete or where conduit runs cross and expansion joint and the runs are rigidly
attached to the structure.
Where below-grade runs enter a structure below grade, install rigid conduit to PVC adapter at
least 18" out from structure and continue thence below grade with 40 mil PVC coated steel
conduit inside the structure.
Plastic jacketed flexible metallic or non-metallic conduit shall be used for connections to
motors, solenoids, pressure switches, electric valve operators, unit heaters, motorized louvers,
torque switch devices, flowmeters limit switches, lay-in lighting fixtures , and other devices that
may need to be removed for servicing.
Flex runs shall be joined with specified flex connectors and these connectors shall be made up
tightly onto the lengths of flex and onto its connected devices . All plastic jacketed flexible
conduit connections shall be watertight.
Cap each end of conduits as soon as placed to prevent mud, dirt, debris, and water from entering
raceways. Each run shall be swabbed clean prior to wire pulling.
All junction and pull boxes shall be equipped with blank covers.
All boxes shall be installed with their axes parallel to the lines of the building structure.
All conductors shall be the size as indicated and where no size is given, the conductor size shall
be #12 AWG, unless otherwise specified.
Generally, control wiring shall be #14 AWG.
All wiring shall be installed in raceways unless otherwise indicated.
All power and control wiring shall be made with insulated, stranded copper wire. All
terminations shall be thoroughly cleaned and coated with a generous amount of anti-oxidizing
agent such as T & B Koprshield.
No wire or cable shall be drawn into a conduit until all work of a nature, which may cause
injury, is completed. A cable pulling compound shall be used as a lubricant and its composition
shall not affect the conductor or its insulation.
Do not exceed cable manufacturer's recommended pulling tensions.
Service and feeder wiring runs shall be made from terminus to terminus without splice except
for yard runs, which may be spliced injunction boxes or manholes.
Branch circuits shall run from supply to load without splice except where taps and splices are
required for receptacle, light fixture , and small appliance loads.
Taps, splices, and connections in #8 A WG and larger shall be made with tinned copper alloy
bolted pressure connectors. Make up connection tightly to produce as low a resistance as if the
conductor where continuous. Such connectors shall be insulated with a smooth cover of void
filling insulation putty and then covered with at least four ( 4) half lapped layers of electrical
tape. Insulated connector shall have at least 1-1 /2 KV insulation value.
Except as otherwise specified; taps, splices, and connections with #IO AWG and smaller shall
be made with insulated spring wire connectors. Such connectors in damp or wet locations shall
be further insulated with an envelope of half-lapped EPR over the wire nut and down l/2" over
the incoming wires; prior to applying the envelope, use a stretched piece around each wire to fill
the interstices between the wires; finished splices shall be waterproof.
Specified sizes of wire shall be installed with factory-pigmented colors. Phase label black
pigmented wires with colored banding tape as specified. Install labels at each terminus. ,
Numbered marking labels shall be installed to identify circuit numbers from panel boards and to
identify control wires. Install labels on each wire in each panelboard, junction and pullbox, and
device and control connection.
Label each wiring run with write-on waterproof labels inside each motor control center,
switchboard, pullbox and handhole. Wrap label ties around wire group at conduit entrance and
write on label the wire size, conduit size, and service.
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City of Fort Worth, Texas 16050 -11
Project No. P265-60l 180064580
June 2010
SECTION 16050
37 .
38 .
39 .
40.
41.
42 .
43.
44 .
ELECTRICAL -BASIC MATERIALS AND METHODS
Control wiring that terminates onto flat head type terminals shall be equipped with crimp-type
spade lugs. Label each wire with number to correspond with terminal strip number.
All wiring inside enclosures shall be neatly trained and laced with tie-wraps.
All raceway systems , outlets, boxes, wireways , cabinets, enclosures, lighting fixtures,
transformers, and related equipment shall be adequately and safely supported with at least 3-1
safety factor .
Slotted channels shall be used to support equipment that is mounted free of structure. Use factor
fabricated back-to-back hot-dipped galvanized members 3-1/4" deep that have welded feet.
Runs of exposed conduits shall be installed as follows :
a. Single surface runs shall be attached to the structure by means of conduit clamps,
except as otherwise specified. Means of side beam clamps, or similar supporting
devices shall support single runs along structural members .
b. Multiple surface runs shall be attached to the structure by means of slotted channels .
Each conduit shall be attached to the slotted channel by means of two-piece conduit
clamps.
Rod hangers shall be hot dipped, galvanized all threads, 3/8" minimum diameter steel type.
Paint each rod hanger and its tap support with undercoat and one finish coat of galvanized type
paint.
Rod hangers shall be attached to the structure with appropriate hanger such as concrete insert,
beam clamp, ceiling flange , or side beam connector.
Slotted channels that are field cut shall have raw edges painted with cold galvanized coating
spray paint.
B. Equipment
1. Panelboards and enclosures shall be installed as follows:
a . Follow manufacturer's installation instructions . Set line-ups in place and plumb level.
b . Bottom conduit entries into enclosures shall be carefully arranged and set in
manufacturer's allotted openings. Each conduit terminus shall be equipped with
insulating grounding bushing.
c. Top conduit entries into enclosures shall enter to correct section to minimize cross-
wiring . Each conduit entry shall be equipped with grounding bushing or weatherproof
hub as required by location classification.
d . All cables inside enclosures shall be neatly arranged and bundled and bound with
plastic tie-wraps.
3.02. DRAWINGS AND SUBMITTALS
A. Submit shop drawings for the following :
1. Wire
2 . Conduit-all types
3. Panelboards
4 . Enclosures
5. Terminal Blocks
6. Controls Schematics
B. Submit catalog literature of each item of material specified.
Safety and Regulatory Improvements
To Fort Worth Water Storage Facilities
City ofFort Worth, Texas
END OF SECTION
16050 -12
Project No. P265-601180064580
June 2010
. Contracts & Bonds
PERFORMANCE BOND Bond No. 6331868
THE STATE OF TEXAS §
COUNTY OF TARRANT §
KNOW ALL MEN BY THESE PRESENTS: That we (1) Landmark Structures I,
L.P., a (2) limited partnership of Fort Worth, Tarrant County, Texas hereinafter called
Principal, and (3) Fidelity and Deposit Company, a corporation organized and existing
under the laws of the State of Maryland and fully authorized to transact business in the
State of Texas, as Surety, are held and firmly bound unto the City of Fort Worth, a
municipal corporation organized and existing under the laws of the State of Texas,
hereinafter called Owner, in the penal sum of: Five Hundred Thirty-Seven Thousand One
Hundred Eight-Two & 00/100 ($537,182.00) in lawful money of the United States,
to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and
truly be made , we hereby bind ourselves, our heirs, executors, administrators, and
successors,jointly and severally, firmly by these presents .
THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal
entered into a certain contract with the City of Fort Worth, the Owner, dated the 17th day
of November , A.D . 2010, a copy of which is hereto attached and made a part hereof, for
the construction of:
Safety and Regulatory Improvements to Forth Worth Water Storage Facilities
designated as Project No. P265-601180064580, a copy of which contract is hereby
attached, referred to, and made a part hereof as fully and to the same extent as if copied at
length herein, such project and construction being hereinafter referred to as the "work".
NOW THEREFORE, if the Principal shall well, truly, and faithfully perform the
work in accordance with the plans, specifications, and contract documents during the
original term thereof, and any extensions thereof which may be granted by the Owner,
with or without notice to the Surety, and he shall satisfy all claims and demands incurred
under the contract, and shall fully indemnify and save harmless the Owner from all costs
and damages which it may suffer by reason of failure to do so, and shall reimburse and
repay the owner all outlay and expense which the Owner m ay incur in making good any
default, then this obligation shall be void; otherwise to remain in full force and effect.
PROVIDED FURTHER, that if any legal action be filed upon this bond, venue
shall lie in Tarrant County, State of Texas.
F-1
AND PROVIDED FURTHER, that the said Surety, for value received, hereby
stipulates and agrees that no charge, extension of time, alteration or addition to the terms
of the contract or to the work to be performed thereunder, or the specifications
accompanying the same shall in any wise affect its obligation on this bond, and it does
hereby waive notice of any such change, extension of time, alteration or addition to the
terms of the contract or to the work or to the specifications.
IN WITNESS WHEREOF, this instrument is executed in six co~ ... nu
one of which shall be deemed an original, this the 17th day ofN~~~~Y'
Chris Lamon, Vice President of Landmark
Structures Management, Inc., General Partner
(Principal) Secretary
(SEJ\L)
rnaneGentry ~~
Witness as to Principal
1665 Harmon Road;
Fort Worth, TX 76177
(Address)
ATTEST:
(Surety) Secretary
Witness as to Surety
Victoria Ernest
1400 American Lane
Schaumburg, IL 60196
(Address)
BY:~~
Eric ~ President of Landmark &ructures
Management, Inc., General Partner
1665 Harmon Road; Fort Worth, TX 76177
Robyn Rost
1400 American Lane
Schaumburg, IL 60196
(Address)
(Address)
NOTE: Date of Bond must not be prior to date of Contract
(I) Correct Name of Contractor
(2) A Corporation, a Partnership or an Individual, as the case may
be
(3) Correct name of Surety
( 4) If Contractor is Partnership, all Partners should execute Bond
(5) A True copy of Power of Attorney shall be attached to Bond
by Attorney-in-fact ·
F-2
State of New Jersey
County of Morris
City of Madison
ACKNOWLEDGEMENT OF SURETY
On this 17th day of _....:...N=o....:...ve=m'-'-'=-be=r ___ in the year~20~l~O~ __ before me personally
Came -~R~o=b_y~n~R=o~st~ __ to me known, who, being by me duly sworn, did
depose and say that he resides in. __ ....:...M=a=d=is=o-'-'n~N=-J ______ ; that he is
the Attorney-In-Fact for __ ....:...F=id=e=-lity"4-"'a=n=d-=D'"-'e"""p-=o=si-=-t -=Co=m~pa=n-'-1-y-'o=f_,_M--'-'a=-ry+"l=a=nd=--_the
corporation described in and which executed the attached instrument; that he knows
the seal of the said corporation; that the seal affixed to the said instrument is such
corporate seal; and that it was so affixed by Order of the Board of Directors of the said
corporation, and that he signed his name thereto b
otary Pub llc
.... ,,,,,,.
-:
JOANMARIE KUGLIN ~ _: -:·,. ·• ' "':--:
NOTARY UBLIC STATE OF NEW..}ERS_EY ~. :-•• _.-~:.
NO . 2365363 ·\. · ; ·-.. __ / ... •
, MISS ION EXPIRES OCT. 11 . 2{)12-"--::·.-;::. • ••. •·
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a
corporation of the State of Maryland, by DAVIDS. HEWETT, Vice President, and ERIC D . BARNES, Assistant Secretary,
in pursuance of authority granted by Article VI , Section 2 , of the By-Laws of said Company, which are set forth on the
reverse side hereof and are hereby certified to be in full force and effect on the date hereof, does hereby nominate, constitute
and appoint Rob yn ROST, Anthony GRIECO, Josep~ J. DEMEO, Raymond GIL and Victor· L. ERNEST, all of
Madison, New Jersey, EACH its true and lawful agent and Attorney-in-Fact, to make, ~ and deliver, for, and on
its behalf as surety, and as its act and deed: any and all bonds and undeit -~ a~ . cut"gr;ofsuch bonds or
undertakings. in pursuance of these presents, shall be as binding~__}!P,I ~, as I ~ d oo'I , to all inte~ts and
purposes, as 1fthey had been duly executed and acknow~ ~ a.rJ¥~ ~ -~ e Company at its office
in Baltimore, Md., in their own proper pers~ ~~~.}Ma o~e~§~ ued on behalf of Robyn ROST,
Anthony GRIECO, Joseph J. D ~~~d\(iil ~{1\fflh~O.
The said Assistant~~~~~~tl\~~t set forth on the reverse side hereof is a true copy of Article VI ,
Section 2, of the By-~'salf <;mw~-~~fl~~ in force.
IN WITNESS ~h"l.'kc\M·Jvice-President and Assistant Secretary have hereunto subscribed their names and
affixed the Corporat~tkl'.-6Pilie said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 6th day of July , A.O .
2010 .
ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND
By:
Eric D. Barnes Assistant Secretary David S. Hewett Vice Pr esident
St~te ofMa'?'land }ss :
City ofBalt1more
On this 6th day of July, A.O. 2010 , before the subscriber, a Notary Public of the State of Maryland, duly commissioned
and qualified, came DA YID S. HEWETT, Vice President, and ERIC D . BARNES, Assistant Secretary of the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and
who executed the preceding instrument, and they each i!<:knowledged the execution of the same, and being by me duly sworn ,
severally and each for himself deposeth and saith , that they are the said officers of the Company aforesaid, and that the seal
affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their
signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said
Corporation .
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above
written.
Constance A. Dunn Notary Public
My Commission Expires: July I 4 , 20 I I
POA -F 093-2420A
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
."Article VI , Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior
Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee,
shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident
Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to
authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations,
policies , contracts , agreements , deeds, and releases and assignments of judgements, decrees , mortgages and instruments in
the nature ofmortgages, ... and to affix the seal of the Company thereto ."
CERTIFICATE
I, the undersigned , Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify
that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that
the Vice-President who executed the sa id Power of Attorney was one of the additional Vice -Presidents specially authorized
by the Board of Directors to appoint any Attorney-in -Fact as provided in Article VI , Section 2, of the By-Laws of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND .
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the fo!lowing resolution of the
Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a mcefmg duly called anc! held on
the 10th day of May , 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the comp<'.ny and facsimile "f mechanically
reproduced signature of any Vice-President, Secretary , or Assistant Secretary of the Company , whether made heretofore or
hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company ; shaJI be valid and
binding upon the Company with the same force and effect as though manually affixed ."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company,
this __ 1_7_t_h ___ day of November 2010
Assistant Se cretary
FIDELITY AND DEPOSIT COMP ANY
OF MARYLAND
3910 KESWICK ROAD, BALTIMORE, MD 21211-2226
Statement of Fln11nclal Condition
As Of December 31, 2009
ASSETS
Bonds ............................................................................................................................................... $ 156,584,995
Stocks .. _ ....................................................................................................................................... , ... , 22,537,672
Cash and Sho,t Tenn Investments ................................................................................................... 9,719,598
Reinsurance Recoverable .............................................................................. ,.................................. 9,347,241
Other Accounts Receivable.............................................................................................................. 51,052,264
TOTALADMIIT!!DASSETS ........................................................................................................ $ 249,241,769
LIABILITIES, SURPLUS AND OTHER FUNDS
Reserve for Taxes and Expenses ...................................................................................................... $
Ceded Reinsurance Premiums Payable ........................................................................................... .
Securities Lending Collateral Liability .......................................................................................... ..
TOTAL LIABILITIES .................................................................................................................... $
Capital Stock, Paid Up ........................................................................................ $ 5,000,000
Surplus ............................................................................. :.................................. 180,415,448
76,835
58,237,612
5,511,875
63,826,322
Surplus as regards Policyholders...................................................................................................... l 85,415,447
TOTAL ....................................................................................................................................... $ 249,241,769
Securities carried at $38,385,957 in the above statement nre deposited as required by law .
Securities carried 011 the basis prescribed by the National Associi,tion ofJnsurance Commissioners. On the basis of
December 31, 2009 market quotations for all bonds and stocks owned, the Company's total 11dmitted assets would be
$247,651,513 and surplus as regards policyholders $186,999,703 .
I, DENNIS F. KERRIGAN, Corporate Secretary of the FIDEJ.ITY AND DEPOSJT COMPANY Of MARYLAND, do hereby
certify that the foregoing statement is a correct exhibit of the assets and liabilities of the said Company oa the 31st
day of December, 2009 .
...
Stote oflll!nios -4
City of Schaumburg J~:
Subscribed nnd sworn to, before me, a Nolftry Public oflhe State of Illino is , in Ilic City ofScbaumburg, this 15th clAy of Mnrch, 2010.
~cJJ,tT= Nm,ryP,MI,
PAYMENT BOND Bond No. 6331868
THE ST A TE OF TEXAS §
KNOW ALL BY THESES PRESENTS:
COUNTY OF TARRANT §
That we (1) Landmark Structures I, L.P., a (2) limited partnership, of Fort Worth, Tarrant,
County, of Texas hereinafter called Principal and (3) Fidelity and Deposit Company of Maryland, a
corporation organized and existing under the laws of the State of Maryland and fully authorized to
transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Fort
Worth, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter
called Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform
labor upon, the building or improvements hereinafter referred to in the penal sum of Five Hundred
Thirty-Seven Thousand One Hundred Eighty-Two & 00/100 ($537,182 .00) in lawful money of the
United States to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and
truly be made, we bind ourselves, our heirs, executors, administrators and successors jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a
certain contract with the City of Fort Worth, the Owner, dated the 17th day of November, 2010, a copy
of which is hereto attached and made a part hereof, for the consideration of:
Safety and R~gulatory Improvements to Forth Worth Water Storage Facilities
designated as Project Number P265-601180064580 a copy of which contract is hereto attached,
referred to, and made a part hereof as fully and to the same extent as if copied at length herein, such
project and construction being hereinafter referred to as the "work".
NOW THEREFORE, the condition of this obligation is such that, if the Principal shall
promptly make payment to all claimants as defined in Chapter 2253, Texas Government Code,
supplying labor and materials in the prosecution of the work provided for in said Contract, then this
obligation shall be null and void, otherwise it shall remain in full force and effect.
THIS BOND IS MADE AND ENTERED into solely for the protection of all claimants
supplying labor and material in the prosecution of the work provided for in said Contract, as claimants
are defined in said Chapter 2253, and all such claimants shall have a direct right of action under the
bond as provided in Chapter 2253, Texas Government Code.
F-3
PROVIDE FURTHER, that if any legal action be filed upon this bond, venue shall lie in
Tarrant County, Texas, State of Texas, and that the said Surety, for value received, hereby stipulates
and agrees that no change extension of time, alteration or addition to the terms of the contract or to the
work be performed thereunder or the specification accompanying the same shall in any wise affect its
obligation on this bond, and it does hereby waive notice of any such change, extension of time,
alteration or addition to the terms of the contract or to the work or the specifications .
PROVIDED FURTHER, that no final settlement between the Owner and the Contractor shall
abridge the right of any beneficiary hereunder whose claim shall be unsatisfied.
IN WITNESS WHEREOF, this instrument is executed in six counterparts, each one of which
shall be deemed an original, this 17th day of November, 201Q.
ATTEST(/
Chris Lamon, Vice President of
Landmark Structures Management,
Inc., General Partner
(Principal) Secretary
(SEAL)
PRINCIPAL (4)-
BY:
Eric Lamon, Vice President of Landmark Structures
Management, Inc., General Partner
1665 Harmon Road; Fort Worth, TX 76177
DianeGentry ~~
Witness as to Principal
(Address)
1665 Harmon Road;
Fort Worth, TX 76177
(Address)
ATTEST:
(Surety) Secretary
Robyn Rost
1400 American Lane
Schaumburg, IL 60196
(Address)
__ ,,,. -
NOTE: Date of Bond must not be prior to date of
Contract
(1) Correct Name of Contractor
(2) A Corporation, a Partnership or an Individual, as
the case may be
(3) Correct name of Surety
F-4
,.
., i.
...
~ ' \ . -.,_ ;• --
-:::--.,,.-
,,.
.,..,.
Victoria Ernest
1400 American Lane
Schamburg, IL 60196
(Address)
(4) If Contractor is Partnership, all Partners should
execute Bond
(5) A True copy of Power of Attorney shall be
attached to Bond by Attorney-in-fact
F-4
State of New Jersey
County of Morris
City of Madison
ACKNOWLEDGEMENT OF SURETY
On this 17th day of _ _,_N=o--'-ve=m-'-'-=-be=r ___ i n the yea r--=20:...:1:..;:0:......__ __ before me personally
Came Robyn Rost to me known, who, being by me duly sworn, did
depose and say that he resides in __ ~M=ad=i~so~n ...... ,~N~J ______ ; that he is
the Attorney-In-Fact for --~F=id=e=lity-=a~nd~D~e_po~s=it~C~o~m_p=a-ny---=of~M~a=ry-4-=la~nd~_the
corporation described in and which executed the attached instrument; that he knows
the seal of the said corporation; that the seal affixed to the said instrument is such
corporate seal; and that it was so affixed by Order of the B of Directors of the said
corporation, and that he signed his name theret
.,.._
Notary eu6ti ·. -· . _
JOANMARIE KU~QN\. ,' ~--· ,,.. -· .: :-
y PUBLIC STATE OF~tW-. RStY _/ "'
NO. 2365363 '·· •.• "" -'::·.::··· ".
SSION EXPIRES OCT. f1, 2012 ....
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
KNOW ALL MEN BY THESE PRESENTS : That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a
corporation of the State of Maryland, by DAVIDS . HEWETT, Vice President, and ERIC D . BARNES , A ssistant Secretary,
in pursuance of authority granted by Article VI , Section 2 , of the By-Laws of said Company, which are set forth on the
reverse side hereof and are hereby certified to be in full force and effect on the date hereof, does hereby nominate, constitute
and appoint Ro byn R O ST, Anthony GRIECO, Joseph J. D EMEO, Raymond GIL and Victor· L. ERNEST, a ll of
Ma d iso n, New J ersey, EACH it s true and lawful agent and Attorney-in-Fact, to make, '(!,5 . and deliver, for , and on
its behalf as surety, and as its act and deed : any a nd all bonds and u ndeet -~ a~ ~uf of such bonds or
undertakings . in pursuance of these presents, shall be as binding~~ ~ , as ~1
1
t. d · , to all inte~ts and
purposes, as 1fthey had been dul y executed and acknow ~b@i~~rJr ~~Jftl' e Company at its office
in Baltimore, Md ., in their own proper pers ~ ~~_..r>ck\a't?o'~r t &\.!lJa\-,~~d~n behalf of Robyn ROST,
Anthony GRIECO, Joseph J . D~~~d\m~~~h\LJ),,-12 .
The said Assistant~~od,_h~~e~ffl~~tset forth on the reverse side hereof is a true copy of Article VI ,
Section 2 , of the By-~'saE ~~d-~~in force .
IN WITNESS ~h~.tr'J-3Vice-President and Assistant Secretary have hereunto subscribed their names and
affixed the Corporat~~f'the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 6th day of Jul y, A.D .
2010.
ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND
By:
Eric D. Barnes Ass istant S ecr etary David S. Hewett Vice Pr esident
State of Maryland }ss:
City of Baltimore
O n thi s 6th day of July, A.D . 2010 , before the subscriber, a Notary Public of the State of Maryland, dul y commissioned
and qualified, came DA YID S . HEWETT, Vice President, and ERIC D . BARNES, Assistant Secretary of the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND , to me personally known to be the individuals and officers de scribed in and
-~ho executed the preceding instrument, and they each acknowledged the execution of the same, and bein g by mP-.duly sworn,
severally and each for himself deposeth and saith , that they are the said officers of the Company aforesaid , and that the seal
affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and the ir
signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said
Corporation .
IN TESTIMONY WHEREOF , I have hereunto set my hand and affixed my Official Seal the day and year first above
written .
Cons tan ce A. Dunn No tary Public
My Commission Ex pires : July 14 , 2011
POA-F 093-242 0A
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Artic le VI , Section 2 . The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior
Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee,
shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident
Vice-Presidents , Assistant Vice-Presidents and Attorneys -in-Fact as the business of the Company may require , or to
authorize any person or persons to execute on behalf of the Company any bonds , undertaking, recognizances , stipulations ,
policies , contracts, agreements, deeds , and releases and assignments of judgements, decrees , mortgages and instruments in
the nature ofmortgages, ... and to affix the seal of the Company thereto ."
CERTIF ICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do here by certify
that the foregoing Power of Attorney is still in full force and effect on the date of this certificate ; and I do further certify that
the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially a uthorized
by the Board of.Directors to appoint any Attorney-in-Fact as provided in Article VI , Section 2, of the By-Laws of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the
Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting dul:1-~allcd and he ld on
the 10th day of May , 1990 .
RESOLVED : "That the fac£imile or mechanically reproduced seal of the company and facsimile or r.iechanically
reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company , wl1ether made , heretofore or
hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company , shall be valid and
binding upon the Company with the same force and effect as though manually affixed ."
IN TESTIMONY WHEREOF , I have hereunto subscribed my name and affixed the corporate seal of the said Company,
this -~1~7~t=h~_ day of _~N~o~v~e=m=b~e=r~----~ 2010
A ssi$lant Secretary
FIDELITY AND DEPOSIT COMP ANY
OP MARYLAND
3910 KESW1CK ROAD, BALTIMOR E, MD 21211 -2226
Statement of Financial Condition
As Of December 31 , 2009
ASSETS
Bonds ............................................................................................................................................... $ 156,584,995
Stocks............................................................................................................................................... 22,537,672
Cash and Sho1t Tenn Investments ................................................................................................. ..
Reinsurance Recoverable ............................................................................................................... ..
Other Accounts Receivable ............................................................................................................ ..
TOTAL ADMIIT RDAS SE TS ........................................................................................................ $
LIABILITIES, SURPLUS AND OTHER FUNDS
Reserve for Ta xes and Expen ses ...................................................................................................... $
Ceded Reinsurance Premiums Payable ........................................................................................... .
Securities Lending Collateral Liability ........................................................................................... .
TOTAL LIABILITIES .................................................................................................................... $
Capital Stock , Paid Up ........................................................................................ $ 5,000,000
Surplus .............................................................................................. "................ 180,415,448
9,719,598
9,347,241
51,052 ,264
249,241,769
76,835
58,237,612
51511,875
63,826,322
Surplus as regards Policyholders ...................................................................................................... 185,415,447
TOTAL ....................................................................................................................... ,,,, ............ $ 249,241,769
Securit ies carried at $38,385 ,957 in the above statement 11re deposited as required by law.
Securities carried on the basis prescribed by the National Association oflnsurance Commissioners . On the basis of
December 3 I, 2009 market quotations for all bonds and stocks owned, the Company's total 11dmitted assets would be
$247,6.57,513 and surplus as regards policyholders $ I 86,999,703 .
!, DENNIS F. KERRIGAN, Corporate Secretary of the FIDEi.iTV AND DEPOS IT COMPANY OF MARYLAND, do hereby
certify that the foregoing statement is a correct exhibit of the assets and liabilities of the said Company on the 31st
day of December, 2009 .
...
-~---------·--·-----··-···
Subsc ri bed nad sworn to, before me , n Not/If)' Publi c of the Stale of lllinoi s, in tile City of Schnumb11rg , this 15th day of Morch, 2010.
NLc.JdrztT= NM~P~I,
THE STATE OF TEXAS
COUNTY OFT ARRANT
MAINTENANCE BOND Bond No. 6331868
§
§
KNOW ALL MEN BY THESE PRESENTS: That we (1) Landmark Structures I,
L.P., a (2) limited partnership of Fort Worth, Texas and (3) Fidelity and Deposit
Company of Maryland a corporation organized and existing under the laws of the State of
Maryland, as surety, do hereby acknowledge themselves to be held and bound to pay unto
the City of Fort Worth, a Municipal Corporation, chartered by virtue of Constitution and
laws of the State of Texas, at Fort Worth, in Tarrant County, Texas, the sum of: (Five
Hundred Thirty-Seven Thousand One Hundred Eighty-Two & 001/00 ($537,182.00)),
lawful money of the United States, for the payment of which sum well and truly be made
unto said City of Fort Worth and its successors, said Contractor and surety do hereby bind
themselves, their heirs, executors, administrators, and assigns and successors, jointly and
severally.
This obligation is conditioned, however; that,
WHEREAS, the Principal has entered into a certain contract with the City of Fort
Worth, the Owner, dated November 17, 2010 for the performance of the following
described public work and the construction of the following described public
improvements:
Safety and Regulatory Improvements to Forth Worth Water Storage Facilities
all of the same being referred to herein and in said contract as the Work and being
designated as Project No. P-265-601180064580; and said contract, including all of the
specifications, conditions and written instruments referred to therein as contract
documents being hereby incorporated herein by reference for all purposes and made a part
hereof, the same as if set out verbatim herein; and,
WHEREAS, in said Contract, Contractor binds itself to use such materials and to
so construct the work that it will remain in good repair and condition for and during the
period of two (2) years after the date of the final acceptance of the work by the City; and,
WHEREAS, said Contractor binds itself to maintain said work in good repair and
condition for said term of two (2) years ; and,
WHEREAS, sad Contractor binds itself to repair or reconstruct the work in whole
or in part at any time within said period, if in the opinion of the Director of the Water
Department of the City of Fort Worth, it is necessary; and,
WHEREAS, said Contractor binds itself, upon receiving notice of the need
thereof to repair or reconstruct said work as herein provided.
NOW THEREFORE, if said Contractor shall keep it's said agreement to maintain,
repair or reconstruct said work in accordance with all the terms and conditions of said
contract, these presents shall be null and void, and have no force or effect. Otherwise, this
F-5
Bond shall remain in full force and effect, and said City shall have and recover from the
said Contractor and its surety damages in the premises as prescribed by said contract.
This obligation shall be continuing one and successive recoveries may be had hereon for
successive breaches until the full amount hereof is exhausted.
WHEREAS, all parties covenant and agree that if any legal action be filed upon
this bond, venue shall lie in Tarrant County, Texas; and,
IN WITNESS WHEREOF, this instrument is executed in~ counterparts, each one
of which shall be deemed an original, dated November 17, 2010.
Chris Lamon, Vice President of
Landmark Structures Management,
Inc., General Partner
(Principal) Secretary
(SEAL)
Diane Gent!}'.~~
Witness as to Principal
1665 Harmon Road
Ft. Worth, TX76177
(Address)
ATTEST:
(Surety) Secretary
PRINCIPAL (4)-
BY:
Eric Lamon, Vice President of Landmark
Structures Management, Inc., General Partner
1665 Harmon Road; Fort Worth, TX 76177
(Address)
Fidelity and Deposit Company of Maryland
NOTE: Date of Bond must not be prior to date of
Contract
(1) Correct Name of Contractor
(2) A Corporation, a Partnership or an Individual,
as the case may be
(3) Correct name of Surety
( 4) If Contractor is Partnership, all Partners should
F-6
1400 American Lane
Schaumburg, IL 60196
(Address)
execute Bond
(5) A True copy of Power of Attorney shall be
attached to Bond by Attorney-in-fact
F-6
State of New Jersey
County of Morris
City of Madison
ACKNOWLEDGEMENT OF SURETY
On this 17th day of -~N~ov~e~m=b~e~r __ in the year~20~l~O~ __ before me personally
Came Robyn Rost to me known, who, being by me duly sworn, did
depose and say that he resides in __ .:.....:M=ad=i=so....,_n~N=-J ______ ; that he is
the Attorney-In-Fact for ---=-F..:..::id=e=lity~a=n=d-=D:;..;:e=p-=o=si-=-t =Co=m...:....:..,...pa=n-'-1-y---'o=-f....:..M-=a::.:...ry+-'l=a:....:..:nd=--_the
corporation described in and which executed the attached instrument; that he knows
the seal of the said corporation; that the seal affixed to the said instrument is such
corporate seal; and that it was so affixed by Order of the Bo f Directors of the said
corporation, and that he signed his name thereto b
Notary P-u6Hc, _ -
JOANMARIE KQGtff't ~"' . : -
PUBLIC STATE 0f..NtW.JER'SE¥ • ..-__ •
NO. 236536:f:-~., ---::----..... ----· ...
ION EXPIRES ocr.·1 ~, 20 2'"' .
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
KNOW ALL MEN BY THE SE PRESENTS : That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a
corporation of the State of Maryland, by DA YID S . HEWETT, Vice President, and ERIC D . BARNE S , Assistant Secretary,
in pursuance of authority granted by Article VI , Section 2 , of the By-Laws of said Company,~v}fare set forth on the
reverse side hereof and are hereby certified to be in full force and effect on the date hr,e . , c@s i~by nominate, constitute
and appoint Rob y n ROST , Anthony GRIECO, Joseph J. DEMEO ,~N1,~ 1 ic~~-ERNEST, all of
~adison, New Jersey, E~CH its true and lawfu l agent~d t~~~:.~_,n;~~\e?\(<ii\_i~d deliver, for , and on
its behalf as surety , and as its act and deed: any ~d-Jt-lJ s~n~~~~ ~\ule'-executton of s uch bonds or
undertakings in pursuance of these pres~~r$pll ~; in Pl 'fl?~~\rtpany, a s fully and amply , to all intents and
purposes , as if they had been d ~~\±oWa w.1~4-_i~h'e-l-'e-'guiarly electe d officers of the Company at its office
in Baltimore, Md.,~· ~prdp\rp~~ns::;;Oifsi\" ~Mattomey revokes that iss ued on behalf of Robyn ROST,
Anthony GRIECO, . e ~t5E.ME('\fb n6JaiW, dated March 10 , 2010 .
'-' '-'I ·r-:hY
The said Assistant ~~~~es \~eW:by certify that the extract set forth on the reverse side hereof is a true copy of Article VI ,
Section 2 , of the By-Law's'-orsa id Company, and is now in force .
IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and
affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 6th day of July, A.O .
2010 .
ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND
By:
Eric D. Barnes Assistant S ecr etary David S. H ewe tt Vi ce President
State of Maryland } ss:
City of Baltimore
On thi s 6th day of July, A.D. 2010, before the sub scriber, a Notary Public of the State of Maryland, duly commissioned
and qualified, came DA YID S . HEWETT, Vice President, and ERIC D . BARNES, Assistant Secretary of the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and
who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn ,
severally and each for himself deposeth and saith , that they are the said officers of the Company aforesaid, and that the seal
affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their
signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said
Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above
written .
Constan ce A . Dunn Notary Public
My Commission Expires: July 14, 2011
POA -F 09 3-2 420 A
EXTRACT FROM BY-LAWS OF FIDELITY A ND DEPOSIT COMPANY OF MARYLAND
"Article VI , Section 2. The Chairman of the Board , or the Pres ident, or any Executive Vice -President, or any of the Senior
Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee,
shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries , to appoint Resident
Vice-Presidents , Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to
authorize any person or persons to execute on behalf of the Company any bonds , undertaking , recognizances , stipulations,
policies, contracts , agreements , deeds , and releases and assignments of judgements, decrees, mortgages and instruments in
the nature ofmortgages, ... and to affix the seal of the Company thereto."
CERT IF ICATE
I, the undersigned , Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify
that the foregoing Power of Attorney is still in full force and effect on the date of this certificate ; and I do further certify that
the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized
by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the followi j1g resolution of the
Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meetir,g duly c:iiled and he ld on
the 10th day of May , 1990 .
RESOLVED : "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically
reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or
hereafter, wherever appearing upon a certified copy of an y power of attorney issued by the Company, shall be valid and
binding upon the Company with the same force and effect as tho ugh manually affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company,
this 17th day of November ------2010
&-fv'/J,-::,. /1{!-1.,v~x 0 lj c_J
A ssistant Secre tary
FIDELITY AND DEPOSIT COMP ANY
Of MARYLAND
3910 KESWICK ROAD, BALTIMORE, MD 21211-2226
Statement of Flmrnc!al Condition
As Of December 31, 2009
ASSETS
Bonds ............................................................................................................................................... $ 156,584,995
Stocks............................................................................................................................................... 22,537,672
Cash and Sho,t Tenn Investments .................................................................................................. .
Reinsurance Recoverable ......... , ............ , ........................... ,., ......................... , .... , ......... , .................. .
Other Accounts Receivable ...................................................................................... ,,,, .................. ..
TOTAL ADMIITHD ASSETS ................................................ ,, ..................................................... ,$
LlABILITIES, SURPLUS A ND OTHER FUNDS
Reserve for Taxes and Expenses ...................................................................................................... $
Ceded Reinsurance Premiums Payable ........................................................................................... .
Securities Lending Collateral Liability .......................................................................................... ..
TOTAL LIABILITIES .................................................................................................................... $
Capital Stock, Paid Up ........................................................................................ $ 5,000,000
Surplus................................................................................................................ 180,415,448
9,719,598
9,347,241
51,052,264
249,241,769
76 ,835
58,237,612
5,511,875
63,826,322
Surplus as regards Policyholders...................................................................................................... I 85,415,447
TOTAL ... , ................................................................................................................................... $ 249,241,769
Securities carried at $38,385,957 in the above statement fire deposited M required by law .
Securities carried on th e basts prescribed by the National Association of Jnsurnnce Commissioners. On the basis of
December 3 I, 2009 market quotations for all bonds and stocks owned , the Company's total admitted assets would be
$247,657,513 and surplus as regards policyholders $186,999,703.
I, DENNIS F. KERRIGAN, Corporate Secretary of the FIDELITY AND DEPOSIT COMPANY Of' MARYi.AND, do hereby
ceiiify that the foregoing statement is a conect exhibit of the assets and liabilities of the said Company on the 3 I st
day of December, 2009 .
Subscr ibed nnd sv.11m to, before me, a Notary Public of th e Slate of lltinois, in the City of Schaumburg, this 15th day of Mnrch, 2010.
N =C Jdra.'°(f'= N••ry MU,
;:.
LANDMARK STRUCTURES I, L.P.
POLICY NUMBER: 46 C QT096l X
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED BY CONTRACT OR AGREEMENT -
OPTION Ill
This endorsement modifies Insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name Of Additional Insured Person(s) Designated Projec:t(s) or Locatlon(s)
Or Oraanlzatlon(s): Of Covered Operations
ALL ALL
lnfonnatlon required to complete this Schedule, If not shown above, will be shown In the Declarations.
A. Section H • Who la An Insured la amended to
Include as an additional insured the person(s) or
organlzatlon(s) shown In the Schedule above with
whom you agreed In a written contract or written
agreement to provide Insurance such as Is
afforded under this pollcy, but only to the extent
that such person or organization Is llable for
"bodily Injury", "property damage• or "personal
and advertising inJuryu caused by your acts or
omissions or the acts or omissions of those acting
on your behalf:
1. In the performance of your ongoing
operations for such addiUonal Insured at the
project(s) or locatlon(s) designated In the
Schedule;
2. In connection with your premises owned by or
rented to you and shown In Iha Schedule; or
3. In connection with "your work" for the
additional Insured at the project(s) or
location(s) designated In the Sdledule and
Included within the "products-completed
operations hazard", but only Tf:
Form HS 24 82 06 05
a. The written contract or agreement
requires you to provide such coverage to
such additional Insured at the proJect(s) or
locatlon(s) designated In the Schedule;
and
b. This Coverage Part provides coverage for
"bodily Injury" or "property damage"
Included within the "products-completed
operations hazard".
B. The Insurance afforded to these additional
insureds applies only:
1. If the •occurrence" or offense takes place
subsequent to the execution of such written
contract or written agreement; and
2 While such written contract or written
agreement is In force, or unUI the end of the
"policy period," whichever Is earlier.
C. With respect to the Insurance afforded to these
additional Insureds under this endorsement, the
following additional exclusion applies:
Page 1 of3
(c) 2005, The Hertford
(lndudes copyrighted material of Insurance Services Office, Inc. with Its permission.)
This Insurance does not apply to "bodtly lnju,y•,
"property damage" or "personal and advertising
Injury" arising out of the rendering of or the failure
to render any professional architectural,
engineering or surveying servlcas by or for you,
Including:
1. The preparing, approving, or falling to prepare
or approve maps, shop drawings, opinions,
reports. surveys. field orders, change orders,
designs or specifications: and
2. Supervisory, Inspection, archltectural or
engineering activities.
D. How Limits Apply To Additional Insureds
The most we will pay on behalf of the addition al
Insured shown In the Schedule Is the lesser of:
1. The limits of Insurance specified In the written
contract or written agreement; or
2. The Limits of Insurance shown In the
Declarauons.
Such amount shall be a part of and not In addllion
to Limits of Insurance shown In the Declarations
and described In this Section.
E. Duties Of Additional Insureds In The Event Of
Occurrence, Offense, Clalm Or Sult
The Duties Condition In Section IV -Conditions
Is replaced by the followfng and applies to the
additional Insured shown In the Schedule;
1. Notlco or Occurrence Or Offense
The additlonal insured must see to It that we
are notified as soon as practicable of an
"occurrence" or an offense which may result In
a cl aim. To the extent possible, notice should
Include:
a. How, when and where the "occurrence" or
offense took place;
b. The names and addresses of any Injured
persons and witnesses; and
c. The nature and Jocatlon of eny lnJu,y or
damage arising out of the •occurrence" or
offense.
2. Notice Of Clalm
If a claim Is made or "suit" Is brought against
the additional Insured, the additional Insured
must:
a. Immediately record the specifics of the
claim or ''suit" and the date received; and
b. Notify us as soon as practicable.
The additional Insured must see lo It that we
receive written notice of the claim or "suit" as
soon as practicable.
3. Assistance And Cooperation Of The
Insured
The additional Insured must:
Page2 of3
a. Immediately send us copies of any
demands, notices, summonses or legal
papers received In connect!on with the
claim or "suit";
b. Authorize us to obtain records and other
information;
c. Cooperate with us In the Investigation or
settlement of the claim or defense against
the "suit"; and
d. Assist us, upon our request, In the
enforcement of any right against any
person or organization which may be llable
to the Insured because of Injury or damage
to which this Insurance may also apply.
4. Obllgatlons At The Addltior1al Insureds
Own Cost
No additional Insured will, except at that
lnsured's own cost, voluntarily make a
payment, assume any obligation, or Incur any
expense, other than for first aid, without our
consent.
5. Addlllonal Insureds Other Insurance
If we cover a claim or "sulr under this
Coverage Part that may also be covered by
other Insurance available to the additional
Insured, such add!llonal insured must submit
such claim or "suit'' to the other Insurer for
defense and Indemnity.
However, this provision does not apply to the
extent that you have agreed In a written
contract or written agreement that this
Insurance Is primary and non-contributory
with the additional insured's own Insurance.
8. Knowledge Of An Occurrence, Offense,
Clalm Or Sult
Paragraphs 1. and 2. applies to the additional
Insured only when such "occurrence",
offense, clalm or "suit'' Is known to:
a. The additional Insured that la an
Individual;
b. l'vty partner, If the additional Insured Is a
partnership;
c. Any manager, If the additional Insured Is a
limited liability company;
d. Any "executive officer-or Insurance
manager, If the additional Insured Is a
corporation;
e. Any trustee, if the additional Insured Is a
trust; or
f. Any elected or appointed official, if the
additional Insured IS a polltlcal subdivision
or public entity.
Form HS 24 82 06 05
F. Other Insurance
With respect to Insurance provided to the
additional Insured shown In the Schedule, !he
Other Insurance Condltlon Section IV -
Conditions Is replaced by the followlng:
1. Primary Insurance
11. Primary Insurance When Required By
Contract
This Insurance Is primary If you have
agreed In a written contract or written
agreement that this insurance be primary.
If other Insurance Is also primary, we wlll
share with all that other Insurance by the
method descrlbed In 3, below.
b. Primary And Non-Contributory To
Other Insurance When Required By
Contract
lf you have agreed In a written contract or
written agreement that this Insurance Is
primary and non-contributory with the
addltlonal lnsured's own Insurance, this
Insurance Is primary and wa will not seek
contribution from that other Insurance.
Paragraphs a. and b. do not apply to other
Insurance to which the additional Insured has
been added as an addiUonal Insured or to
other Insurance described In paragraph 2.
below.
2. Exce11 Insurance
This Insurance Is excess over any of the other
Insurance, whether primary, excess,
contingent or on any other basis:
a. YourWork
That Is Fire, Extended Coverage,
Builder's Risk, lnstallatlon Risk or similar
coverage for "your work";
b. Premises Rented To You
That Is fire, lightning or explosion
Insurance for premises rented to you or
temporarily occupied by you with
permission of the owner:
c. Tenant Liability
Thal Is Insurance purchased by you to
cover your liability as a tenant for
"property damage" to premises rented to
you or temporarily occupied by you with
permission of the owner;
d. Aircraft, Auto Or Watercraft
If the loss arises out of the maintenance
or use of aircraft, •autos• or watercraft to
the extent not subject to Exclusion g. of
Section I Coverage A Bodily Injury
And Property Damage Liability;
Form HS 24 82 06 05
e. Property Damage to Borrowed
Equipment Or Use Of Elevators
If the loss ar1ses out of "property damage"
to borrowed equipment or the use of
elevators to the extent not subject to
Exclusion J. of Section I • Coverage A
Bodily Injury And Property Damage
Liability: or
f. When You Are Added As An
Additional Insured To Other Insurance
That Is any other Insurance available to
you covering llablllty for damages arising
cut of the premises or operations, or
products and completed operations, for
which you have been added as an
additional Insured by that Insurance.
When this Insurance Is excess, we will have
no duty under Coverages A or B to defend
the Insured against any "suit" If any other
Insurer has a duty to defend the Insured
against that "suit''. If no other Insurer defends,
we wlJI undertake lo do so, but wa wll! be
entitled to the lnsured's rights against all
those other Insurers.
When this Insurance Is excess over other
Insurance, we wlll pay only our share of the
amount of the loss, Jf any, that exceeds the
sum of:
a. The total amount that all such other
Insurance would pay for the loss In the
absence of this Insurance; and
b. The total of an deductible and self-Insured
amounts under all that other Insurance.
We will share the remaining loss, if any, with
any other Insurance that Is not described in
this Excess Insurance provision and was not
bought speclflcally to apply In excess of the
Limits of Insurance shown In the Declarations
of this Coverage Part.
3. Method Of Sharing
If all of the other insurance permits
contribution by equal shares, we wtll follow this
method also. Under this approach each
Insurer contributes equal amounts untll It has
paid Its appJJcable limit of Insurance or none of
the loss remains, whichever comes firsl
If any of the other Insurance does not permit
contribution by equal shares, we will
contribute by limits. Under this method, each
insurer's share ls based on the ratio of Its
appllcabht llrnlt of Insurance to the total
appncable limits of Insurance of all Insurers.
Page3 of3
LANDMARK STRUCTURES I, LP.
POLICY # 46 C QT0963
If eny of the other lnaurani.e dDN not permit
contribution by equal !theres , we will contribute by
limits. Under ltlis method, each Insurer's share Is
based on the ratio of Its applcabla limit of
insurance to the total applicable limits of ilsurance
of a9 lnsurera.
5. Premium Audit
a. We will compute all premiums for this Coverage
Part in accorda009 with our rules and rates .
b. Premium shown In thla Coverage Part as advance
premium Is a deposit premium only. Al the close or
each audit period we will corrp.ita the earned
premium for that pe,tod and send notice to the first
Named Insured . The due date fo, audit and
retrospectlve premiuma 11 the date shown as the
due date an the bill. If the sum of h advance and
audit premiums paid for the pcllcy period is greater
than th• ear.-.id pnamium. we will Hltum the excess
to the first Named Insured.
c. The nm Named lnsLnd must keep recoms of the
lnformalon we need fo, premium computation, and
send us copies llt such times as we may request.
6. Repra&1nlatlon1
1. When Vou Accept Thi• Polley
By accepting lhis policy, you agree:
(1) 1118 statements in the Declarations are acairate
and complete;
(2) Tbos& statements are based upon
representations you made lo us; and
(3) We have issued this policy In reliance upon your
repreaentaOons.
b. Unintentional Failur• To DiscloH Hazards
If unintentlonally you should fail to disclose all
hazard• r9'ating to the oor,<M:t of your bulllnBIIII
that exist •t the Inception date of this Coverage
Part, we stian not deny coverage under this
Covetaga Part because of such failure.
1. Separation Of lnsuntds
Except with rusped to the Lim~ of lnauranc:a. and any
rights or duties specifically assigned In this Coverage
Part 10 the rust Named Insured, this Insurance apµUtn1:
a. As if each Named Insured were the onJy Named
Insured; and
b. ~ei,t11itlely to each lnaured again~ whom claim Is
made or "Sult" is brought.
I. Transfer Of Rights Of Rec:overy Against Othera To u.
a. Transfer of Rights Of R.covery
If the insured has rights to recover all or part of any
payment. Including SUpplementary Payments, we
have made ul'der ttlia ~ Part, those rights
are transfemKI to us. The Insured must do nothi'lg
af'.er 105S to impair them. At our request , ltie
HG0001 0605
Insured win bring •suh• or transfer those rights to us
and help I.IS enforce them .
b. Waiver Of Rights Of Recovery (Waiver Of
Subrogation)
If the lnsu-ed has waived any rights of recovery
against any person or organization ror an or part of
any payment. indudlng Supplementary Payments,
we have made under this Coverage Part we llllo
waive that nghl. provided the in1ia-ed waived their
rights er recovery aga inst 11.1ch person or
organization In a conlrad, agreement or permit that
was executed prior to the lnjtay or damage.
I. When We Do Not Ren•w
If we decide not to n~new this Coverage Part, we will
mall or dellver to ttie first Named ll'l$Urad shown In the
Dedatiition& written notic:e of Iha nonrenewal not less
lhan 30 days before the expiration date .
If notice is mailed, proof ~ matnng WIii be sufficient
proof of notice.
SECTION V -DEFINITIONS
1. "Advt=tli~ui, ... ,t· mean& the wld&spNtad publlo
dissemination of ilfonnatia, or images that has the
purpose of Inducing the sale of goods, products or
servlees through:
L (1) Radio;
(2) Televnlon;
(3) Billboard;
(4) Magazlne;
(5) Newspaper; or
b. An'f other pu~ication that Is given widospread
ptrblic dlstlibution.
However, "advertisemenr does nae Include:
a. Ths design. printed material. Information er Images
contained In, on or upon the packaging or labeftng
of any goods or products; or
b. An interacUve conversation between or among
pe<$00S through a computer network.
2. "Advertising Idea• means any Idea for en
•advertisement".
J. ·Aabesto1 hazard" me11na an e1<poe1.iro er threat of
exposure to the actual or aUeged proper1ies of
asbestos and Includes the mere presence of
asbestos In any form.
"· "Auto" meana I la,,d motor vehicle, trall1r or semitrailer
designed for travel m public roads, lnduding any
attached machinery or equipment. But "auto• does not
lnCIUde "moOle equ1pmern."'.
5. "Bodly Injury" means physical:
1. Injury.
b. Sickness; or
c. Disease
•ustainad by I person and, If arlsina ClUl of the above,
menlal anguish or dealtl at any tme.
Page 15 of 18
POLICY NUUQCA1 '' OIW Q'l'OSI~~ COMM~RC!.AI. ~1,ITn
CA040S 06 04
THJ~ ijNOORSEMC?NT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
TJ:XAS ADDITIONAL INSURED
Thia endoreement modlflea Insurance provided under tho rot rowing:
BUSINESS AUTO coveRAGE:FORM cArv.o,cov~RAO~FORM
MOTOR CA~RIER COVERAGE FORM
TRUCKERS COVERAGE FORM
Wllh ntapeGt lo. covoraga pNNldod by "1MI •ndOtoDtnonl, ltle ~"• ftf U\• OovotoOO Fotm epply IIRIC:.~
mpdlfled. ~ thi tndof.-iment.
Thia encfor1emenl changee the polfcy efftc~ on lhe lncopllon date of the policy unlHs another date Is Indicated
'"''""'·
Endorsement Etrtcttv•:
0'1/J,.f/JOIO
N11m11 dJnsur~d:
LANDMARK STRUCTURJ::S J, LP
SCHEDULE
Nam, ind Addr••• of AddJUonal Insured:
JJLi,.fll~T,~DlTION.q. JN8URE1> WHEN REQUIRED DY wmnEN CONT.RACT OR AGlt£F.MENT
(ff no 8'ltly eppeara •bove, JritormaUon raqulr~ to CQmp?ete 1h11 endorsement wfll be ,tiown In lhe Decl1ratlon1
•• eppllcablt to thl• .ndoraemenl.)
A. Whn I• An ,,11urad (Sactlon II) fa amended to
(ndude aa 1n -imured' the p1111on(1) or
organlzalton(e) thown In lhe Sd\Ddute, but only
with i'atpl!lct to tlle!r laoal llablllty fo, actt or
. amfta!ona cif I peraon for whom l18blllty
Covarage It tfforded under thle poll~.
P. The additional fntured named In 118 Scftedute or
l)edaflldanl la noJ requlied tu pay f9' •n,
promluma alated fn th& polloy ot eamod from the
policy, AIIV retum premium and . any dMdand, If
epplloablt. declartd oy ua th all be paid to~.
'• ...
c. Yo11 •11 authorized to acl fOt lha .11ddluon11
tneumd named tn the 8dledule or OtMilntton• l" all
macter. paltalnlng to this ln1Utance .•
D, Wo wlll moll tho a.ddlefgnal lna111ed no,.,,elf In tho
Schedule or Dac:larallon1 notice of 1ny
cancellatlon of lhlt pollay. If we cencel, we wt!I
give 10 days notice to tha addlUonal lnturad.
E, The addNforral Insured named In tho Sdledul& or
oee1arauon, WII retain any rfghl ot r~DYery .. •
clalmanl undar lhlt policy.
CA04030$0• (c) ISO Prope,tlu, r,u,.. 2003 Pag•1 of1
POLICY NUMBER: 46 UBN QT0964 COMMERCIAL AUTO
CA 20 89 01 04
THIS ENDORSEMf!N"'t CHANGES THE POLICY. PLF-ASF. RF.AD IT CAREFULLY.
TEXAS CHANGES IN TRANSFER OF RIGHTS OF
RECOVERY AGAINST OTHERS TO US
(WAIVER OF SUBROGATION)
Thia endoraamMI modlff6s Insurance provlcfed under lha followtng:
BUSINESS AUTO COVERAGE FORM
auerNeee Avro f"HV810AI. DI\Mi\Oe OOVERA<Jll FOnM
OARAGECOVERAGEFORM
MOYOR CARRIER COVERAGE FORM
TRUCKERS COVERAGE FORM
With respect to coverage provided by U\11 endorsemant. tha provl1lon1 of the Coverage Fonn apply unl,11
modified by the endorsement.
Thie endorsement ch11nse• Iha polley effaellve on Iha lncepUon date or lhe pollcy unt~11 another dale II Indicated
below.
EndOJlemenl EffeGttve:
07/U/2010
Named Insured:
LANDMARK STRUCl'URBS I, LP
SCHEDULE
Nam• Of Pttraonf •Io, Orgnnltatlon(•)•
BLANKET WHEN REQUIRED BY WRITTEN CONTRACT OR AGREEMENT
Additional Premtum INCLUDED
(If no entry eppeara above, lnformaUon reqlllre<I to oomp1a1e thla andoraement Wlll be ahovm In Iha Dacraratlona
as applloeble to 1h11 andon;ement.)
The Tra11,rw ot' Rlghla Of Rtcovery A9.Jn1t Othei. To ua CondlUon doe, not epply ti, the person(a) or
organization(•) tl\own In u,e Sclledult, we WIii retain Uta ecun11one1 pttmtum enown above, regardla11 or any ea,ty
lermfnaflon cf th11 endorsemaot or 1h9 polk:y.
CA20H0804 (C) 180 ProJ)elltt, lno., 2009 P~ga 1 Oft
r"" ..
a
0
0
~ -= ~ = ~ ....., == = II:'!!!! -~ -!!!!!!"!II -iiiiil
c==I
~
~
llili:il -~ = ~ ,__
iiiii
!liiii:::i = ~ ...... =-.:;;;:a
~
THIS ENDORSEMENT CHANGES THE POUCY. PLEASE READ IT CAREFULL. Y.
TEXAS WAIVER OF OUR RIGHT TO
RECOVER FROM OTHERS ENDORSEMENT
Polley Number: 4 6 WE Q'l"O 9 6 2 Endaraernenl Number:
C:ffeG11VO Date; 07/1412010
Named Insured and Addre•e:
Cffectlvo hour ls tho •am• aa slated on the Information r~ge of the polfoy.
lJ\NDMAlUC S~RUC~URBS
1,,s WUUIOI<: ROAD
FORT WORTH, ~X 76177
This endorsement applies only ta 1he Insurance provrded by the policy because Texas Js shown In Item 3.A. cf
the lnformQtlon Pngo.
We have the right to recover our payments from anyone llable for an Injury covered by this policy. We will not
enforce our right against the person or organization named In tho Schedule, but this waiver applies only wfth
respect to bodily ln]ury arising out of the operations described in the Schedule where you are required by a
written contract to obtain 1n1s waiver from us.
This endorsement shall nal operate dlrec11y or lndlreclly to benefit anyone not named In tho Schedule.
The prumlum for this endorsement Is shown In fhe Schedule.
SCHEDULE
1. ( ) Specific Waiver
Name of person or organization:
(X) Blanket Waiver
Any person or organization for whom the Named Insured has agreed by written contract ta furnish this
waiver.
2. Operations:
3. Premium:
Tho promlum chargo for 1h13 cndor:icmont shall bo 2 porcont of the premium developed on payroll
fn connection with work performed for the above person(s) or organlzatlon(s) arising out of the operations
described.
4. Minimum P,emlum;
5. Advanced Premium:
Form WC 42 03 04 Prlnlad In U.S.A.
Process Date: 07/29/09
,;{d. /Ml u;,k_,
Counter.,lgned by ___ /-+-/ f, __ 'Mf __ 0 _ ___,~,_.,.,.___,.---,---....,..-,,,.-
Autharfzed Representative
Policy E,cpirat1on Date: 07/14/2011
LANDMARK STRUCTURES I, L.P.
POLICY N.UMB.ER: 4G c QT0963 COMMERCIAL GENERAL LIABILITY
CG 020512 04
THIS ENDORSEMENT CHANGES 'THE POLICY. PLEASE READ IT CAREFULLY.
TEXAS CHANGES· AMENDMENT OF CANCELLATION
PROVISION.S OR COVERAGE CHANGE
Tnls endorsement modlfie·s lnsuranee provided under the following:
COMMERCIAL GENERAL LIABILITY COVE:RAGE PART
LIQUOR LlABILIJYCOVERAGE PART
OWNERS ANO ¢QNTRACT0RS PROTECTIVE LIABILITY COVERAGE PART
POLUJTION llABIUTY COVERAGE"PMIT
.PRa:>UCT WITHP~AWAL COVERAGE PA~T
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
RAll,.ROAQ PROTl;CTIVE LIAl3lUTY COVERAGE PART
Jn toe event Of ·canqe)latfon or rn~tertai change that .reduces or restric.ts the lnsura_QCe afforded t1)' this Coverage
Part, we agree to mall ptlor written notice Of cancellation or material cha nae to:
SCHEDULE
1. Name: BLANKET .AS REQUIRED BY CONTRACT
2. Address:
3. Number of days advance notice: JO
!ri~rmafJQ~J~q1:1irodto 9Q!TIPIC>t9 .thiQ S.phcduJc, lf.not ehown obovo, v,,111 .bc ~ho.wn in tho Oocioratlone .
CG 02 051204 (o)'ISO Properties, Inc., 2003 Page 1 of 1
POLICY NUMBl:!R: 46 UBN OT0964 COMMt!"CIAI.. AUTO
CA02 44 OD 04
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULL V.
TEXAS CANCELLATION PROVISION OR
COVERAGE CHANGE ENDORSEMENT
Thia endorsement modlRes rnsumnce provided under tho followlng:
BUSINESS AUTO COVERAGE FORM
GARAOECOVERAG~FORM
MOTOR CARRIER COVERAGE fORM
TRUCKERS COVl!RAGE FORM
With re11peot to coverage provided by this ondoreement. the provisions of the Coveragv Form apply unle11
modlRed by the endoreement,
Thf• endortom•nl 011111nga. lho polloy •ff•ollv• on lho lnoopUon dato of th• polloy union •notnor dGto lo lndlo,itod
below.
f:ndorsement Effective: 07/14/2010
Named ln1urad:
LJOO>MUX 4TRUCTURH I, LP
(AUlhorlzed RepresentaUve)
Number of Day,' Notf o • 3 o
Name Of Per8on Or Org1nJzatlon ni..ANK&'l' lfffRRB Rt:QUIRl:D BY OONTRACl',
Address
1r this polloy 11 canceled or mattrlelly ohe.ngod to reduc. or realrlct coversg&, we wlll maa notice of oanc,lhtUon ar
change to tho peraon or organlzallon named rn the &vtiudula. w, wUI give the number or day't notlco Indicated In
the 6ohedut•.
CA02440004 (o) ISO Propertle,, rno., 2003 Page 1 of 1
11'1
IJ')
rl
0
0
-;.=:::r -iiiiiiiiiii --,a;;;;;;;;;;;;
l:::::t -!!!
a=!!! -~
liiiiil == ==a == -==---~
""""""' I!!!!!!!!!!!!!! -1::::::1 -iii
~
liiiiiiil
-===:I -= ~
l!!!!!!!!!!I :.:...:.:
-==:II
liiiii
t:::::::I -== = =
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULL V.
TEXAS NOTICE OF
MATERIAL CHANGE ENDORSEMENT
Policy Number: 46 WE QT096l Endoraement Number: 02
Effecnve Dato: 07/14/lOIO Effective hour la the same aa 1tatad on the Information Page of lhe pollay.
Named fnsured and AddreH: LANDMARX STRUCTURES
1665 HARMON ROAD
FORT WORTH, TX 76177
This endor..ement applies only lo the Insurance provided by th• polloy beoau:s• Toxoa le ahown In Item 3.A. of the
Information Page.
In the event ol cancellation or other materlal change of the pollcy 1 wa wlll mall advance notice to the person or
organization named In the Schedule. The number of daya advance notice ls shown fn the Schedule.
This endor&emant shllll not operate directly or lndlrectty to benefit anyone not named In the Schedule.
1. Number of days advance notice: 3 0
2. Notice wlll be malled 10:
AS REQUIRED BY WRITTEN CONTRACT
Form we 42 OG 01 Printed In U.S.A .
Process Date: D4/20/10
SCHEDULE
Polley Expfretlon Date: 07/14/20111
CONTRACTOR COMPLIANCE WITH
WORKER'S COMPENSATION LAW
Pursuant to Article 8308-3.23 of Veron 's Annotated Civil Statues, Contractor Certifies
that it provides worker's compensation insurance cov erage for all of its employ ees
employed on City of Fort Worth Project Number P265-601180064580.
STATE OF TEXAS §
COUNTY OFT ARRANT §
Landmark Structures I, L.P .
By Landmark Structures M ~rg{;iment, Inc.
General Partner
CONTRACTOR
Vice President
Title
November 17, 2010
Date
B E FORE M E, the undersigned authority , on this day personally appeared
E ric Lamon known to me to be the person whose name is subscribed to the fore going
instrument, and acknowledged to me that he executed the same as the act and deed of
Landmark Structures I, L.P. for the purpose and consideration therein expressed and in
the capacity therein stated .
GIVEN UNDER MY HAND AND SEAL OF OFFICE this 17th of Nov ember
201..Q,,
Notary Public in and for the State of Texas
M y commission expires 9/30/12
Pa ge I Of I
PART G-CONTRACT
THE STATE OF TEXAS §
COUNTY OF TARRANT §
THIS CONTRACT, made and entered into this 11 day of November 2010 by and
between the City of Fort Worth, a home-rule municipal corporation located in Tarrant
County Texas, acting through its City Manager thereunto duly authorized so to do , Party
of the First Part, hereinafter termed "OWNER" and Landmark Structures I, L.P .. 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:
Safety and Regulatory Improvements to Forth Worth Water Storage Facilities
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 Documents , which include all maps , plats ,
blueprints and other drawings and printed or other written explanatory matter thereof, and
the specifications thereof, as prepared by the Engineers employed by the Owner, each of
which has been identified by the endorsement of the Contractor and the Engineers
thereon, together 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 evidence and constitute the entire contract.
G-1
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
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 funds 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.
ATTEST :
Marti, Hend ·x, City Secret
(SEAL)
-WITNESSES:
Diane Gent
have executed this
City of Fort Worth, Texas (Owner)
Party of the First Part
By~~.
Fernando Costa., Assistant City Manager
Contract Authorizatioa
I\J1lo!10
Date
Landmark Structures I, L.P.
Structures Manageme ,
General Partner
By: Eric Lamon,
Approved for the Fort Worth City Water Department: ;;:_w ~
S. Frank Crumb , PE , Water Director
G-2
OFFICIA L RECO RD
CITY SECRETAR~4
FT. WORTH, TX
CITY OF F4RT WORTH TE�AS
SAFET� AND REGULATORY IMPROV�MENTS TO
FORT WORTH WATER STORAGE FACILITTES
PROJECT # P265-601180064580
1 1
�
�
�s� �,� � �;s :
� �: �
� � y
� - _
��, = �� _,
�;
�:.: ,
CITI' OFFICIALS
MAYOR MAYOR PRO-TEM
MIKE MOI�iCRIEP DANNY SCARTH
COUNCIL MEMBER5
W.B ZIIvIMM�.EREMAN CARTER BURDETTE
KATHI.EEN HICKS JOEL BURNS
JUNGAS JORDAN SALVADOR ESPINO
FRANK MOSS
CITY MANAGER
DALE A, FISSELER> P.E.
S. FRANK CRUMB, P.E.
DIItECTOR
WATER DEPARTMENT:
ANDREW CRONBERG, P.E.
ASSISTANT DIRECTOR
ENGINEERING &
FISCAL SERVICES
WATER DEPARTMENT: C
CHARLY ANGADICHERIL
ASSISTANT DIRECTOR
PRODUCTION DIVISION �
WATER DEPARTMENT:
/
�
C�'��'
s � ��
Date � � � j �
�
� �� (�
Date
Date � �� , ��
INDEX OF DRAWINGS
SHEET NO. DESCRIPTION
1 TANK ELEVATION & ROOF PLAN
ARMSTRONG EST.
2 TANK ELEVATION & ROOF PLAN
CALMONT EST.
3 TANK ELEVATION & ROOF PLAN
COMO CiST.
4 TANK ELEVATION & ROOF PLAN
LAKE COUNTRY EST.
5 TANK ELEVATION & ROOF PLAN
MEADOWBROOK EST.
6 TANK ELEVATION & ROOF PLAN
NORTHWEST PST.
� ELEVATION 8z PBDESTAL LADDERS
SUN COUNTRY EST.
g FLUTE COLUMN LADDER & ELEVATION
9
10
DETAIL5 I
DETAtLs II
�\\\�����Ett� Fl t T� f� r�rr
1� ��"� � � � � �'qsfrii
-�- �Ir.•' �.* �%
' *: � �'.* j
,- ...................... r
r BAHRAM NIKNAM �
r.. ...
� �� �53254 . ,
��,�� DELTATEK ENGINEERING
RFAISTRATTON NUMBBR: F-0419
crvn. s�euc�vitn[. Et.�cia[cat. r.�vmorrn�nrac
- ]4114 DALLAS PARKWAY, St3P18484
nnu.ns,'re�c.as �s2sa
NOTE:
THESE DRAWINGS CONFORM TO
INFORMATION PROVIDED HY Tf�
CITY OF FORT WORTH WATER DEPARTMENT.
JUNE 2010
NORTHWEST EST
3216 .0.ZC.E AVE.
FORT WORTH, TEXA3
MEADOWBROOKESC
4601 BRIDGE ST,
FORT WORTH, TEXAS
%
�
E
z
�o
= E
`c�
3 a �
o�o
amo
�xo�
�
0
v
REMOVE EXISTING
PLATFORM AND
INSTALI NEW ACCESS
TUBE EXTENSION
THROUGH THE ROOF
1--o-O -
�-�--
�-- -----
ROOF PLAN
SCALE:NTS
SECTION A A
s��:�
�
v
INSTALL NEW 24' DIAMETER 42 �
HIGH HANDRAIL WITH KICK PLATE
�-
e8
INSTALL NEW 16" STAINLESS
STEEL WET LADDER WITH SL
ESISTANT RUNGS AND
ANTI-FALL
D&E
8
fEND EXIST. HANDRAIL TO
HIGH AND ADD KICK PLATE
�
�
�
D&E
s
INSTALL NEW 16" CARBON
STEEL DRY LADDER WITH SLIP
RESISTANT RUNGS AND
ANTI-FALL
REROUTE CONDUIT OFF
LADDER BRACKETS
es
NOTES:
1. INSTA�L 6" HANDRAIL EXTENSION
2. INSTALL KICKPLATE
3. ENLARGE OPENING TO 30" X 30"
4. INSTALL STEEL PLATE HINGED
COVER OVER OPENING
5. ROTATE NEW DRY WELL IADDER
90° TO AVOID INTERFERENCE
WITH HATCH
EXIST. TANK ELEVATION SHOWING LADDERS AND PLATFORMS
SCALE:NTS
ELECTRICAL NOTES:
1. REROUTE CONDUIT AND CABLES FROM LADDER BRACKETS TO NEW
UNISTRUT MOUNTING BRACKETS.
2. REPLACE ALL DAMAGED CONDUIT AND WIRING PER SPECIFICATION 16050.
3. SCADA REPEATER ANTENNA LOCATED ON THIS TANK MUST REMAIN IN
SERVICE DURING RELOCATION. COORDINATE THIS ACTIVITY WITH MR.
JC TOLSON AT 817-991-8498.
GENERALNOTES:
1. THE CONTRACTOR SHALL F�ELD VERIFY THE DIMENSIONS AND
LOCATIONS OF ALL NEW AND EXISTING TANK COMPONENTS SHOWN.
2. THE CONTRACTOR SHALL MAKE AlL REQUIRED ADJUSTMENTS TO
THE LOCATIONS AND DIMENSIONS FOR ALL ITEMS SHOWN OR
INDICATED ON THIS SHEET BASED UPON THE RESULTS OF HIS FIELD
VERIFICATION. ANY ITEMS THAT ARE FABRICATED AND FOUND TO BE
DIMENSIONALLY INCORRECT OR CANNOT BE INSTALLED AT THE
DESIRED LOCATION ONCE IN THE FIELD, SHAIL BE RE-FABRICATED
OR CORRECTED TO THE SATISFACTION OF THE OWNER.
3. PAINT ALL AREAS AFFECTED BY CONSTRUCTION PER
SPECIFICATION 09900.
� �.1,TATF .
-_ .
/�`
�`ro �
�
�
� � �
� �
� Z �
'u u
y �
� Y �
2 F � -
H y F Z � �
O Z
� � O 6 a �
m 0
� m � � F
V 3 � " �
� > o s
\o o z a. a o/
�
�`
C� �
a�
W
WW�-7�aa
1--1 W}' r rn U
� �
C7 3��=
W��o� d
H��
A�°�az'
1�1 F:¢ .Q.7 a � 3
(��,�„ �p°" 3
��A
F--� �
W
A
� �
_
g �`��
�oW�
� °���
O�jQ�U
�W��u�..�
0
�
O��O��
�--' � Z Z O �
>�aW�O
� �
wa� jw0
Y QpQ}
� � � � U
�
�
\
SHEET NO.
1
OF 10
�
�
�
/
w
0
�
�
E
E
z
NE
3a
LLm�\
1NSTALI NEW 24' DIAMETER 42"
HIGH HANDRAIL WITH KICK PLATE
�
a
M
O
c�
(7
<1'
�
0
0
ti
EXIST. VENT e
C
8
- D&E
iai* 8
ipltl
H
oiH INSTALL NEW 16" STAINLESS
�$�_��� + � p io�i°+ S7EEL WET LADDER WI7H SL1P
iui� RESISTANT RUNGS AND
i�iH ANTI-FAIL
iHl�
�
��
��
�
w,
FINISH GRADE � �
� D&E
8
INSTALL NEW 16" STAINLESS
STEEL WET LADDER WITH SLIP
RESISTANT RUNGS AND
ANTI-FALL
ioi„
���� RELOCATE CONDUIT & CABLE
iuiN � OFF LADDER BRACKETS
im
IHI
_� eN - 9 INSTALL NEW 16" CARBON
° STEEI DRY LADDER WITH SLIP
°�, RESISTANT RUNGS AND
tl G & K ANTI-FALL
N 9
0
p � -- (AND 30LACC SS ATCHESFORMS,
� \\
N
° D&E
x
p � $
� / � � � INSTALL NEW 16" CARSON
\� STEEL DRY LADDER WITH SLIP
g� RESISTANT RUNGS AND
H \ � � ANTI-FALL
n
H
0 �
nRELOCATE CONDUIT & CABLE
H / �OFF LADDER BRACKETS '
� "� s
/
TANK ELEVATION
SCALE:NTS
GENERAL NOTES:
ROOF PLAlV
SCALE: NTS
1. THE CONTRACTOR SHALL FIELD VERIFY THE DIMENSIONS AND
LOCATIONS OF AL� NEW AND EXIS7ING TANK COMPONENTS SHOWN.
2. THE COt37RACTOR SHALL MAKE ALL REQUIRED ADJUSTMENTS 70
THE LOCATIONS AND DIMENSIONS FOR ALL ITEMS SHOWN OR
INDICATED ON THIS SHEET BASED UPON THE RESULTS OF HIS FIELD
VERIF1CATfON. A(�3Y ITEMS THAT ARE FABRICATED AND FOUND TO BE
DIMENSIONALLY INCORRECT OR CANNOT BE INSTALLED AT THE
DESIRED LOCATION ONCE IN THE FIELD, SHALL BE RE-FABRICATED
OR CORRECTED TO THE SATfSFAC7fON O� THE OWNER.
3. PAINT ALL AREAS AFFECTED BY CONSTRUGTION PER
SPECIFICATION 09900.
4. REROUTE CONDUIT AND CABLE OFF OF LADDER BRACKETS.
5. ROOF SAFETY RAILING MUST BE FABRICATED TO AVOID INTERFERENCE
WITH BOWL EXTERIOR RAFTERS.
6. SECOND LANDING TO BE LOWERED TO ALLOW It3STRlLAT10N OF 42"
HIGH RAILING AND ALLOW 2' OVER RAILING FOR WORKSPACE.
� •.LTAT�
-
��`
-
u
z
a
z
O
z
�
F
S
J
O
}
�
z
V
A
\Q
%
1
�
�
�
�
�
�
O
Q
w
J
W
Z
H
�
/
�
0
z
r
z
U
Z
Y
6
F
fl
j}
❑
3
>
�
0_'
O
Q
NJ
W �
O�
��
J Z
QQ
t� �
W
�
�
�
�
>
�
�
�
�
�
W
w
�
a
�
�
W
J
Q
LL
Wrn
V
�
0
�
1.1J
Q
�
��j
f� o
�, �
�� �
W H
� a a
�w>'�� �
Z����c
� U
��
W Z y F `� v
o Nw�
E"'�Ea'-<4x 3
a a
��oa
� �
a��
W
Q
SHEET NO.
2
OF 10
\
�
C/�
X
W
H
_
�
�
�
O
�
�
H
U
�
�
J
%
0
i
E
E
`��" E
3 �
�m�
LLxa �
EXIST. VENT (TYP.)
EXIST. TANK
� CORNICE (TYP.) �
'' E _EV. 768.00 �
H
12
REPLACE EXIST. 30" HIGH
— HANDRAIL WITH 42" HIGH
HANDRAIL AND KICK PLATE
STEEL PIPE
COLUMN (TYP.)�
+�
�
� 30"STEEI PIPE�
EXIST. OVERFLOW 'O'
ELEV. 728.50
RING BEAM ��-���co_o=o_o_.co=o_o_e_o_o:oco:o_o-o.o.�
36" MANWAY
WITH A-FRAME
HINGED
SUPPORT
_�
,_
TANK ELEVATION
SCALE:NTS
�
�
36" ROOF HATCH
AND ACCESS IADDER
STAIRS
42" INLET/OUTLET
�,
0
�
---=i=—
i
ROOF PLAN
SCALE:NTS
GENERA� NOTES:
1. THE CONTRACTOR SHAIL FIELD VERIFY THE DIMENSIONS AND
LOCATIONS OF ALl NEW AND EXISTING TANK COMPONENTS SHOWN.
2. THE CONTRACTOR SHAIL MAKE ALL REQUIRED ADJUSTMENTS TO
THE �OCATIONS AND DIMENSIONS FOR ALL ITEMS SHOWN OR
INDICATED ON THIS SHEET BASED UPON THE RESULTS OF HIS FIELD
VERIFICATION. ANY ITEMS THAT ARE FABRICATED AND FOUND TO BE
DIMENSIONALLY INCORRECT OR CANNOT BE INSTAL�ED AT THE
DESIRED LOCATION ONCE IN THE FIELD, SHAL� BE RE-FABRICATED
OR CORRECTED TO THE SATISFACTION OF THE OWNER.
3. PAINT ALL AREAS AFFECTED BY CONSTRUCTION. REFERENCE
SPECIFICATION 09900. 4„� �n ,��
���x,� �
�
� u �
z z
� _ _
z z -
i z
y w � G
� � r � � �
� o z
o-, o < > �
0 0
� � � < E
u 3 " t
� �
%n Q C p t-
\� 0 c � 0
•
� .l\\\iiii»u�,. \ _
�
�
_
� �
J � �> W �
O � > J F�-
�--' F.—, _
Q�U=
�S �� O W �
O���Q�
�-�����
> V Q W O �
w >-' � �
w W jw0
Y QOQ>-
� ���(�
�
�
i
�
�
t���jjj7
� o
�
��
W v H
�j � � a
I-1 W �' � o, U
C7�3��=
(�� �, � �
z �E-v�
O � � v
H t-�� ¢ ¢ x 3
�� o
A �
a�a
W
Q
SHEET NO.
3
OF 10
�
�
�
r
�
E
E
z
� E
3yv�i
�x� \
EXIST. ROOF
ACCESS HATCI
EXIST.
OBSTRUCTION
LIGHT
e$
INSTALL NEW 24' P142" HIGH
HANDRAIL WITH KICK PLATE
VENT
�
ACCESS
TUBE
INSTALL NEW 16" STAINLESS
STEEL WET LADDER WITH SLIP
RESISTANT RUNGS AND
ANTI-FALL
D&E I8
l �
�--,.,.,.,-
V
� `�
� ��T
I p�l-� _
I �I II
q �i
U I�
U ii 2�-7 vz°±
� 4 i�
p� +
I 4 I �'
p ii � �
p ii ° �
�� i� --
i p i� —
I u ii �
I� II
i
+, +
��
��
��
�o
���� INSTALL NEW STAINLESS STEEL
ii i .
� �� � SAFETY CHAIN ON THE LADDER SIDE
�
\' �.
i�_^ —
� 41f OF THE PLATFORM
9 I�
q ��
ACCESS TUBE �� �) INSTALL NEW MANDOOR BETWEEN'
THE RISER AND WET AREA
�FLUTED COLUMN
e\ �'---
a
INSTALL NEW ROUND BAR
ANTI FALL DEVICE
- REROUTE CONDUIT OFF
EXIST. � LADDER BRACKETS
LIGHTS -z 1
EXIST. � e
MAN DOOR 9
II
1. SPECIFIC DETAILS AND DIMENSIONS FOR THIS EST ARE NOT AVAILABLE.
CONTRACTOR TO FIELD VERIFY BEFORE BIDDING.
TYPICAL TANK ELEVATION
SCALE:NTS
�PLATFORM '�
`\ �\
ELEVATION
sc.v.s: rrrs
' es
NEW 32" HATCH
NSTALL NEW 18" VANDAL
tESISTANT VENT
e8
EXIST. AIRCRAFT
WARNING LIGHTS�
%
�
EXIST.
OVERFLOW PIPE -
ROOF PLAN
SCALE:NTS
�O + �\
\:.
�
U U �Z Z
C
z z �
U V
��i w
Y Y �
o G �
~ � � � 'o z
o , o < � ;
r ��
o c � a f
v 3 3 � � +'
� > o Q
+ o o z � - o
�
. 1
� �������uuUllqr
1
�\{[�.Z;�y3ti��l� `
� �?•''�' : i: c � e j
� .Y. +�{..J� �
�„ �:„ ':�r
���:S:n ^:i.J
///1����Ifltlltinio�����y` v
�
� �
Z � � �
�
g �ow�
o�O��IW-
OW��Q=
������
°��" WOWO
O=��C��'
F'- U Z Z ��
> WQ W � O
WY}� �
W J W j W O
SP'LASH ADCRETE � Q � Q}
����v
�
GENERAL NOTES:
1. THE CONTRACTOR SHALL FIELD VERIFY THE DIMENSIONS AND
LOCATIONS OF ALL NEW AND EXISTING TANK COMPONENTS SHOWN.
2. THE CONTRACTOR SHAIL MAKE ALL REQUIRED ADJUSTMENTS TO
THE LOCATIONS AND DIMENSIONS FOR AlL ITEMS SHOWN OR
INDICATED ON THIS SHEET BASED UPON THE RESULTS OF HIS FIELD
VERIFICATION. ANY ITEMS THAT ARE FABRICATED AND FOUND TO BE
DIMENSIONALLY INCORRECT OR CANNOT BE INSTALLED AT THE
DESIRED LOCATION ONCE IN THE FIELD, SHALL BE RE-FABRICATED
OR CORRECTED TO THE SATISFACTION OF THE OWNER.
3. PAINT ALL AREAS AFFECTED BY CONSTRUCTION PER
SPECIFICATION 09900.
� •.LTATF .
♦
/ `
�-
�
/
�
�
\
����jjj
� o
�
� �
w
W�J���
I��i � � N � c�
W �- � a.
C7`°3��`°
zaa�P `
(�z aE-v3
o vi u-1 v
W�"»oa
H�ao°x-3
��o
� �
� d:
W
Q
SHEET NO.
4
OF 10
J
�
�
�
E
E
r
� E
3yin
�xo �
105'-1" t O.D.
EXIST.
HANDRAIL EXIST.
EXIST. VENT � HATCHES
u�
i
un
u ��
nn
un
nu
II 11
II II
II II
uu
un
un
� ii
6 ii
— —, — nu � '�
i'u
\ Qu
1 II
� II
,\\� _ � � � I' _
�
�
�
�
�;.
�
0
a
FINISH GRADE
� —
� INSTALL NEW LADDER UP
ANTI-FALL EXTENSION FOR
I DRY & WET LADDERS
-� ,
/
,��� �—��
��
��
,�
�
,,
��
,,
,�
,�
�;
,,
rt
n
0
A
i
li
i',
u
i.
�
� — -� �-- ,
�— EX1ST. 2`-0" X 4'-0" DOOR
TANK ELEVATION
SCALE:NTS
ROOF PLAN
SCALE:NTS
GENERAL NOTES:
1. THE CONTRACTOR Sl-iALL FIELD VERIFY THE DIMENSIONS AND
LOCATIONS OF ALL NEW AND EXISTING TANK COMPONENTS SHOWN.
2. THE CONTRACTOR SHALL MAKE ALL REQU�RED ADJUSTMENTS TO
THE tOCATIONS AND DIMENSIONS FOR ALL ITEMS SFiOWN OR
INDICATED ON THIS SHEET BASED UPON THE RESULTS OF HIS FIELD
VERIFICATION. ANY ITEMS THAT ARE FABRICATED AND FOUND TO BE
DlMENSIONALLY �NCORRECT Oft CANNOT BE INSTAItED A7 THE
DESIRED LOCATION ONCE IN THE FIELD, SHALL BE RE-FABRICATED
OR CORRECTED TO THE SATISFACTION OF THE OWNER.
3. PAI(VT ALL AREAS AFFEC7ED BY CONSTRUCTION PER
SPECIFICATION 09900.
- - - �
z z �
�
i i ,�
U V
+�i w
< y a _
r � � ° G �
- Z o i
o ., o �t a �
� �
�
� 'o w s E
i z 3 y z
� u
Y �
\ o o a a � o
� ,��� ..,.,uum„ �1
\
�
�
�
�
/
\
_ f�
V1,J' v,
� L.1� O W �
�F-O�JhW-
� W Q � U =
oZS��O W �
Om�O��'
i=-�zZp�
> pa W tj �
}
W �� j w O
Q a�
a `����
� �
�
�
�� Tq �f
/ �
���
�� '
/
�
v o
� �
rn�
(Z� v H
Wq
u. � v`�i o
cvo E
� W %' r rn U
C7"'3�"=
� n d
M
� � y
j�zaF�°v«?
WO ¢`'Z.o
E""� � ¢ � x 3
��,Ao
C7 v
a��
w
Q
SHEET NO.
5
OF 10
/
G
�
E
r
� E
3 a
�m �
�x� \
%
LOWER EXISTING LANDING
18" & INSTALL NEW 42" _
HANDRAIL ��NSTALL NEW KICK PLATE
ON EXISTING HANDRAIL
EXIST. VENT
li
"v
co
0
M
v
\\
1� ���_ �„��
' x
B
a
� p
� p
n
n
n
H
�
�8
D&E
8
INSTALL NEW 16" STAINLESS
STEEL WET LADDER WITH
SLIP RESISTANT RUNGS AND
ANTI-FALL
�� RELOCATE CONDUIT & CABLE
OFF LADDER BRACKETS
I
g INSTALL NEW 16" CARBON
STEEL DRY LADDER WITH SLIP
ESISTANT RUNGS AND
G $ K ANTI-FALI
9
INSTALL 2 NEW '
5 X 5 PLATFORMSt
+� , - \ �� j AND 30" ACCESS HATCHES
`° ' n
o `
� n
� n D&E
u 8
H �
ti p /
� �� INSTALL NEW 16" CARBON
� STEEL DRY LADDER WITH SLIP
' y/ \ RESISTANT RUNGS AND
�' � ANTI-FA�L
o �
++ n �
� H RELOCATE CONDUIT & CABLE
m N \ �OFF LADDER BRACKETS '
FINISH GRADE � p �
� I 9
D&E �MH
8
INSTALL NEW 16" STAINLESS
STEEL WET LADDER WITH
SLIP RESISTANT RUNGS AND
ANTI-FALL
TANK ELEVATION
SCALE:NTS
GENERAL NOTES:
ROOF PLAN
SCALE:NTS
1. THE CONTRACTOR SHALL FIELD VERIFY THE DIMENSIONS AND
LOCATIONS OF ALL NEW AND EXISTING TANK COMPONENTS SHOWN.
2. THE CONTR,4CTOR SHALL MAKE ALL REQUIRED ADJUSTMENTS TO
THE LOCATIONS AND DIMENSIONS FOR A�l. ITEMS SHOWN OR
INDICATED ON THIS SHEET BASED UPON THE RESULTS OF HIS FIELD
VERIFICATION. ANY ITEMS THAT ARE FABRICATED AND FOUND TO BE
DIMENSIONALLY INCORRECT OR CANNOT BE INSTALLED AT THE
DESIRED LOCATION ONCE IN THE FIELD, SHALL BE RE-FABRICATED
OR CORRECTED TO THE SATISFACTION OF THE OWNER.
3. PAINT ALL AREAS AFFECTED BY CONSTRUCTION PER
SPECIFICATION 09900.
4. REROUTE CONDUIT AND CABLE OFF OF LADDER BRACKETS.
5. ROOF SAFETY RAILING MUST BE FABRICATED TO AVOID INTERFERENCE
WITH BOWL EXTERIOR RIBS.
6. SECOND LANDING TO BE LOWERED TO ALLOW INSTAlLAT10N OF 42"
HIGH RAILING AND ALLOW 2' OVER RAILING FOR WORKSPACE.
�
z z �z z
z z -
U U
Z Z
� Y u
o G
r � � z " �
o , o z � �
m d �
� 9 o s �
�
u 3 y " � "
�, < � o Q
\o o z � W o
�
�\\\����#\\Lllllit�l O
��..•:Q:•-.?a,� �
�' �z: o�:
.�w: :Y. 3i'.J%
i �K Z:n „�=r ^
% u�:�• �:n ,- ^
:�:� a:,—
/�i �+"•. � a: !.a'��'� �
\
�
�
�
F— Q
N �
W
N W
LIJ �
_ �
� Z
�a
� �
Z W
�
�
_
�
>
�
Q
�
�
�
z
w
W
�
�
�
�
\
Z
J
�
LL
O
�
Z
�
i
W
J
W
z
H
�
�
�
J
Q
LL.
L1J
�
�
0
�
W
�--'
>
C�
� �
a �
w
w�»
� a N � � �
w>"�o.
�
z��X��
�
W � a F a �
�� N ¢ � v
f=¢.aa� 3
� F^ ¢ p °' 3
�� o
r- � �
W
Q
�
W
_
�
�L
1�
�
�
�
�
f-'
U
�
�
�°'��� � /
SHEET NO.
6
OF 10
File: P:�Forl Worth Cily Pmjects�5olety ond Regulatory Improvemenls\Drowings�Sun Counlry.dwg � Release: i7.Os (LMS Tech)
Xrefs: Border,dwq Slalion: jsimon
O6/10/10 09:00
/
118'-6"t
W N �
cn'9ppp<Z-i-Ir-I jn
mZ�umi���mrn�m Z
n�O�ZTinrC�Dc� ITI
„>�mmc�-Di�o�� :CJ
-DIDm�Z-�p-D-��Z� I_'
ZmrnD�?zZCDi�CDi Z
����I-�Z=(n�D� �
o..D�OZn"<fnZ�J�� —)
o"n-ip0-icno=z= Ill
m2 �m=pymy (n
c�mn��m-r�r
m�mm��m�D�
D C�--� Z�ZT
�"�z-�207cnD�m
m� yD
-C�=�-.�cnOmrn�
mZ x
nmm�Dp�D�<
z�rnZm���Z�
�ZVODZ�m��
n�Cn W �-i�pD2
�=DrnDm�m�m
zm'-vZimm��o�
m�mDyC���Z
�mmmv�p�z0
ADDO���Z(Zn
z
:U�Z=pZ�Z
Dmv�n��=o
m am O�
� mo z
��r
�,' ��,; �
���
� %
1" MIN.
�y
���
�x
r
�
�
H
�
Z
� F�
�O
H �
�
b
�
m
x
� - _� --- -
� - ---- ---- -- _ �,�
o------- - --
X ---__---- ----- ---_ —
o —
� -------
� __- --- - --- -
� �--_ _ ---------
� -
� -
0
o---- ----
o- ---- —
� �
�-- E
�__—__--- -- _ -
�--
� /,
�,--- �—' i
r =
/ o
o�
_ o
�--r==�
�+
z
- — _ �n
— . o
' m
,-�,..-..�-.��,.. �a- -- -- - ---- ----- �------
�
�...----, -------,----- --- ---- - ------ - ----- -
— _
--- -----
- --- —
�—"�.--- �,
m- - ----_ --
x---- --
� - -- ----=,- --
�
� �_= �-� --�_--__-----____�_ --_ -- �. \
rn - — - -------
X
� \
A
�
D
Z
O
O
O
�
�
- —!
p s DELTATEK ENGINEERING
� � � REGISTRATION NUMBER: F-4419
� -3 14114 DALLAS PARKWAY, SUtTE 480
O O DALLAS, TEXAS 75254
PHONE: 469-374-9800
www.deltatekeng.com
V \
� �
/ �
TANK ELEVATION & ROOF PLAN
SUN COUNTRY EST
SAFETY AND REGULATORY
IMPROVEMENTS TO FORT WORTH
WATER STORAGE FACILITIES
CITY OF FORT WORTH, TEXAS
� C
J �,
m
x
�
�
D
Z
v
�
�
-F
1
m
x
�
�
�
O
O
�
2
�
n
_
nuur� \
�4?l�/�r� /ESIGNEDUY: DELTATtKtNGINEERING
*,
•.* j DW1WN DY; l, SIMON
NIKNAM ,^'.
S{ �"� REVIEWEDBY: DELTATrKENGINEERING
f GF�O?4�p�
• .@_� _/ PLOTSCALE: ASNOTED
£II�CNAME: PROJECTpP265-b011NU0673N0
DATE: IUNE 2010
�
J
Flle: P:\Port Wo�h Cily Pwjecls�5o(ely and Regulatory Improvemenls�Orowings�5un Gounlry.dwq � Release: 17.Os (LMS Tech)
Xrels: Border.dwg Slotion: jsimon
O6/10/10 09:00
�
� i��l�i
n l�.J.�
� F+�
z�
�
y
�"�
�
� 4.r�
� �
H �
�
y
� -
r
�
d -
d
r�
�
�
�
\
--,
.O-._._. ...................... .._._._..._._._._._....._ , �
�=------------------ --�.,wu..._.,..�.,..------.�.,..w,,�o�...��.---...----.�.---�•----,..,�.---��---_.._._...---._....._. ..
-------------------. ,._._._.,�.���-._.
i r '"':. � r ��� f, rr ,!
l_ 6 SPACES C�a. 10'-0" = 60'-0"± �
w � � m D
m
��r
r
zorn
D��
��rn
s1 2 �
�
r�-Z
(/��r
-< z� m
cn m cn
���
���
�m
zm
�r
15'-7 1 /2"t 15'-0"t
- - �
-�i
�
"Tl
"rl
!
m�
�r
��
H �
� �
H
H"'j
�
�
� ��'
` ,' �����", ,,
��'.
OT �
'4 � `�
�
� �
�� �
15'-0"±
N
Z
�
�
�
'rl
�
m�
��
mr
�Z
D�
v�
mZ
-t °
D�
�o
m�
D�
�
m
m
z
�
15'-0"t
- - W
."I1
�
�
�
1'I
'fl
!
- - A
-�
2
�
-�
"I1
"rl
�
�
0
�
�
�_-ii_� _cr-. Y wi��--e�.. � _ __��_�_�=e-��-��--erR.�__��
N
.- �-
V
N
� I+
I
= c�i� ' � D t�i� 3'-6"t
�rnD
i��
�=m
i D �
z
�
�ZD
'�z
=r
rnm
��
�
��
v�
mm
�m
r
�
0
m
5'-1 1/2"t
8'-5 3/16"t
9'-3i16"f
� � FLUTED COLUMN LADDER & ELEVATION �
DELTATEK ENGINEERING SUN COUNTRY EST
t�cisTxnTrorrNUMSEx:F-aai9 SAFETY AND REGULATORY
14114 DD�LASP ��ws 5$�ITE480 ►MPROVEMENTS TO FORT WORTH
PHONE:469-374-9800 WATER STORAGE FACILITIES
www.deltatekeng.com
�\ CITY OF FORT WORTH, TEXAS /
18'-0"t
4D
oZ
��
mD
X �
�r
�z
Z�
�D
v2
��
��
�r
o�
m�
��
-�
m
�
�
�
S
�
�
1'I
?I
�
�
, � ,
DESIGNEUBY: DL•LTATEKL•NGWLEIiING
DRAWN llY: 1. SIM013
REVIEWEU6Y: �ELTAT6KENGINEE2lNG
t
PLOT SCALE: AS NOTED
FILEN.IME: PNOJECTNP265•fi011AU0645N0
OATI:: JUNE2010
� J
%
i
E
E
z
io
.°3 E
3a
�m�
a�o��x
STAINLESS STEEL 16 MESH
SCREENS FOR ANTI-TAMPER
AND INTRUSION INTO VENT
(2 ea.) FLOW PARTITIONS
M(ll INTFfI Tl11 f1WFR PI A'
� � � �
7' L
12' H
I ��
STAINLESS STEEL
SCREEN MESH
O VANDAL RESISTANT VENT
sc.v.e: ivrs
�� ��.
STOP BOLT
5/16 WITH
WINGNUT �
x
�
� ]
�
Q �
2 RE�'D BEIOW �
PLATFORMLEVEL Q
�
z
m
Q �
w
ANTI FALL DEVICE
PIVOT DISMOUNT
NOT TO SCAIE
FOR USE AT TOP OF CLIMB WHERE SLEEVE
MAY NEED TO PIVOT OR BE REMOVED.
�
STAINIESS STEEL
SCREEN MESH
ALUMINUM
BACK UP RING 3
STAINLESS STEEL HARDWARE
7/4' x 1.00'I28 THREAD (12ea.) �
0
0
I.D. VENT OPENING
SIZE VARIES
�
0
i�
ANTI FALL DEVICE
PNOT�EST PIECE
NOTTOSCA E
R41L
I
\
2 REQ'D � _ �— ANTI FALI
' MOUNT
y SECTION
c
�
f
�
4
(4) NECK PL ALUMINUM
� HATCH
1/4'x10' x Y�'i' � WITH S.S. HARDWARE
TYP HINGE ASSEMBLY
3/4' DIA x 2' HINGE W/NUT
W!3/4' WASHER AND
M I � W/THREADSPEENEDAFTER
q• Y INSTALLATION
a_____�- _ _.
� - _ � _ __ _ . . _ __- __ _ NOTE:
OVERHANG TO CLEAR NECK
ON HINGE SIDE
_ m
��
� HANDLE 3/4' ROD �
x 1'-0• 7/4' Pl. LID W/EA. CORNER ,
NOTCHED OUT 2'x2' 8 W/ SIDES
TOP VIEW BENT90"FORA2'LIP
O.A. LID = 36 1!2' S�
Z NEOPRENE SEAL ENTIRE LID
ASSEMBLY � �
HINGE
� �ASSEMBLY
1I4• ROOF R � _
__ � �
� \R�
OELEVATION
B 30° MIN. DIA. ROOF FIATCH
sc,v e: xrs
STUD
LOCK WASHER
1 I
LOCK-NUT �
NUT
WASHER
� RAIL /
LADDER RUNG �
RUNG CLAMP�� I
i
LADDER � � �I
(REF.) �'
7v'
RUNG CLAMP ASSEMBLY
NOT TO SCALE
RUNG CIAMP SPACING
SHOULD BE 6' MAXIMUM�
CONNECTING ALIGNMENT
STR4P GUIDE
CAP SCREWS l. I
_ � RAII
FLAT WASHER
J, OVER SLOTTED HOLE
'i�''�
ANTI FALL DEVICE
MOUNT SECTION
NOT TO SCALE
FOR USE AT LANDING POINTS WHERE SLEEVE
NEEDS TO BE REMOVED FROM RAIL.
ANTI FALL DEVICE
scrLe: cns
KAIL TO ftAIL CONNECTION
NOT TO SCAIE
FOR USE AT LANDING POINTS WHERE SLEEVE
NEEDS TO PIVOT, BUT DOES NOT ALIOW SLEEVE
TO BE REMOVED FROM RAIL.
� a �
�
�
c a
� j� ��
O I.ADDER
sca�e:rrrs
LADDERSUPPORTS
@ 10'-0' MAX.
NOTE:
REMOVE ALL INTERIOR
& EXTERIOR LADDERS
INSTALLSSLADDERIN
TANK INTERIOR WET.
AILOTHERLADDERS
SHAIL BE A36 STEEI
SS ANT4PAlL
SAFEIY CLIMB
INTERIOR WET ONLY
TANKACCESS
TUBE OR
DRY RISER
_ 4'-0' _ _ 4'-0'
t/2' SCHE IULE 40
� STEEL PIPE
ti / �h
� / I, �I
I 1 II
i )i
� 4'TOE PLATE
\
. ............ ..~...._........�.'..'___"._'__'__'__._._
3�
��2, tl2' 0 STL. PIPE �TANK ROOF PLATE
POST
3'
3'x 3'x 7/4' PIATE
WELDED TO
TANK ROOF
714
O
TYPICAL ROOF SAFETY RAIL
sc.u.e: xrs
2 1/2'x 3/8'
LADDER Sl
STEEl80LT, NUT
& WASHERS 1l2'0
BOLT MINIMUM
EXISTING TANK
MEMBER
STEEL BAR EXISTING TANK
3'x1/2' MIN MEMBER
LADDER STRINGER �
SLOTTED HOLES
IN STRINGER � I
I ' O O
\�
— `!�
� � 80LTS
i
�0'
O LADDER SUPPORT BBACKET
sc.�.e:xrs
�`�' =4T�1f'
� `
���
��
tJ U
c Z
m
z z
m w
WELDED � w �
__._.___-_"VS � � F °
z
o -: o s
i= �m m
� � � � a
0 3 3 v�i
�yo
�o o �
/ ........... �
\
/
�
G '
C j
i
w�
� o,
\
2
� (/� �
L.L O W �
O�v�
�
Q
'^ f i1 O W L.i�
V O
„JQ, ����
W Z � O tJ..
� Q W � �
� �
W�WO
Q O Q 1�
� � !
QC- � v
G
�
/
J
�
� o
� �
��
W v F
`t � v
�j � � N O E
C7`°3��`°
� ¢ M �
za�W�:�
W z � F v �
O � � W v
W`"¢`'��
x
HF¢oa3
� � �
1-� �
W^
H
J
SHEET NO.
9
OF 10
�
i
E
�
�E
3 a
o�
�m�
LLx�\
t`
�J
L ,�
O 5' X 5' PLATFORM AND 30" OPENING
sonce:rr�s
�._p.
� � �� � ������ � /4' ROUND BAR
/.� _ ___ ��
o `
V//i///////////////////////////i////.I
O TYPICAL TIE OFF
sc,�.e: c�ns
�
C
I
OTYPICAL GST SAFETY RAIL
sc.v.e: rrrs
3'-0'
BAR GRATING REFER �
TO PLAN
PLATE i/4' X 6'
FINISHED PLATFORM �
ELEV TO BE FIELD DETERMINED I
�
SEGMENTED C-SHAPE � �
SEE PLAN �
.�
.\
PIATE 3/8' X 4' X 0'-6' �
q \
� DOUBLE ANGLE L3 X 2 X 3/16 (LLV)
WITH (1) 3/4' DIA BOLT AT EACH END.
PROVIDE BRACE AT EACH JOINT OF SEGMENTED
CB X t 1.5 AT PERIMETER
PLATE 3!8' X 4' X 0'�S' �� ,
I
� CB X 11.5
/ EXISTING
✓-10'-0' +J- STEEL
RISER
�
��_
— I �BOLTED CONNECTION
8Y FABRICATOR
� �� C12 X 20.7 RADIUSED
STIFFENER
3ns (/ v
O TYPICAL PLATFORM SECTION
SCALE: A'15
NOTES:
1. HANDRAIL NOT SHOWN FOR CLARITY REFER TO DETAIL THIS SHEET.
2. All BOLTS SHOWN SHAIL BE STAINLESS STEEL.
c- e
C =
4���
C �
�-" �p UNISTRUT CONDUITS
MOUNTING BRACKETS
C 10'-0' MAX SPACING
C �
C � I
� X
OS��UIT & CABLE RELOCATION
NOTES:
1. ELECTRICAL WORK UNDER THIS CONTR,4CT REQUIRES CITY
ISSUED PERMIT AND ELECTRICAL INSPECTION.
(NOTE APPLIES TO AlL SHEETS)
2. CERTAIN CONDUITS ON ARMSTRONG (SHEET 1), CALMONT
(SHEET 2), AND NORTHWEST (SHEET 6) ARE THE PROPERTY OF
FORT WORTH EMERGENCY MANAGEMENTDEPARTMENT.
COORDINATE RELOCATION OF THESE CONDUITS WITH
MR. ED MCGINLEY AT (817) 392-6170.
1
z z �
- z
i z -
u o
i m
Y ,L� O
O �
f � r Z � �
i Z
� � � S -�.
o �
� � w a �
N 3a � � z
c� w � 2
\�p 0 C a - �
t
�'���\\\��uanipf�r O
z# � : Q.. ra��q� `
��• :z: °'��,
. Y. 3i�. y �
��n�o'��_�_ ...,�
\
/
:<: .:�� v
m:.•,F `
. . \
\
_
� � �
L.1� O W �
O � U �
�
- ��Q
LL.�
J�( ����
�l fA
� o� N�
' t.L.
� Q �L O O
G
W � � �
� > � O.
Q O Q �
�n-�U
�
\
�
.�T,TA
� ' ��
/•`
���
.�
/
\
V
�q� o
rn
v
Wu, �v`ti o
� W Q t� rn U
U�'3¢�=
� X a, v
W z � F a S
W O a a x�
H�¢q°'3
�o
���
W
Q
�
SHEET NO.
10
OF 10