Loading...
HomeMy WebLinkAboutContract 47313 ItY SECRETAW ,.v � CONTRACTW,� FORTWORTH PROJECT MANUAL FOR THE CONSTRUCTION OF Village Creek Water Reclamation Facility Chlorine Basin 21-22 Catwalks City Project No. 02637 'r Betsy Price David Cooke Mayor City Manager r, John Robert Carman r Water Director Prepared for ` The City of Fort Worth Water Department �*, «*.d.s•.,•....©..........1A3/ CONFORMED i aMY R.R HINSON November 2015 0' � Ai- CDM Smith 100 Throckmorton Street, Suite 600 Fort Worth, Texas 76102 TBPE Firm No. F-3043 In association with: l JQ Infrastructure LLC TBPE Firm No. F-79861°t iiWl��,i„rrIi;1IM RECOR h CITY S µ1AKT 1 1Y F1",,1111% 111'1 17 FORTWORTH PROJECT MANUAL FOR THE CONSTRUCTION OF Village Creek Water Reclamation Facility Chlorine Basin 21-22 Catwalks City Project No. 02637 Betsy Price David Cooke Mayor City Manager John Robert Carman Water Director Prepared for The City of Fort Worth Water Department of ...................... CONFORMED INSON ............. November 2015 90271 41% CDM Smith 100 Throckmorton Street, Suite 600 Fort Worth, Texas 76102 TBPE Firm No. F-3043 In association with: JQ Infrastructure,LLC TBPE Firm No. F-7986 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page I of 2 SECTION 00 00 00 TABLE OF CONTENTS Division 00- General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 00 11 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 0041 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalifications 0045 12 Prequalification Statement 0045 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers'Compensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 0061 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01- General Requirements 01 11 00 Summary of Work 01 12 16 Construction Sequence s 01 20 00 Measurement and Payment 01 2500 Substitution Procedures 01 31 19 Preconstruction Meeting 01 3120 Project Meetings 01 32 16 Construction Progress Schedule 01 3300 Submittals 01 35 13 Special Project Procedures 01 4523 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 58 13 Temporary Project Signage 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 7000 Mobilization and Remobilization 01 7423 Cleaning 01 77 19 Closeout Requirements 01 7839 Project Record Documents CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised November 22,2013 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 2 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 02—Existing Conditions 0241 00 Demolition and Modifications Division 05-Metals 05 05 33 Anchorages 05 50 00 Miscellaneous Metal Fabrications 0552 15 Aluminum Handrails and Railings Division 06—Wood and Plastics 06 50 00 Fiberglass Reinforced Plastic Grating .........Appendices...... GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Cahvalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised November 22,2013 City of Fort Worth Village Creek Water Reclamation Facility Chlorine Basin 21-22 Catwalks Specification Seals Specification Divisions 01 and 02 Specification Divisions 05 and 06 OF A 0 .......... ;4 BINSON A1NY IC. AMANDA M S M .............. �jj 113026 weww ONX 41 11, NS CDM Smith Inc. JQ Infrastructure, LLC Texas Registered Engineering Firm F-3043 Texas Registered Engineering Firm F-7986 Division 00 General Conditions THIS PAGE LEFT INTENTIONALLY BLANK VCVVRF Chlorine Basin 21-22 Catwalks City Project No.02637 0005 10-1 MAYOR AND COUNCIL COMMUNICATION(M&C) Page I of I SECTION 00 05 10 MAYOR AND COUNCIL COMMUNICATION(M&C) CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July 1,2011 8Y&CIlcvievv Puvc | of | Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA COUNCIL ACTION: Approved mn9/29/2015 - Resolution No. 4S18-OB'2O15 � 60VC CHLORINE BASIN � DATE: 9/28/2015 REFERENCE NO.: °°C-27480 LOG NAME: CATWALKS CODE: C TYPE: CONSENT PUBLIC NO HEARING: : SUBJECT: Authorize Execution of Construction Contract with Ark Contracting Services, LLC, in the Amount of$174,000.00 for the Village Creek Chlorine Contact Basin 21/22 Catwalks Project, Provide for Contingencies, P jontManagementand {}therCoateintheAmountof V $2O'7O0.UU for a Total Project Costof$194.7UO.00andAdoptReimbuvoamentF<000|ution (ALL COUNCIL DISTRICTS) � RECOMMENDATION: ^ It is recommended that the City Council: 1. Authorize a Construction Contract with Ark Contracting Services, LLC, in the amount of ^ $174.UU8.O0 for the Village Creek Chlorine Contact Basin 21/22 Catwalks Project; and " 2. Adopt the attached resolution expressing official intent toreimburse expenditures with proceeds of future debt for the Village Creek Chlorine Contact Basin 21/22 Cabmo|ka Project. DISCUSSION: � CDM Smith, Inc., was issued a task order under City Secretary Contract Number 41638-R2 to design ^ a solution to a life-safety and maintenance concern related to the removal of pumps at Village Creek Water Reclamation Facility chorine contact basins 21%22. The chlorine contact basins are 23feet deep and the pumps are located ina pit in the bottom of the basin floor. The two pumps are � connected to an integrated hoist/winch system used to bring them to the operating surface at ground level for maintenance. Once raised, Staff must reach over the edge of the basin in order to disengage the pumps from the hoist system. From there, the pumps must be moved across on � elevated platform where they can be retrieved by a crane for final removal. � The proposed project vviUinotaUaoatw/a|hayeiomvithohondroi| overthebaeinandanoundthe hoist/winch system, eliminating the need for Staff to reach out over the edge of the basin. This project xvaaadmsrtiaodinthe Fort Worth Star Telegram on June 4 and June 11. 2O16. y On July 16. 2815, the following bids were received: IFelix Construction 1$227,000.0 1 � This project ioanUoipatedtobeino|udedinofuturonavenuebondiaouefortheVVoterandSevver Fund. Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the Direct Purchase Note Program will be used to provide � interim financing for this project unti| debtiaieoued. Tothee)dentresounueaotharthantheVVaterand Y Sewer portfolio are used to provide interim financing, the Water and Sewer Fund will be charged interest that is equivalent to the nvana|| rate of return being earned by the City portfolio (currently � approximately one-percent annua||y\. Should the City's pudfo|iunot auppo�the liquidity needed to http://foi-twoi-thtexas.gov/council_packet/mc—review.asp?ID=21450&councildate=9/29/2... 11/13/2015 � ' M&C Review Page 2 of 3 provide an interim short-term financing source, another funding source will be required,which could mean issuance of securities under the Direct Purchase Note Program or earlier issuance of Water and Sewer revenue bonds than is currently planned. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached Reimbursement Resolution. In accordance with the provisions of the Financial Management Policy Statements, Staff anticipates presenting revenue-supported debt issuances to the City Council for consideration within the next three years. The Financial Management Services Department is currently working with all departments to ensure that multi-year capital improvements plans are in place. Newly developed and already existing plans, such as the Water Department's current multi-year capital improvement plan, will be presented to City Council for review and adoption. If the City Council-adopted plan does not include issuance of debt for this specific project, the project will be funded by other financing sources. If the Council-adopted plan calls for debt issuance, that debt must be issued within approximately three years to provide reimbursement for these expenses. If that does not occur, the costs will no longer be reimbursable by issuing tax-exempt debt and the funding source will have to be made whole through other budgetary methods. Adoption of this resolution does not obligate the City to sell bonds, but preserves the ability to reimburse the City from tax-exempt bond proceeds. M/WBE OFFICE—ARK Contracting Services, LLC, is in compliance with the City's BDE Ordinance by committing to one percent MBE participation and documenting good faith effort. ARK Contracting Services, LLC, identified several subcontracting and supplier opportunities. However, the MBE's contacted in the areas identified did not submit the lowest bids. The City's MBE goal on this project is five percent. Construction is anticipated to commence in October 2015. With a contract time of 150 calendar days, the construction is estimated to be complete by the end of May 2016. In addition to the contract cost, $12,000.00 is requested for Staff salaries and $8,700.00 for contingencies. This project is not anticipated to affect the Water Department's operating budget. This project is located in COUNCIL DISTRICT 5 and serves ALL DISTRICTS. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available as directed by M&C G-18375 in the 2017 Water and Sewer Revenue Bonds Capital Project Fund for transfer from unspecified funding to the Village Creek Chlorine Contact Basin 21/22 Catwalks Project as depicted in the table below: Available Projected Fund Appropriation Expenditures Balance Amount 2017 Water and Sewer Revenue Bonds $44,515,186.02 $194,700.00 $44,320,486.02 Capital Project Fund After appropriation of the$194,700.00 to the project, $44,320,486.02 in available revenue will remain in the 2017 Water and Sewer Revenue Bonds Capital Project Fund. TO Fund/Account/Centers FROM Fund/Account/Centers P266 511010 701300263780 $12,000.00 http://fortwoi thtexas.gov/council_packet/mc_review.asp?ID=21450&councildate=9/29/2... 11/13/2015 M&C Review Page 3 of 3 P266 541200 701300263780 $182,700.00 P266 485114 601159990100 $194,700.00 Submitted for City Manager's Office by: Jay Chapa (6122) Originating Department Head: John Carman (8246) Additional Information Contact: Madelene Rafalko (8215) ATTACHMENTS 60VC CHLORINE BASIN CATWALKS MAP.pd VC CHLORINE CATWALK-REIMB RESOLUTION.doc http://fortwotthtexas.gov/council_packet/mc—review.asp?ID=21450&councildate=9/29/2... 11/13/2015 0005 15-1 ADDENDA Page I of I SECTION 00 0515 ADDENDA CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July 1,2011 CITY OF FORT WORTH ;r0F E VILLAGE CREEK WATER RE' FACILITY CHLORINE BASIN 21-22 CATWALKS AMY R.ROBINSON 7 City Project No. 02637 ,; .90271' �S ADDENDUM NO. I July 2,2015 7-t-Ir Bidders are hereby informed of the following changes to the contract documents for the project. Bids for the project will be received at 1:30 PM CST on Thursday,July 9,2015. Bidders must acknowledge receipt of this Addendum below,and on 00 41 00 Bid Form. PROJECT SPECIFICATIONS 1. SPECIFICATION SECTION 00 11 13 a. Page 00 11 13-1,tinder paragraph for GENERAL DESCRIPTION OF WORK add the following sentence at the end of the paragraph: "Removal of accumulated grit and debris in Chlorine Basin 21 and 22 as an additive alternative." 2. SPECIFICATION SECTION 00 21 13 a. Page 9 of 9,add the following sentence to the end of 17.5: "The City reserves the right to evaluate and award based on the base bid only or base bid plus Additive Alternate A-1." b. Page 9 of 9,add the following items: "17.9 The City reserves the right to choose any combination of base bid and additive alternates." "17.10 The Contractor shall provide a minimum of two(2)year warranty for the entire project." 3. SPECIFICAITON SECTION 00 41 00 a. Replace Bid Form with the attached,revised Bid Form. 4. SPECIFICATION SECTION 00 42 43 a. Replace Bid Proposal Form with attached,revised Bid Proposal Form. 5. SPECIFICATION SECTION 00 52 43 a. Page I of 4,change 140 days to 150 days. ADDENDUM.NO 1 1 July 2,2015 6. SPECIFICATION SECTION 01 11 00 a. Page 2 of 6,paragraph 1.4.A.6.b,revise sentence as follows: "b. Removal and disposal of post aerators(diffusers)and associated air piping, fittings,valves, supports,etc. in Chlorine Basins 21 and 22." b. Page 2 of 6,paragraph 1.4.A.6.c,revise sentence as follows: "c. Removal and disposal of air header and associated fittings,valves,supports,etc. in Chlorine Basins 21 and 22." c. Page 2 of 6,paragraph 1.4.A.6 add the following: "d. Removal and on-site disposal of grit and debris accumulated in Chlorine Basins 21 and 22." 7. SPECIFICATION SECTION 01 12 16 a. Page 4 of 5,paragraph 1.05.C.La.1,revise sentence as follows: "1)Work associated with Chlorine Basins 21 and 22 shall be done during low now periods." b. Page 4 of 5,paragraph 1.05.C.l.a.2,add the following sentence at the end of the paragraph: "Provisions shall be made to put the contact basin,where Work is being performed,back in service if plant flow exceeds the capacity of the one contact basin in service or for emergency purposes as determined by plant staff." c. Page 4 of 5,paragraph 1.05.C.La,add the following item: "5)The influent gates to each chlorine contact basin do not seal properly and water may leak into contact basin." 8. SPECIFICATION SECTION 01 2000 a. Insert the attached Specification Section 01 20 00. Update Table of Contents to include the attached Specification. PROJECT DRAWINGS 1. DRAWING D-1 CHLORINE CONTACT BASINS 21-22 DEMOLITION PLAN AND DETAIL a. Add the following to the notes under Plan view: "6.GRIT AND DEBRIS(OR GRASS)EXISTS THROUGHOUT CHLORINE BASIN 21 AND 22.CONTRACTOR SHALL REMOVE GRIT AND DEBRIS FROM CHLORINE BASINS AND DISPOSE OF ON-SITE AS DIRECTED BY OWNER REPRESENTATIVE. CONTRACTOR SHALL COORDINATE WITH OWNER REPRESENTATIVE PRIOR TO REMOVAL OF MATERIAL TO COORDINATE ON-SITE DISPOSAL LOCATION." ADDENDUM.NO 1 2 July 2,2015 i BIDDER QUESTIONS 1. None ACCEPTANCE: 1 f The undersigned does hereby agree to the additional,stipulations,and terms outlined in Addendum No. I to the plans and specifications for the Village Creels Water Reclamation Facility Chlorine Basin 21-22 Catwalks Project,City of Fort Worth Project No. 02637. I' SCHEDULED BID DATE: July 9,2015 DATE ADD +N UM IS . ED: July 2,2015 RECEIP�C NO EDGED: By: Tit "1 C&key.' '.. Company . 1 �'G1 �"L;1 �1 �c ' OFFICIAL PRE t ADDENDUM.NO 1 3 July 2,2015 'r CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY f�P�'"•j� ��hI�, CHLORINE BASIN 21-22 CATWALKS .* i ' W'RW1NSON City Project No. 02637 90271 1' ... 'mss ADDENDUM NO.2 July 8,2015 7-8-2015 Bidders are hereby informed of the following changes to the contract documents for the project. The bid date for this project has been extended. Bids for the project will be received at 1:30 PM CST on Thursday,July 16, 2015. Bidders must acknowledge receipt of this Addendum below,and on 00 41 00 Bid Form. PROJECT SPECIFICATIONS 1. SPECIFICATION SECTION 00 11 13 a. Page 00 11 13-1,under paragraph for RECEIPT OF BIDS revise bid opening date to"Thursday, July 16,2015" 2. SPECIFICATION SECTION 05 50 00 a. Page 05 50 00-3,subparagraph 2.2.13,change sentence to read the following. "Aluminum Finish: Provide an Architectural Class 1 anodized finish,AA M I OC22 A41,clear,as specified in NAAMM Manual, unless noted otherwise in the Drawings." 3. SPECIFICAITON SECTION 05 52 15 a. Page 05 52 15-9,subparagraph 2.4.13,delete subparagraph B in its entirety. PROJECT DRAWINGS 1. DRAWING S-02 PLATFORM PLAN AT EL 473.50 a. Under"NOTES"modify Note 4 to read: "4.ALL FRAMING MEMBERS SHALL BE 6061-T6 ALUMINUM, WITH MILL FINISH, UNLESS NOTED OTHERWISE." ADDENDUM No.2 1 July 8,2015 ACCEPTANCE: The undersigned does hereby agree to the additional,stipulations,and terms outlined in Addendum No. 1 to the plans and specifications for the Village Creck Water Reclamation Facility Chlorine Basil] 21-22 Catwalks Project,City of Fort Worth Project No.02637. SCHEDULED BID DATE: July 16,2015 DATE ADDEND ISSUED: July 8,2015 IAN r D RECEIPT ACC L O � By Title,, ` ` r C . . ,.'.. Company:. &;- ('0 ny INORT145 TX a r ADDENDUM No.2 2 July 8,2015 00 11 13-1 INVITATION TO BIDDERS Page 1 of 2 SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of VCWRF Chlorine Basin 21-22 Catwalks, City Project No. 02637,will be received by the City of Fort Worth Purchasing Office: City of Fort Worth s Purchasing Division 1000 Throckmorton Street Fort Worth, Texas 76102 z until 1:30 P.M. CST, Thursday, Tuly n, 2015 Thursday,July 16,2015, and bids will be opened publicly and read aloud at 2:00 PM CST in the Council Chambers. GENERAL DESCRIPTION OF WORK The major work will consist of the(approximate)following: construction of catwalks at Chlorine Basin 21 and 22; demolition and removal of approximately 48 post aerators(diffusers)and associated air piping in Chlorine Basins 21 and 22; demolition and removal of air header piping 1 in Chlorine Basin 21 and 22. Removal of accumulated grit and debris in Chlorine Basin 21 and 22 as an additive alternative. PREQUALIFICATION The improvements included in this project must be performed by a contractor who is pre- qualified by the City at the time of bid opening. The procedures for qualification and pre- qualification are outlined in the Section 00 21 13—INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at h ttp://www.for°t!A��� and clicking on the Buzzsaw link,to the advertised project folders on the City's Buzzsaw site. The Contract Documents may be downloaded,viewed, and printed by interested contractors and/or suppliers. Copies of the Bidding and Contract Documents may be purchased from CDM Smith 100 Throckmorton Street, Suite 600 Fort Worth,Texas 76102 The cost of Bidding and Contract Documents is: Set of Bidding and Contract Documents with full size drawings: $35 Set of Bidding and Contract Documents with half size(if available) drawings: $30 PREBID CONFERENCE A prebid conference may be held as described in Section 00 21 13 -INSTRUCTIONS TO BIDDERS at the following location, date, and time: DATE: July 1, 2015 TIME: 9:00am PLACE: Village Creek Water Reclamation Facility 4500 Wilma Lane CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July 1,2011 i l 00 11 13-2 INVITATION TO BIDDERS Page 2 of 2 Arlington, Texas 76012 LOCATION: Training Room CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject bids. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Madelene Rafalko, City of Fort Worth Email: Madelene.RafalkcJ(-l�fol°tworthtexas.,y Phone: (817) 392-8215 AND/OR Attn: Amy Robinson, CDM Smith Email: Robinsonar a cdmsmith.com Phone: (817) 332-8727 ADVERTISEMENT DATES June 4, 2015 June 11, 2015 END OF SECTION CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July 1,2011 r 0021 13-1 INSTRUCTIONS TO BIDDERS Page 1 of 9 a SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms 1.1. Terns used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 72 00 -GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person,firm,partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2.Nonresident Bidder:Any person,firm,partnership, company, association, or p corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided)makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. All Bidders and their subcontractors are required to be prequalified for the work types requiring prequalification at the time of bidding. Bids received from contractors who are not prequalified(even if inadvertently opened)shall not be considered. Prequalifrcation requirement work types and documentation are as follows: 3.1.1.Water and Sanitary Sewer—Requirements document located at; lrttps:Ho i-oectooint.buzzsaNR7.c om/fortwortlrtrov/Resources/02`io20- %20Constrrrction%2ODocltments/Conti°actor%2OPregualificatiori/Water-O//O20and%2 OSanitart'%2OSewer%2OCorz tractor%2OPi1 egtilalificatioti%2OPt•o�-xram/WSS%,201:rre qual%20t•equirenients.doc? up blic CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised April 27,2015 i 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 9 3.2. Each Bidder unless currently prequalified,must be prepared to submit to City within seven(7)calendar days prior to Bid opening,the documentation identified in Section 00 45 11,BIDDERS PREQUALIFICATIONS. 3.3. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.3. The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s)for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records,information about key personnel to be assigned to the project, and construction schedule,to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested,may be grounds for rejecting the apparent low bidder as non-responsive.Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 3.5. Special qualifications required for this project include the following:None 4. Examination of Bidding and Contract Documents, Other Related Data,and Site 4.1. Before submitting a Bid,each Bidder shall: 4.1.1. Examine and carefully study the Contract Documents and other related data identified in the Bidding Documents(including"technical data" referred to in Paragraph 4.2. below).No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost,progress,performance or furnishing of the Work. 4.1.3. Consider federal,state and local Laws and Regulations that may affect cost, progress,performance or furnishing of the Work. 4.1.4. Study all: (i)reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities)that have been identified in the Contract Documents as containing reliable "technical data" and(ii)reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised April 27,2015 002113-3 INSTRUCTIONS TO BIDDERS Page 3 of 9 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish.All additional information and data which the City 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.No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.6. Perform independent research, investigations,tests,borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. On request,City may provide each Bidder access to the site to conduct such examinations, investigations, explorations,tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations,investigations,tests and studies. 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work,time required for its completion, and obtain all information required to make a proposal. 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 understood 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. 4.1.8. Promptly notify City of all conflicts,errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of- 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures(except Underground Facilities)which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised April 27,2015 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 9 4.2.3, copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i)that Bidder has complied with every requirement of this Paragraph 4, (ii)that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means,methods, techniques,sequences or procedures of construction(if any)that may be shown or indicated or expressly required by the Contract Documents, (iii)that Bidder has given City written notice of all conflicts, errors,ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts,etc., have not been resolved through the interpretations by City as described in Paragraph 6., and(iv)that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls(PCBs),Petroleum,Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 5. Availability of Lands for Work,Etc. 5.1. The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities,construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions.In the event the necessary right-of-way,easements, and/or permits are not obtained,the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right- of-way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised April 27,2015 0021 13-5 INSTRUCTIONS TO BIDDERS Page 5 of 9 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102 Attn: Madelene Rafalko, Water Department Fax: (817)392-8195 Email:Made]ene.Rafalko(&,fortworthtex,as.2ov Phone: (817)392-8215 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications may be posted via Buzzsaw at l ttw. ://www.fc)rtN�7ot,tlutexas.aov/purchasilig 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five(5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting the requirements of Paragraphs 5.01 of the General Conditions. 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and deliver the complete Agreement within 10 days after the Notice of Award, City may consider Bidder to be in default,rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all other Bidders whom City believes to have a reasonable chance of receiving the award will be retained by City until final contract execution. CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised April 27,2015 0021 13-6 INSTRUCTIONS TO BIDDERS Page 6 of 9 8. Contract Times The number of days within which, or the dates by which,Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or-Equal" Items The Contract, if awarded,will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or"or-equal" items. Whenever it is indicated or specified in the Bidding Documents that a"substitute" or "or- equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 01 25 00 of the General Requirements. 11. Subcontractors,Suppliers and Others 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No.20020- 12-2011 (as amended),the City has goals for the participation of minority business and/or small 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 and SBE Utilization Form, Subcontractor/Supplier Utilization Form,Prime Contractor Waiver Form and/or Good Faith Effort Form with documentation and/or Joint Venture Form as appropriate. The Forms including documentation must be received by the City no later than 2:00 P.M. CST, on the second business days after the bid opening date. The Bidder shall obtain a receipt from the City as evidence the documentation was received.Failure to comply shall render the bid as non- responsive. 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents; additional copies may be obtained from the City. 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form, A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives,the words "No Bid," "No Change," or"Not Applicable" may be entered.Bidder shall state the prices, written in ink in both words and numerals,for which the Bidder proposes to do the work contemplated or furnish materials required. All prices shall be written legibly. In case of discrepancy between price in written words and the price in written numerals,the price in written words shall govern. CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised April 27,2015 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner,whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to City Manager of the City,and shall be enclosed in an opaque sealed envelope, marked with the City Project Number,Project title,the name and address of Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system,the sealed envelope shall be enclosed in a separate envelope with the notation"BID ENCLOSED" on the face of it. 14. Modification and Withdrawal of Bids 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids.After all Bids not requested for withdrawal are opened and publicly read aloud,the Bids for which a withdrawal request has been properly filed may, at the option of the City, be returned unopened. CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised April 27,2015 0021 13-8 INSTRUCTIONS TO BIDDERS Page 8 of 9 14.2. Bidders may modify their Bid by electronic communication at any time prior to the time set for the closing of Bid receipt. 15. Opening of Bids Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An abstract of the amounts of the base Bids and major alternates(if any)will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion,release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming,nonresponsive,unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder,whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by City. City also reserves the right to waive informalities not involving price, contract time or changes in the Work with the Successful Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders,Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract,Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers,and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs,maintenance requirements,performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility,qualifications, and financial ability of Bidders,proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised April 27,2015 0021 13-9 INSTRUCTIONS TO BIDDERS Page 9 of 9 17.4. Contractor shall perform with his own organization, work of a value not less than 35%of the value embraced on the Contract,unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the 1 best interests of the City. The City reserves the right to evaluate and award based on the base bid only or base bid plus Additive Alternate A-1. 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by the City. 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 17.9. The City reserves the right to choose anv combination of base bid and additive alternates. 1 17.10. The Contractor shall provide a minimum of two(2)year warranty for the entire rp olect. 18. Signing of Agreement When City issues a Notice of Award to the Successful Bidder,it will be accompanied by the required number of unsigned counterparts of the Agreement. Within 14 days thereafter Contractor shall sign and deliver the required number of counterparts of the Agreement to City with the required Bonds, Certificates of Insurance, and all other required documentation. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised April 27,2015 0035 13- 1 CONFLIC'1'01-'IN'1'IiRI--S'I'AFFIDAVI'I' Page I of I SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT i Each bidder,offeror,or respondent(hereinafter also referred to as"you")to a City of Fort Worth (also referred to as"City") procurement are required to complete Conflict of Interest Questionnaire(the attached CIQ Form)and Local Government Officer Conflicts DISCIOSUI'e Statement(the attached CIS Form) below pursuant to state law.This affidavit will certify that the Bidder has on file with the City Secretary the required dCCUmentation and is eligible to bid on City Work. The referenced forms may be downloaded from the website links provided below. http://wwvv.etliics.state,tx.Lis/forms/CIQ.pclf http://WNVW.CtIlies.statC.tX.us/fortes/CIS.I)df CIQ Form is oil file with City Secretary P16"orm is being provided to the City Secretary Ll CIS Form is on File with City Secretary 0 CIS Form is being provided to the City Secretary BIDDER: <- By: (31etlept t rlt 4.101 Company (P Se Tint) Signature: / Address 6 y/State/Zip (Please Print) END OF SECTION s i`i I��� �i C RI �t � ;fir. CITY OF FORT WORTI I VC WRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPF'.CIFICATION DOCUMENTS City Project No.02637 Revised March 27,2012 f' 00 41 00 BID FORM Page 1 of 3 SECTION 00 4100 BID FORM TO: The City Manager c/o:The Purchasing Department 1000 Throckmorton Street City of Fort Worth,Texas 76102 FOR: Village Creek Water Reclamation Facility Chlorine Basin 21-22 Catwalks City Project No.: 02637 Units/Sections: N/A 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance,will do so pending contract award,and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization,or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt,fraudulent,collusive,or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice"means the offering,giving, receiving,or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels, or(c)to deprive City of the benefits of free and open competition. c. "collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of City,a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice"means harming or threatening to harm,directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 410000 43 13_00 42 43_00 43 3700 45 12_00 35 13—Bid proposal Workbook.xis 00 41 00 BID FORM Page 2 of 3 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Wastewater Treatment Plant Facilities 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 150 days days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work(and/or achievement of Milestones)within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c, Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms(optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit,Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Evaluation of Alternate Bid Items Total Base Bid 1'15 0 0 (enter total from 00 42 43) Additive Alternate Bid f,�r,�"d, ` (enter total from pQ 42 43) .:r Total Bid f �, E ° C - (enter total from 00 42 4:3) 7. Bid Submittal CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook.xls 00 41 00 BID FORM Page 3 of 3 This Bid is submitted on 2,U by the entity named below. Respectfully s mitt Receipt is acknowledged of the following Addenda: It, By:_ Addendum No 1: (SignOure) Addendum No.2: Addendum No.3: Addendum No.4: (Printed Name) Title: cp Company: Corporate Seal: Address: 01of State of Incorporation: Email: CAN-ld Avk I ro� vcovvt'(,"�(1A Phone: END OF SECTION ......................... I TY S E C",,R ETAI WOR111, "rx, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 410000 43 1300 42 4300 43 3700 45 1200 35 13 131d Proposal Workbook.xls 00 42 43 BID PROPOSAL. Page I or SECTION 00 42 43 PROPOSAL FORM 1 UNIT PRICE BID Bidder's Application Project Item hifirrmation Bidder's Proposal Bidlist Item Description Specification Unitof Bid No. P Section No. Measure Quantity Unit Price Bid Value Bid Summary Base Bid Work associated with construction of catwalks at ,r°� ,� 1 Chlorine Basins 21 and 22 LS 1oc�, Work associated with removal disposal of post aerators 2 and associated air piping,fittings,valves,etc,in Chlorine Basins 21 and 22 LS 1 / g 3 Work associated with removal and disposal of air header 1piping,fittin s,valves,etc.in Chlorine Basin 21 and 22 LS 1 Total Base Bid Additive Alternate Bid Work associated with removal and on-site disposal of A 1 accumulated grit and debris from Chlorine Basins 21 and 22. CY 150 "C Total Additive Alternate Bid Total Bid ' END OF SECTION t CITY OFFORTWORT11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 00 41 0000-13 13_00 42 43_00 43 3700 45 12_00 35 13_11id Proposal Workbook.xls i 00 43 13 BID BOND Page 1 of 1 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we, (Bidder Name) hereinafter called the Principal, and(Surety Name) a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, - are held and firmly bound unto the City, hereinafter called the Obligee, in the sum of and No/100 Dollars ($ .00), the payment of which sum will be well and truly made and the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firm by these presents. WHEREAS, the Principal has submitted a proposal to perform work for the following project of the Obligee, identified as Village Creek Water Reclamation Facility Chlorine Basin 21-22 Catwalks NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal, then this bond shall be null and void. If the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal, this bond shall become the property of the Obligee, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount. SIGNED this day of 2015. By: (Signature and Title of Principal) *By: (Signature of Attorney-of-Fact) *Attach Power of Attorney(Surety)for Attorney-in-Fact Impressed Surety Seal Only END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook.xls 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications.The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. 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. Nonresident bidders in the State of our principal place of business, not required to underbid resident bidders. (C)B, e principal place of business of our company or our parent company or majority owner is the State of Texas. BIDDER: (Signature) Title: Date: ....,.... um,,." FFICIN. RECORD CITY SECRE"IrAll" END OF SECTION F!, INORTIly 71, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 4100 00 43 13_00 42 43_00 43 37_00 45 12_00 35 13 Bid Proposal Workbook.xls f 1, 0045 11-1 BIDDERS PREQUALIFICATIONS Page 1 of 3 SECTION 00 4511 BIDDERS PREQUALIFICATIONS 1. Summary.All contractors are required to be prequalified by the City prior to submitting bids. To be eligible to bid the contractor must submit Section 00 45 12,Prequalification Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 13,Bidder Prequalification Application in accordance with the requirements below. The prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. The information must be submitted seven(7)days prior to the date of the opening of bids.For example,a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31st day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's Prequalification Application,the following must accompany the submission. a. A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm's organizational documents(Corporate Charter,Articles of Incorporation,Articles of Organization, Certificate of Formation, LLC Regulations, Certificate of Limited Partnership Agreement). c. A completed Bidder Prequalification Application. (1) The firm's Texas Taxpayer Identification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/tauermit/and fill out the application to apply for your Texas tax ID. (2) The firm's e-mail address and fax number. (3) The firm's DUNS number as issued by Dun&Bradstreet. This number is used by the City for required reporting on Federal Aid projects.The DUNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e. Other information as requested by the City. 2. Prequalifieation Requirements a. Financial Statements.Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July 1,2011 004511-2 BIDDERS PREQUALIFICATIONS Page 2 of 3 (2) To be satisfactory,the financial statements must be audited or reviewed by an independent, certified public accounting firm registered and in good standing in any state. Current Texas statues also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. (3) The accounting firm should state in the audit report or review whether the contractor is an individual, corporation, or limited liability company. (4) Financial Statements must be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent who is not,in fact,independent. (6) The accountant's opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America. This must be stated in the accounting firm's opinion. It should: (1)express an unqualified opinion, or(2)express a qualified opinion on the statements taken as a whole. (7) The City reserves the right to require a new statement at any time. (8) The financial statement must be prepared as of the last day of any month, not more than one year old and must be on file with the City 16 months thereafter,in accordance with Paragraph 1. (9) The City will determine a contractor's bidding capacity for the purposes of awarding contracts. Bidding capacity is determined by multiplying the positive net working capital(working capital=current assets—current liabilities)by a factor of 10. Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalification purposes. (10) In the case that a bidding date falls within the time anew financial statement is being prepared,the previous statement shall be updated with proper verification. b. Bidder Prequalification Application. A Bidder Prequalification Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. Incomplete Applications will be rejected. (1) In those schedules where there is nothing to report,the notation of "None"or"NIA"should be inserted. (2) A minimum of five(5)references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer,model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 3. Eligibility to Bid a. The City shall be the sole judge as to a contractor's prequalification. b. The City may reject, suspend, or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July 1,2011 0045 11-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 d. If a contractor has a valid prequalification letter,the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July 1,2011 00e1e BID FORM � Page 1m1 , SECTION UO4512 PRB3UALF|CAT[}NSTATBNENT [ Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend toutilize for the major work type(o) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Wastewater Treatment Plant Facilities The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are � currently prequa|ified for the work types listed. � BIDDER: ex oy~~ .41 ' - ) da ,v/ / TiUe� � X ' �� °�U�J �Q��� / � ' Q ^ ~ °= ^ `^ Date: / [ ENO OF SECTION CITY CITY op X FORT WORTH � STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised oo1xo1uu oo41o0ou*n,30om430o4on70o4s12_0o3a1oLam Proposal w^rwvukx/e f FORTWORTH SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Mark only one: Individual Limited Partnership Name under which you wish to qualify General Partnership Corporation Limited Liability Company Post Office Box City State Zip Code Street Address(required) City State Zip Code Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH,TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" 0045 13-2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s)which are applicable—Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or Has less than$6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring-24-inch diameter casing and less Augur Boring-Greater than 24-inch diameter casing and greater Tunneling—36-Inches—60—inches,and 350 LF or less Tunneling-36-Inches—60—inches, and greater than 350 LF Tunneling—66"and greater, 350 LF and greater Tunneling—66"and greater, 350 LF or Less Cathodic Protection Water Distribution,Development, 8-inch diameter and smaller Water Distribution,Urban and Renewal, 8-inch diameter and smaller Water Distribution,Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission,Development,24-inches and smaller Water Transmission, Urban/Renewal,24-inches and smaller Water Transmission,Development,42-inches and smaller Water Transmission,Urban/Renewal,42-inches and smaller Water Transmission,Development,All Sizes Water Transmission,Urban/Renewal,All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches—36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CCTV, 42-inches and smaller CCTV, 48-inches and smaller CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised December 20,2012 004513-3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP,All Sizes Sewer Collection System,Development, 8-inches and smaller Sewer Collection System,Urban/Renewal, 8-inches and smaller Sewer Collection System,Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal,24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal,42-inches and smaller Sewer Interceptors, Development,48-inches and smaller Sewer Interceptors, Urban/Renewal,48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement,All Sizes _ Sewer Cleaning,24-inches and smaller Sewer Cleaning,42-inches and smaller Sewer Cleaning,All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction(15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance(UNDER$1,000,000) Asphalt Paving Heavy Maintenance($1,000,000 and OVER) Concrete Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction(15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised December 20,2012 004513-4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b)As a Sub-Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to you? If so,where and why? 6.Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual,name of owner and reason. CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised December 20,2012 0045 13-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so,when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee,please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition.This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised December 20,2012 004513-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization President Is partnership general, limited, or registered limited liability partnership? Vice Presidents File No. (if Limited Partnership) General Partners/Officers Secretary Limited Partners(if applicable) Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Individuals authorized to sign for Partnership Officers or Managers(with titles, if any) Except for limited partners,the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals,please attach a certified copy of the corporate resolution, corporate minutes,partnership agreement,power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised December 20,2012 0045/3 7 aon/cu PREQUALIFICATION»apocxoom � Page 7ofo x 14. Equipment $ TOTAL BALANCESHEET ITEM QUANTITY ITEM DESCRIPTION VALUE Various- � � y « : � w » Similar types of equipment may be lumped together. 7f your firnuhas more than 30 types of you may show these 30 types and show the remainder au "varouo" The City,hvallowing you toshow only 30types of equipment,rcoorveatbodoh1to request ucomplete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to � the type of work for which the fiuniu seeking qualification. ln the deoododouinclude,�enounuta�orn� � ouodn[ and general uou�nuoodescription o[each. ' U cITxor FORT WORTH vcvmRF Chlorine Basin c/-2zCatwalks U STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.ozoa7 Revised December zo.zoo 8 0045 13-8 BIDDER PREQUALIFICATION APPLICATION Page 8 ol's 13IDDER PREQUALIFICATION AFFIDAVIT STATE OF _ COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the aecoi111tant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein namcd is hereby authorized to supply each party with any information, while this statement is in force,necessary to verify said sttatement. ' if , b 'ng du sworn dep es and says that he/she is the r� of r ntity described in an which executed the foregoing statement that he/she is familiar wA the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. k Firm Name: �00ya&)Or e C , � Signature: Sworn to be 6-r—e the thisj� r day of Notary Public Notary Public must not be an officer,director,or stockholder or relative thereof. � pObtl Qd dk/� ,,II,•g qb myp •--, ' UVaa� �y G as Uua i laa "Iex aS 6 . w,�rrwar,n�mmmvr�maammmitt,m rrmwu".,irveamenw„.n ✓ i„�wsaa,�m a„... CI`T'Y OF FORT WOR'I'ii U'N'RF Chlorine Basin 21-22 CalN%.dks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised December 20,2012 � C,'iI A v R .(+a ya� MIN HIS 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of 1 r SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 02637. Contractor further certifies that,pursuant to Texas Labor Code, Section 406.096(b),as amended,it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Company Pleas Prim' ' Signature: Vress Aelvn&&Je,:�Z nlA Title: City/State/Zip (Please Print) THE STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME,the undersigned authority, on this day personally appeared tai ,known to me to be the person whose name is subscribed to the i forego g nstrU ent, and acknowledged to me that he/she executed the same as g n the act and deed of " : �� '" for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this _day of t ,20 Notary P [lilic in and for the State 6f exas END OF SECTION 36ns � OFFICIAL RECORD FIE WORTIl,, TX CITY OF FORT WORTH VCWRF Chlorine Basin 21 22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised Judy 1,2011 r 1 00 45 40-1 MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL Page I of 1 SECTION 00 45 40 MINORITY BUSINESS ENTERPRISE GOAL APPLICATION OF POLICY If the total dollar value of the contract is greater than $50,000, then the MBE subcontracting goal may be applicable. If the total dollar value of the contract is $50,000 or less, the MBE subcontracting goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority j Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. MBE PROJECT GOAL The City's MBE goal on this project is 5%of the total bid (Base bid applies to Parks and Community Services). Note: If both MBE and SBE subcontracting goals are established for this project,then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts greater than $50,000 where a MBE subcontracting goal is applied, bidders are required to comply with the intent of the City's Business Diversity Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation,or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or 3. Good Faith Effort documentation,or; 4. Waiver documentation. Failure to comply with the City's M/WBE Ordinance, shall result in the Bid being considered non- responsive.Any questions,please contact the M/WBE Office at(817)392-6104. 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 1. Subcontractor Utilization Form,if goal received by 2:00 p.m., on the second City business days after is met or exceeded: the bid opening date,exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 2:00 p.m., on the second City business days after Utilization Form,if participation is less the bid opening date,exclusive of the bid opening date. 1 than stated goal: 3. Good Faith Effort and Subcontractor received by 2:00 p.m., on the second City business days after Utilization Form,if no MBE participation: the bid opening date,exclusive of the bid opening date. 4. Prime Contractor Waiver Form,if firm received by 2:00 p.m., on the second City business days after will perform all subcontracting/supplier the bid opening date,exclusive of the bid opening date. work: 5. Joint Venture Form,if utilizing a joint received by 2:00 p.m., on the second City business days after venture to meet or exceed goal. the bid opening date,exclusive of the bid opening date. END OF SECTION i CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised April 17,2015 { " t i Cl m A � 00 52 43-1 Agreement Page 1 of 4 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on ° 911 /.5 is made by and between the City of Forth Worth, a Texas home ule mun' ipal'ty, acting by rtd through its duly authorized City Manager, ("City") and 2 authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). ? City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2.PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: VCWRF Chlorine Basins 21-22 Catwalks P City Project No. 02637 Article 3. CONTRACT TIME 3.1 Time is of the essence. All time limits for Milestones, if any, and Final Acceptance as stated in the Contract Documents are of the essence to this Contract. 3.2 Final Acceptance. The Work will be complete for Final Acceptance within+W days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 3.3 Liquidated damages Contractor recognizes that time is of the essence of this Agreement and that City will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City two hundred ten Dollars ($210.00) for each day that expires after the time specified. in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. OFFICIAL 1i,,. Tx CITY OF FORT WORTH VCWRT Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised August 17,2012 ;' l - 005243-2 Agreement Page 2 of 4 Article 4. CONTRACT PRICE City agrees to pay Contractor for performance of e W rk'n cordance with the Contract Documents an amount in current funds of One, Pollars ($ 174 000 o o �. Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non-Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) - b. Current Prevailing Wage Rate Table c. Insurance ACORD Form(s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds It. Worker's Compensation Affidavit i. MBE and/or SBE Commitment Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and,if issued,become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. 3 y� 3 CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised August 17,2012 005243-3 Agreement Page 3 of 4 Article 6.INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of,the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused,in whole or in part,bV any act,omission or negligence of the city This indemnity provision is intended to include, without limitation, indemnity for costs,expenses and legal fees incurred by the city in defending against such claims and causes of actions. 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city,its officers,servants and employees,from and against any and all loss,damage or destruction of property of the city,arising out of,or alleged to arise out of,the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act,omission or negligence of the city. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon CITY and CONTRACTOR. TS Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas,Fort Worth Division. s i 3 CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised August 17,2012 005243-4 Agreement Page 4 of 4 F 7.6 Other Provisions. The Contractor agrees to pay at least minimum wage per hour for all labor as the same is classified, promulgated and set out by the City, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. 7.7 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized signatory of the Contractor. IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Parties ("Effective Date"). , .. , C tractor: Cit y of Fo rt Worth By: ",., ,,- . ` Jay Chapa l S' nature y: City Mana B ��� ( ) Asslstant° t Date „ Atte t (Printed Name) City Secret- (Seal) ,r Title: Address: MkC Date: " p ved S Clty/State/Zip: A pro to Form and Legality:�� Date Douglas W.Black Assistant City Attorney APPROVAL RECOMMENDED: 70 Robert Carman ECTOR,Water Department IOFFICIAL RECORD CITY SECRETIMY CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised August 17,2012 { A Bond#CA 4047097 0061 l3-1 PERFORMANCE BOND Page 1 of 2 SECTION 00 6113 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRA.NT § That we, Ark Contracting Services,LLC ,known as "Principal"herein and Great American Insurance Company of New York a corporate surety(sureties,if more than one)duly authorized to do business in the State of Texas, known as "Surety"herein(whether one or more), are held and firmly bound unto the City of Fort Worth,a municipal corporation created pursuant to the laws of Texas,known as"City"herein,in the penal sum of, One hundred seventy four thousand&no/100----- Dollars T ($_174,000.00 ),lawful money of the United States,to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made,we bind ourselves,our heirs,executors,administrators,successors and assigns,jointly and severally, firmly by these presents, WHEREAS,the Principal has entered into a certain written contract with the City awarded the Z c7 day of . -e_ 01 ef' ,2015'which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein,to furnish all materials,equipment labor and other accessories defined by law,in the prosecution of the Work,including any Change Orders,as provided for in said Contract designated as VC WRF Chlorine Basins 21-22 Catwalks, City Project No. 02637. NOW,THEREFORE,the condition of this obligation is such that if the said Principal shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform the Work,including Change Orders,under the Contract,according to the plans, specifications,and contract documents therein referred to,and as well during any period of extension of the Contract that may be granted on the part of the City,then this obligation shall be and become null and void,otherwise to remain in full force and effect. PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in r Tarrant County,Texas or the United States District Court for the Northern District of Texas, Fort Worth Divisiou. OFFICIAL REMO) CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS "" ' City Project No.02637 Revised July 1,2011 0061 13-2 PERFORMANCE BOND Page 2 of 2 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALE this instrument by duly authorized agents and officers on this the day of 201 PRINCIPAL: Ark Contractin ervices,4C BY: S' nature A ST: Steven C.Bowman,President t n t a tar ) y Name and Title Address: 420 S Dick Price Road Kennedale,TX 76060 `r s as to �inci 1 SURETY: Great American Insurance Company of New York . S, at.. �.. .. gn ure Tracy Tucker,Attorney-in-Fact Name and Title Address: 900 Summit Ave. _ Ft Worth,TX 76102 i Witness as to Surety Telephone Number: 817/336-8520 *Note: If signed by an officer of the Surety Company,there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address,both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. OFFICIAL R_ECORD I T" ���'IN ( �I , CITY OF FORT WORTH VCWKF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July 1,2011 Bond#CA 4047097 0061 14-1 PAYMENT BOND Page I of 2 SECTION 00 6114 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, Ark Contracting Services,LLC known as "Principal" herein, and Great American Insurance Company of New York , a corporate surety (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein(whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as"City"herein, in the penal sum of One hundred seventy four thousand and no/100------ Dollars ($ 174,000.00 ), 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, successors and assigns,jointly and severally, firmly by these presents: WHEREAS,Principal has entered into a certain written Contract with City, awarded the day of 20 / which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories as defined by law, in the prosecution of the Work as provided for in said Contract and designated as VCWRF Chlorine Basin 21-22 Catwalks, City Project No. 02637, NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the Texas Government Code, as amended)in the prosecution of the Work under the Contract,then this obligation shall be and become null and void; otherwise to remain in full force and effect. This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute. OFFICIAL RECORD CI TY S E C flu' E lP IYk Y j a i E. W 6� R OT j X CWRF Chlorine Basin 21-22 Catwalks C1T Y 7F FORT WORTH r STANDARD CONSTRUCT7C7N SPECIFICATION DOCUMENTS,. ��., City Project No.02637 Revised July 1,2011 i I 0061 ld-2 PAYMENT BOND Page 2 of 2 IN WITNESS WHEREOF,the Principal and Surety have each SIGNED an SEALED thi instrument by duly authored agents and officers on this the day of ,20 PRINCIPAL: Ark Contracting Services,LLC ATTEST: BY: f ure r Steven C.Bowman,President (Princi a1) ret `y "'- Name and Title Address: 420 S Dick Price Road .` Kennedale,TX 76060 Wi s s to incipal �� SURETY: Great American Insurance Company of New York �w ATTEST: BY M gn Si ature Tracy Tucker,Attorney-in-Fact (Surety)Secretary Name and Title Address: 900 Summit Ave. Ft Worth,TX 76102 W u Witness as to Surety ` Telephone Number 817/336-8520 Note: If signed by an officer of the Surety,there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address,both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION 4,WFI C ' L RECORE CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02639 Revised July 1,2011 i Bond#CA 4047097 0061 19- 1 MAINTENANCE BOND Page t of 3 SECTION 00 61 19 MAINTENANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we Ark Contracting Services,LLC known as "Principal"herein and Great American Insurance Company of New York ,a corporate surety (sureties, if more than one)duly authorized to do business in the State of Texas, known as "Surety"herein(whether one or more), are held and firmly bound unto the City of Fort Worth,a municipal corporation created pursuant to the laws of the State of Texas,known as"City"herein, in the sum of One hundred seventy four thousand and no/100--- Dollars ($ 174,000.00 ),lawful money of the United States,to be paid in Fort Worth, Tarrant County,Texas, for payment of which sum well and truly be made unto the City and its successors,we bind ourselves,our heirs, executors,administrators,successors and assigns,jointly and severally,firmly by these presents. WHEREAS,the Principal has entered into a certain written contract with the City awarded the 211.day of eeh? ` 'c ,20_!5_,which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein,to furnish all materials,equipment labor and other accessories as defined by law,in the prosecution of the Work, including any Work resulting from a duly authorized Change Order(collectively herein, the"Work")as provided for in said contract and designated as VCWRF Chlorine Basin 21-22 Catwalks, City Project No.02637 WHEREAS,Principal binds itself to use such materials and to so construct the Work in accordance with the plans,specifications and Contract Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of two(2)years after the date of Final Acceptance of the Work by the City("Maintenance Period");and WHEREAS,Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the City of the need therefor at any time within the Maintenance Period. (3)F F ICIA L jNl( (f „((i („) 7 CITY OF FORT WORTH 1"IY AF C brine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICA'I-ION DOCUMENTS Cit y Project No.02637 Revised July 1,2011 t { 0061 19-2 MAINTENANCE BOND Page 2 of 3 NOW THEREFORE,the condition of this obligation is such that if Principal shall remedy any defective Work,for which timely notice was provided by City, to a completion satisfactory to the City,then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work,it is agreed that the City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond;and PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort Worth Division; and PROVIDED FURTHER,that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. i i CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July 1,2011 I 006119-3 MAINTENANCE BOND Page 3 of 3 IN WITNESS WHEREOF,the Principal and the Surety have each S GNED and S ALED this instrument by duly authorized age nd officers on this the day of ,20 PRINCIPAL: Ark Contracting Services,LLC — �_4 — BY: ..W ature S en C.Bowman,President q(Prin&ipal) tart' °�° Name and Title Address: 420 S Dick Price Road Kennedale,TX 76060 to Pri cipal SURETY: „ M Great American Insurance Company of New York BY- Tracy Tucker,Attorney-in-Fact ATTEST: Name and Title Address: 900 Summit Ave. _ (Surex Secretary Ft Worth TX 76102 fitness as to Surety Telephone Number: 817/336-8520 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both musk be provided. The date of the bond shall not be prior to the date the Contract is awarded. "'R EFFAIRY WORTH r CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks f STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July 1,2011 l GREAT AMERICAN INSURANCE COMPANY OF NEW YORK New York Administrative Office:301 E 4TH STREET ® CINCINNATI,OHIO 45202 e 513-369-5000 a FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than FIVE No.0 14893 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the GREAT AMERICAN INSURANCE COMPANY OF NEW YORK,a corporation organized and existing under and by virtue of the laws of the State of New York,does hereby nominate,constitute and appoint the person or persons named below its true and lawful attorney-in-fact,for it and in its name, place and stead to execute on behalf of the said Company,as surety,any and all bonds,undertakings and contracts of suretyship,or other written obligations in the nature thereof;provided that the liability of the said Company on any such bond,undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power ' TRACY TUCKER STEVEN TUCKER ALL OF ALL W.LAWRENCE BROWN BENNETT BROWN FORT WORTH, $100,000,000.00 KEVIN J. DUNN TEXAS i This Power of Attorney revokes all previous powers issued on behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF,the GREAT AMERICAN INSURANCE COMPANY OF NEW YORK has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 25TH day of JUNE 1 2015 Attest GREAT AMERICAN INSURANCE COMPANY OF NEW YORK Spppi00.1iE$, uuu�.. Illlluu""' SEA nw s s ,s w � � srvinlm�wIIIIIW mq. Immwu„w.,v. ms 'm� Assistant Secretary Diri.rional Senior Uce Pre.ridenl DAVID C.KITCHIN(877-377-2405) STATE OF OHIO, COUNTY OF HAMILTON-ss: On this 25TH day of JUNE 2015 ,before me personally appeared DAVID C.KITCHIN,to me known, being duly sworn, deposes and says that he resides in Cincinnati,Ohio,that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company of New York,the Company described in and which executed the above instrument; that he knows the seal;that it was so affixed by authority of his office under the By-Laws of said Company, and that he signed his name thereto by like authority. A. °u 0-, My C=nhtat EII� u 08�18,2QY0 This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company of New York by unanimous written consent dated May 14,2009. RESOLVED: That the Divisional President,the several Divisional Senior Vice Presidents,Divisional Vice Presidents and Divisional Assistant Vice Presidents, or any one of them,be and hereby is authorized, from time to time, to appoint one or more Attorneys-in-Fact to execute on behalf of the Company,as surety,any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof,-to prescribe their respective duties and the respective limits of their authority,and to revoke any such appointment ' at any time. RESOLVED FURTHER:That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of eithergiven for the execution of any bond, undertaking, contract of suretyship,or other written obligation in the nature thereof,such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I,STEPHEN C. BERAHA,Assistant Secretary of Great American Insurance Company of New York, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of May 14, 2009 have not been revoked and are now in full force and effect. Signed and sealed this day of , 333 tSEAL $ �)F A L tl D'A � Iry fly rr y��� J Ip A.rsrslcnN Secrelnr ������d'V� ( 57185L(06/15) Great American Insurance Company of New York GREATAmERICAN, Great American Alliance Insurance Company INSURANCE GROUP Great American Insurance Company IMPORTANT NOTICE: To obtain information or make a complaint: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: P.O. Box 149104 Austin, TX 78714-9104 FAX: 1-512-475-1771 Your notice of claim against the attached bond may be given to the surety company that issued the bond by sending it by certified or registered mail to the following address: Mailing Address: Great American Insurance Company P.O. Box 2119 Cincinnati, Ohio 45202 Physical Address: Great American Insurance Company 301 E. Fourth Street Cincinnati, Ohio 45202 You may also contact the Great American Insurance Company Claim office by: Fax: 1-888-290-3706 Telephone: 1-513-369-5091 Email: bondclaims @gaic.com PREMIUM OR CLAIM DISPUTES: If you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document. F.9667A(3/11) DATE(MM/DDYYY) ® N CERTIFICATE OF LIABILITY INSURANCE 10/27/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Cid Soule -NAME: ny E,tI, (817)336-8520 1 FAX Tucker Agency, Ltd. AIC.No): (817)336-6501 P 0 Box 2285 6EiMLE :cindys@tuckeragency.com INSURER(S)AFFORDING COVERAGE NAIC# Ft. Worth TX 76113 INSURERA:The Phoenix Insurance Company 25623 INSURED INSURER B:Travelers Inderrmity Co of CT 25682 Ark Contracting Services LLC INSURER C:Travelers Casualty & Surety Co 19038 420 S. Dick Price Road INSURER D: INSURER E: Kennedale TX 76060 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDLSUBR POLICY EFF POLICY EXP _LTR TYPE OF INSURANCE POLICY NUMBER (MMIDDIYYYY) (MMIDD/YYYY) LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 X DAMAGE To RENTED 300,000 COMMERCIAL GENERAL LIABILITY PREMISES(E.occurrence) $ A CLAIMS-MADE Fx_1OCCUR C05547C109 9/1/2015 9/1/2016 MED EXP(Any one person) $ 10,000 X XCU Coverage Included PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 POLICY a] PRO- JECT 0 LOC $ COMBINED SINGLE LIMIT .cc AUTOMOBILE LIABILITY (CEO,accident $ 1,000,000 A X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BA7444C349 9/1/2015 9/1/2016 BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE X HIRED AUTOS X AUTOS Per accident) $ $ X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 B EXCESS LIAR CLAIMS-MADE AGGREGATE $ 5,000,000 X DED I I RETENTION$ 10,000 CUP-5460B87A 9/l/2015 9/1/2016 $ C WORKERS COMPENSATION H- AND EMPLOYERS'LIABILITY YIN I_011 I ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? FN I N/A (Mandatory In NH) UB762G4423 9/1/2015 9/l/2016 E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space Is required) City Project #02637 Village Creek Water Reclamation Facility Chlorine Basin 21-22 Catwalks -- The City of Fort Worth, its officers, employees and servants are additional insureds for general liability and automobile liability on a primary and non-contributory basis where required by written contract. Waiver of subrogation in favor of the City of Fort Worth applies as respects workers' compensation coverage. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Fort Worth OV FICIAL RE CORD ACCORDANCE WITH THE POLICY PROVISIONS. Water Dept. 1000 Throckmorton Street " AUTHORIZED REPRESENTATIVE "" Fort Worth, TX 76102 wowir'��iJ5 X Tracy Tucker/CINDY ACORD 25 2010/05) ©1988-2010 ACORD CORPORATION. All rights reserved. INS025(201005).01 The ACORD name and logo are registered marks of ACORD STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 � U � �� �� 7�� � ^�^^~^,^~^ ~^.^� .~^~^,^~..^.^~ .'^,^`^~^^^`,�`" ~,^ ^^^`~ ^^^~~`°^^~^^~'^^~~^` ~'~~N^^^'^~^^ TABLE OF CONTENTS � Page Article l —Definitions and Terminology..........................................................................................................l � \.O/ Defined Terms...............................................................................................................................| 1.02 Terminology-----.....-------.__.,______..,,,,..,,_________,,,,,.,..6 & Article 2—Preliminary Matters.........................................................................................................................7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time;Notice tn Proceed................................................................7 U2.03 Starting the Work..........................................................................................................................8 2.04 Before Starting Construction........................................................................................................8 2.05 Preconstruction Conference..........................................................................................................8 �k 2.06 Pubbo-----�.......--------.—..'. '' ' '''' ' Q 2.07 Initial Acceptance nf Schedules....................................................................................................8 � Article 3—Contract Documents: Intent,Amending, Reuse............................................................................0 ` 3.01 Intent..............................................................................................................................................8 ` 3.02 Reference Standards......................................................................................................................9 � 3.03 and ----..... 9 � --,---= ---'�-,�----r---- ------^---^^'^'^~-------^^ 3.04 Amending and Supplementing Contract Documents.................................................................l0 3.05 Reuse of Documents...................................................................................................................|0 � 3.00 Electronic Data............................................................................................................................|l � Article 4—Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental � Reference Points...........................................................................................................ll » 4.01 Availability of Lands..................................................................................................................ll 4.02 Subsurface and Physical Conditions ..........................................................................................)2 4.03 Differing Subsurface or Physical Conditions.............................................................................l2 « 4L04 Underground Facilities ...............................................................................................................|3 4.05 Reference Points .........---------....------..—.......------.—.........\4 4.06 Hazardous Environmental Condition n1 Site..............................................................................l4 Article 5—Bonds and Insurance.....................................................................................................................l6 5.01 Licensed Sureties and Insurers...................................................................................................l6 � 5.02 Performance, Payment, and Maintenance Bonds.......................................................................l6 5.03 Certificates of Insurance.............................................................................................................l6 5.04 Contractor's Insurance................................................................................................................l8 V 5.05 Acceptance of Bonds and to Replace.—.........--.---.--.-.---l9 /�d�Ju6—Cou�uotnr`u �t�m.—.—...--------......—.------.......------.l9 : 0.01 Supervision and Superintendence.-----.--....----------....---------lg ` � CITY o*FORT WORTH ` STANDARD CONSTRUCTION xpscIFoAoomDOCUMENTS Revision:December2l,2012 6.02 Labor; Working Hours................................................................................................................20 6.03 Services,Materials, and Equipment...........................................................................................20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and "Or-Equals".......................................................................................................21 6.06 Concerning Subcontractors, Suppliers, and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties...........................................................................................................26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations.................................................................................................................27 6.11 Taxes ...........................................................................................................................................28 6.12 Use of Site and Other Areas.......................................................................................................28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection..................................................................................................................29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs .............................................................................................30 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification.........................................................................................................................33 6.22 Delegation of Professional Design Services ..............................................................................34 6.23 Right to Audit..:,*,**""""****"'****'************'**'************"*"**"'***"'**'*"*****"*"*****"*********************"*"""*34 6.24 Nondiscrimination.......................................................................................................................35 Article 7-Other Work at the Site...................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article 8-City's Responsibilities...................................................................................................................36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due ............................................................................................................................36 8.04 Lands and Easements; Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections,Tests, and Approvals..............................................................................................36 8.07 Limitations on City's Responsibilities .......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9-City's Observation Status During Construction...........................................................................37 9.01 City's Project Representative .....................................................................................................37 9.02 Visits to Site................................................................................................................................37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 Article 10-Changes in the Work; Claims; Extra Work................................................................................38 10.01 Authorized Changes in the Work...............................................................................................38 10.02 Unauthorized Changes in the Work...........................................................................................39 10.03 Execution of Change Orders.......................................................................................................39 10.04 Extra Work..................................................................................................................................39 10.05 Notification to Surety..................................................................................................................39 10.06 Contract Claims Process.............................................................................................................40 Article 11 -Cost of the Work;Allowances; Unit Price Work; Plans Quantity Measurement......................41 11.01 Cost of the Work.........................................................................................................................41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work..........................................................................................................................44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12-Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays..........................................................................................................................................47 ' Article 13 -Tests and Inspections; Correction, Removal or Acceptance of Defective Work......................48 13.01 Notice of Defects ........................................................................................................................48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period........................................................................................................................50 13.08 Acceptance of Defective Work...................................................................................................51 13.09 City May Correct Defective Work.............................................................................................51 Article 14-Payments to Contractor and Completion....................................................................................52 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments......................................................................................................................52 14.03 Contractor's Warranty of Title...................................................................................................54 14.04 Partial Utilization........................................................................................................................55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release ........................................................56 14.09 Waiver of Claims........................................................................................................................57 Article 15-Suspension of Work and Termination........................................................................................57 15.01 City May Suspend Work.............................................................................................................57 15.02 City May Terminate for Cause...................................................................................................58 15.03 City May Terminate For Convenience.......................................................................................60 Article 16-Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 Article17—Miscellaneous..............................................................................................................................62 17.01 Giving Notice..............................................................................................................................62 17.02 Computation of Times................................................................................................................62 17.03 Cumulative Remedies.................................................................................................................62 17.04 Survival of Obligations...............................................................................................................63 17.05 Headings......................................................................................................................................63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 1 of 63 ARTICLE 1–DEFINITIONS AND TERNUNOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award–Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day–A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Buzzsaw–City's on-line, electronic document management and collaboration system. 12. Calendar Day–A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 2 of 63 13. Change Order—A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney– The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager – The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 18. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract.A demand for money or services by a third party is not a Contract Claim. 19. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations,representations, or agreements,whether written or oral. 20. Contract Documents—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and(ii)complete the Work so that it is ready for Final Acceptance. 23. Contractor—The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day—A day, unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning and Development— The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department— The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36. Field Order—A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 4 of 63 38. Final Inspection – Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements—Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item–An Item of work included in the Contract Documents that has a total cost equal to or greater than 5%of the original Contract Price or$25,000 whichever is less. 45. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46.Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47.Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs—Polychlorinated biphenyls. 49. Petroleum Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50. Plans–See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 5 of 63 51. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project—The Work to be performed under the Contract Documents. 53. Project Representative—The authorized representative of the City who will be assigned to the Site. 54. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954(42 USC Section 2011 et seq.)as amended from time to time. 56. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday(excluding legal holidays). 57. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 6 of 63 63. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent— The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water,wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours—Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day—A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.023 through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or°Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory,faulty, or deficient in that it: a. does not conform to the Contract Documents; or _ b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2—PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time;Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3—CONTRACT DOCUMENTS: INTENT,AMENDING,REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 00 72 00-1 General Conditions Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents.No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier(whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized,by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page I 1 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies,the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed,adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members,partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A),notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if- 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized.- Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members,partners, employees, agents, consultants,or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). - City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. - E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06 G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 r 007200-1 General Conditions Page 16 of 63 ARTICLE 5—BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured)which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as"Additional Insured" on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property& Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required,written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis,the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups,must also be approved by City. 11. Any deductible in excess of$5,000.00, for any policy that does not provide coverage on a first-dollar basis,must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods,techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication)to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid,unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 0132 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if- a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales,maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures.- If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an"or-equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions:No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Business Diversity Enterprise Ordinance Compliance: It is City policy to ensure the full and equitable participation by Minority and Small Business Enterprises (MBE)(SBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE and/or SBE goal, Contractor is required to comply with the intent of the City's Business Diversity Ordinance (as amended)by the following: 1. Contractor shall, upon request by the City, provide complete and accurate information regarding actual work performed by a MBE and/or SBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE and/or SBE. Material misrepresentation of any nature may be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs,pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii)the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258,Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 27 of 63 the incorporation in the Work of any invention, design,process,product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S.Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work- However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), 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 rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. http://www.window.state.tx,t is/ta: info/taxforms/93-forliis.hti-nl 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 621, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), 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. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal,relocation,or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal,relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier,pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute.None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection,test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED IN WHOLE OR IN PART BY ANY ACT OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December-21,2012 007200-1 General Conditions Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED IN WHOLE OR IN PART BY ANY ACT OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 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 Regular 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 Paragraph. 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 Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. 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 at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title V1, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7—OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site,the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8—CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections,tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9—CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. The Project Representative(s) will be as provided in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 38 of 63 9.03 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor,who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10—CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or(iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City 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. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. 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. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any,take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11—COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.13, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.13, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55%markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0I.A.1 or specifically covered by Paragraph 11.0LAA, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25%from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities,unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 46 of 63 E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.0l.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.13.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit(determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.01.A.2. and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.0l.A.4 and 11.0l.A.5, the Contractor's fee shall be five percent(5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0l.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.01.13; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5 1/o) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 48 of 63 ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections,which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible,with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor,material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all.costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection,testing,replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work,to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others)will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim,pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of,the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven(7) days written notice to Contractor, correct,or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules,that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors,requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final-Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 56 of 63 14.07 Final Payment A. Application for Payment.• 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied(except as previously delivered)by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any,to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages,will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City 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 City related to or connected with the Contract. ARTICLE 15—SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. 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, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a 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. D. 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 City 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. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation,may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011 established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature,the correction of which has been directed in writing by the City; or 6. 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; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City,the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02,the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City,terminate the Contract. 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 City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, 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 City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and 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 City. 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 City 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. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City 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. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for(without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work,plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City 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. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.1) shall become final and binding 30 days after termination of the mediation unless,within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17—MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007300-1 SUPPLEMENTARY CONDITIONS Page 1 o1`5 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions,and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions,unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2,"Resolving Discrepancies" Plans govern over Specifications. SC-4.01A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions,Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1.,"Availability of Lands" The following is a list of known outstanding right-of-way,and/or easements to be acquired,if any as of June 4,2015: Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION None The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4.01A.2,"Availability of Lands" CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Cahvalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised April 1,2013 007300-2 SUPPLEMENTARY CONDITIONS Page zvx5 Utilities"r obstructions uobe removed,adjusted,and/or rmlocotcd The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated 000[June 4'2Ol5. EXPECTED UTILITY AND LOCATION TARGET DATE 0y OWNER ADJUSTMENT None The Contractor understands and agrees thutthcdateo\isteJu6ovemrcodoummaonly,meoot guu/numcd, and do not bind the City. SC'4.OZ/&.,"Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: None The following are drawings of physical oouddiuuo in or relating to existing surface and subsurface structures(except Underground Facilities)which are at or contiguous to the site of the Work: l9?5 Village Creek Wastewater Treatment Plant 5lMGDExpansion Project lO6-l600O-i042 Contract 2 Volume II-Civil Engineer Firm:Freese&,Nichols Consulting Engineers 8C'4'86A~"Hazardous Environmental Conditions utSite" The following are reports and drawings of existing hazardous environmental conditions known to the City: None 8C-5.03/k~"Certificates v{Insurance" The entities listed below are"additional insureds as their interest may appear"including their respective offiuczs'directors,agents and employees. (l) city (2) Conoubuu : CDMSmkhluo. (3) 0dec None SC'5.04A.,°Cvotruutor`uInsurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A.Workers'Compensation,under Paragraph GC'5.O4A. Statutory limits Employer's liability $100,000 each $100,000 Disease-each employee $500,000 Dioouxc-yo|ioyUmd CITY OF FORT WORTH VCWRF Chlorine Basin z|-2oCatwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.oz^s7 Revised April 1,2013 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 5 SC-5.04B.,"Contractor's Insurance" 5.04B.Commercial General Liability,under Paragraph GC-5.04B.Contractor's Liability Insurance under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with minimum limits of: $1,000,000 each occurrence $2,000,000 aggregate limit The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide"X","C",and"U"coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C.,"Contractor's Insurance" 5.04C. Automobile Liability,under Paragraph GC-5.04C.Contractor's Liability Insurance under Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: (1) Automobile Liability-a commercial business policy shall provide coverage on"Any Auto", defined as autos owned,hired and non-owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily Injury per person/ $500,000 Bodily Injury per accident/ $100,000 Property Damage SC-5.04D.,"Contractor's Insurance" The Contractor's construction activities will require its employees,agents,subcontractors,equipment,and material deliveries to cross railroad properties and tracks owned and operated by none. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a"Right of Entry Agreement"with the particular railroad company or companies involved,and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry(if any)required by a railroad company.The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts,issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy,or touch railroad property: (1) General Aggregate: None CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised April 1,2013 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 5 (2) Each Occurrence: None Required for this Contract X Not required for this Contract With respect to the above outlined insurance requirements,the following shall govern: 1. Where a single railroad company is involved,the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required,each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of-way,the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If,in addition to a grade separation or an at-grade crossing,other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at- grade crossing,insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- way,all such other work may be covered in a single policy for that railroad,even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named,as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing,if any,is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured,together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04.,"Project Schedule" Project schedule shall be tier 1 for the project. SC-6.07.,"Wage Rates" The following is the prevailing wage rate table(s)applicable to this project and is provided in the Appendixes: 2013 Prevailing Wage Rates(Heavy and Highway Construction Projects) <Buzzsaw location,Resources/02-Construction Documents/Specifications/Div 00-General Conditions/CFW Horizontal Wage Rate Table.pdf> SC-6.09.,"Permits and Utilities" SC-6.09A.,"Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 1. None CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised April 1,2013 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 SC-6.09B."City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: 1. None SC-6.09C."Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired,if any as of June 4, 2015 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None SC-7.02.,"Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Scope of Work Coordination Authority Pepper Lawson Deep Filters 1-20 Modifications Project City SC-8.01,"Communications to Contractor" None SC-9.01.,"City's Project Representative" The following firm is a consultant to the City responsible for construction management of this Project: CDM Smith Inc. 100 Throckmorton Street,Suite 600 Fort Worth,Texas 76102 SC-13.03C.,"Tests and Inspections" CDM Smith Inc. 100 Throckmorton Street,Suite 600 Fort Worth,Texas 76102 SC-16.01C.1,"Methods and Procedures" None END OF SECTION CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised April 1,2013 Division 01 General Requirements THIS PAGE LEFT INTENTIONALLY BLANK VCWRF Chlorine Basin 21-22 Catwalks City Project No.02637 01 1100-1 SUMMARY OF WORK Page 1 of 6 SECTION 01 11 00 SUMMARY OF WORK PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. Added Section 1.4A.1 throujZh 1.4.A.3 2. Modified Section 1.4.A.4. 3. Added Sections 1.4.A.5 and 1.4.A.6. 4. Added Section 1.4.0 D E F and G. 5. Modified Sections 1.4.1-1.3 1.4.1-1.9 and added sections 1.4.H.1 4 5 6 7 and 8 6. Added Section 1.4.I and K. 7. Deleted Section 1.4.J. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0-Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. The work of this Contract is located at the City of Fort Worth's Village Creek Water Reclamation Facility(VCWRF),4500 Wilma Lane,Arlington,Texas 76012. 2. This Section describes the project in general and provides an overview of the extent of the work to be performed.Detailed requirements and extent of work is stated in the applicable Specification Sections and shown on the Drawings. The Contractor shall, except as otherwise specifically stated herein in anyapplicable parts of these Contract Documents,provide and 1'ay for all labor,materials,equipment,tools, construction equipment, and other facilities and services necessary for proper execution,testing, and completion of the work. i I s CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised December 20,2012 01 1100-2 SUMMARY OF WORK Page 2 of 6 3. Any part or item of the work which is reasonably implied or normally required to make each installation satisfactorily and completely operable shall be performed by the Contractor and the expense thereof shall be included in the applicable unit prices or lump sum prices bid for the various items of work. It is the intent of these Specifications to provide the Owner with complete operable systems, subsystems, and other items of work.All miscellaneous appurtenances and other items or work that are incidental to meeting the intent of these Specifications shall be considered as having been included even though these appurtenances and items may not be specifically called for in the Specifications. 4. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. 5. The Work shall include all demolition structural and mechanical. 6. The Work includes,but is not necessarily limited to,the following_: a. Construction of catwalks for Chlorine Basins 21 and 22 at chlorine injectors. , f;ttifigs valves,suppai4s, et, in Ghlefine Basins 21 and 22 e. Demolition and F .,1 of ai«header-.,n . i ted fittings, .,lVes suppel4s, ete. in Chlorine Basins 21 and 22. b. Removal and disposal of post aerators(diffusers) and associated air piping,fittings,valves,supports,etc. in Chlorine Basins 21 and 22. 1 c. Removal and disposal of air header and associated fittings,valves, supports, etc. in Chlorine Basins 21 and 22. d. Removal and on-site disposal of grit and debris accumulated in Chlorine Basins 21 and 22. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list,then the item shall be considered as a subsidiary item of Work,the cost of which shall be included in the price bid in the Proposal for various bid items. C. Contracts 1. The work is generally described below under Contractor's Responsibilities. The delineations noted there between the various sections of the Specifications and contracts are for a general overview of the work. The work to be executed is not necessarily limited to those descriptions.Accordingly,the Contractor shall thoroughly familiarize himself with all of the Contract Documents in order to fu11X understand the extent of his work and be aware of any "cross references". The Contractor fully understands, and shall fulfill,his duties and responsibilities regarding coordination and cooperation with other contractors working on the project. D. Work Sequence 1. The Contractor is required to determine its own method of construction and detailed work sequence,within the general terms of the Contract,and the specific requirements of Section 01 12 16, so as long as the restraints are observed and the overall project completion time is achieved. CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised December 20,2012 011100-3 SUMMARY OF WORK Page 3 of 6 E. Contractor's Duties 1. Designate required delivery date for each product in Construction Schedule. 2. Handling of material and equipment at site including unloading, uncrating_ storage and security. 3. Protect equipment from damage. 4. Repair or replace items damaged as a result of Contractor's operations. F. Contractor's Responsibilities 1. General Construction a. Execute and be responsible for respective subcontractors, all work, including demolition structural and mechanical b. Arrange for the necessary temporary water service,including the securing of any necessary permits. This service shall be metered separately to the - Contractor as required by the Owner. 2. Provide adequate temporary sanitary facilities. The Contractor or it's subcontractors may not use restrooms in plant facilities. 3. Secure all necessary permits, and furnish,install,maintain, and remove all temporary electric service facilities for construction purposes,and pay for all electrical energy consumed for construction purposes for all Subcontractors, including the he operation of ventilating equipment, for heating of buildings, and also for testing and operating of all equipment after permanent wiring has been installed, until final acceptance by the Owner or until the Engineer certifies Substantial Completion. The Contractor shall be responsible for determining the total temporary electrical need and shall provide it accordingly. The temporary electrical service shall meet NEC, OSHA, and all other local safe 1y codes. 4. Provide and pay for temporary service for lightin of f temporary offices, including offices of all Subcontractors. 5. Provide initial and replacement lamps,wiring, switches,sockets, and other necessary electrical equipment required for temporary lighting and for small power tools. 6. Provide wiring, equipment,and connections for portable or temporary heating units. 7. Provide temporary heat;make all arrangements and pay all fuel costs, supervise and maintain all heating units. 8. Construct and maintain temporary access roads and parking areas as required. 9. Provide and maintain firefighting equipment as required in working order during the entire construction period. 10. The Contractor shall keep one set of"Record Drawings"and specifications available on the job at all times. This set of documents shall be clearly marked as such and shall be used only for recording changes,elevations, and other data pertinent to the construction operation for use in preparing"As-Built"documents. All changes, etc.,shall be clearly marked in red pencil. The Record Drawings shall be available for inspection by the Engineer at all times and shall be turned over to the Engineer upon written request. G. Coordination with Owner's Operations and Existing Facilities CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised December 20,2012 011100-4 SUMMARY OF WORK Page 4 of 6 1. The work will be performed at an existing operating facility. It will be necessary that contaminants, including, but not limited to, dust from abrasive blasting- solvents,thinners,paints, coating, sealers, cleaners, etc., shall be kept from the treatment process,the water supply, and from the existing operating equipment, motors valves etc. The Contractor shall coordinate with the Owner and take whatever precautions are necessary to prevent contamination of the water supply at all times during this Contract and the Contractor shall be responsible for any contamination(caused directly or indirectly by actions of the Contractor or any Subcontractor)that may occur to the water supply during the course of the Contractor's duties. 2. Work which requires shutdown or in any way impedes the operations of existing facilities shall be closely coordinated with the Owner and Engineer.A minimum of 14 days written notice shall be given to the Owner and Engineer before such approval will be granted. 3. Immediately after the award of a contract for this project,the Contractor shall outline and submit a scheduled plan for installation of the work which requires interruption of operations. H. Contractor's Use of Premises 1. Contractor shall limit the use of the premises for his/her Work and for storage to allow for: a. Work by other contractors b. Owner occupancy c. Public use 2. Coordinate uses of premises under direction of the City. 3. Contractor shall assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 4. If directed by the Owner,move any stored items which interfere with operations of Owner or other Contractors. 5. Obtain and pay for use of additional storage or work areas if needed to perform Work. 6. Contractor shall submit to the Owner for approval a plan of operations, desi ng ating proposed areas of the property to be used for his operations,material storage, equipment storage,employee's parking, offices, and shops. The area shall affect minimal interference with the present operations. 7. Any damages to existing facilities, including contamination,which may be caused by Contractor's personnel,callers,visitors,materials or equipment, shall be repaired or corrected at the sole expense of the Contractor. 8. Any fence that is damaged or removed by the Contractor shall be replaced at the Contractor's expense in like kind, and to the satisfaction of the Owner and Engineer. 9. Use and occupy only portions of the public streets and eys,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 City. a. 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. CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised December 20,2012 011100-5 SUMMARY OF WORK Page 5 of 6 b. Excavated and waste materials shall be stored 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. e. if the street is eeeupi r`ziltead tfa 1 the Work hall 1 a eic-S�the 11 All Ale«L..hall he in aeeefdanee with«.,:1.•ead« f4s set fe,.+h .. Division 0 as well as the railroad per-mit. I. Owner's Occupancy 1. Owner will occupy premises during performance of the work for the conduct of his/her normal operations. Coordinate all construction operations with Owner to minimize conflict and to facilitate Owner usaize, obtai.-.ed p n f:•ew, the owner-of such ,,. pe,•+<, vm-arrives P" z.. Lv not scv:vZqciPi"i° speeified appfeval of the pt:opefty owner-has been seetifed in writing by thee 3. 1-h31eSS Speelfeally pre`is°a v+h ei` iac, crew=all irhts of �casc ncn+s-ice f 4. Pr-esef v'e and use exvterypfeeat4ieirto 13reyent damage to,all treeso-sinibv"fy,plants, lawiqs,fenees, etilvefts, ewbing, all e te all e e to all eaffduits, evefhead pole lines, of appoi4enanees+he feef e iiieltiding the e ,mss+«„etion of+e..,,.a fat-y f„ees and+e all �. Fenee to the original or-a bettef than original condition. b. Er-eet tempefafy feneingin place of the feirczirgreemo`v'ed whefleyef the�x�A vric +S-not in pr-egress and when the site is vae4ed avefnigM, and/ef at all finies to The t f ll_f 1 within is 1 di 1 +efflpe E. s�o°vS:rsvi-ai cnc�vv'orrrviTmiir eu-serirencv�rrrcxaarrr�rcrnv`v'ufccrrrPortcry elestires and r-eplaeemefit,shaall b-te suhhsidiai:y to the various items bid in the pfejeet pfepesal, ,,less a bid item is speeifieally ided in the p � 1 K. Permits 1. Contractor shall obtain all building and trade permits required by the Ci1y of Fort Worth. The Contractor will pay the cost of building permits required from the City of Fort Worth. Contractor shall pay any permit fees required for permits from other entities. 2. Contractor shall coordinate and schedule any building or trade inspections or approvals required by the City of Fort Worth.Any fees required from the City of Fort Worth will be paid by the Contractor. 3. The Contractor shall pay fees for all required reviews,approvals, permits and inspections by the City of Fort Worth Fire Department and other entities for fire protection and fire alarm systems. CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised December 20,2012 01 1100-6 SUMMARY OF WORK Page 6 of 6 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised December 20,2012 Of 12 16-1 CONSTRUCTION SEQUENCE Page 1 of 5 SECTION 01 12 16 CONSTRUCTION SEQUENCE PART 1 GENERAL 1.01 GENERAL REQUIREMENTS A. Furnish all labor,materials,equipment,tools, services and incidentals to complete all work required by the Specifications and as shown on the Drawings at the Village Creek Water Reclamation Facility(VCWRF)for the Chlorine Basin 21-22 Catwalk Project. B. Perform work complete, in place, and ready for continuous service, and include repairs, testing,permits, cleanup,replacements and restoration required as a result of damages caused during this construction. C. All materials,equipment,skills,tools and labor which is reasonably and properly inferable and necessary for the proper completion of the work in a substantial manner and in compliance with the requirements stated or implied by these Specifications or Drawings shall be furnished and installed by the Contractor without additional compensation,whether specifically indicated in the Contract Documents or not. D. Maintain the submittal drawing, equipment delivery schedules and time frames of the equipment suppliers to complete this project in the allocated time as stipulated in the Agreement. E. The intent of construction phasing as specified herein and as shown on the Drawings is to maintain the maximum possible level of transmission and distribution of flow throughout the construction process,and to facilitate coordination of the Work to ensure sufficient treatment capacity is available at all times. All tasks of the phased construction schedule necessary to maintain the highest possible level of transmission and distribution,whether described herein or not,are the responsibility of the Contractor. F. The work specified herein and any other work required by the Engineer which may interrupt the normal operations shall be accomplished at times that will be convenient to the Owner. The Contractor shall plan to work overtime if needed to complete construction of the project and shall make no claims for extra compensation for overtime work required to conform to these requirements. The Contractor shall notify the Engineer and Owner in writing at least 14 days prior to construction requiring shutdown of the Plant facilities. Contractor is required to submit Owner furnished Shut Down Form and get written approval of requested shutdown prior to commencing any work. G. Shutdowns must be scheduled to create minimum interference with normal plant operation.Before attempting construction of critical work or tie-ins,meet with Engineer to develop a satisfactory construction procedure which will result in minimum shutdown time for those units involved.During shutdown periods,employ a full crew on a 24 hour schedule if necessary and employ additional work crews as necessary to complete the work within the required time. ©2015 CDM Smith VCVW Chlorine Basin 21-22 Catwalks All Rights Reserved City Project No.02637 01 12 16-2 CONSTRUCTION SEQUENCE Page 2 of 5 H. All scheduled shutdowns must be submitted in writing to the Owner at least 14 calendar days prior, and no work may begin until approval has been granted by the Owner and the Engineer.High flow conditions or equipment outages may require the rescheduling of an approved shutdown.Any cost associated with rescheduling will be borne by the Contractor, at no additional cost to the Owner. Have all tools,equipment,materials, labor, etc. including backup units, on hand prior to performing work requiring shutdown. I. All operations of existing facilities shall be performed by Village Creek Water Reclamation Facility personnel,coordinated through the Engineer by the Contractor. 1.02 SITE CONDITIONS A. The VCWRF is currently operating at approximately 130 to 190 million gallons per day (MGD) average daily flow(ADF). Current average dry weather flow is approximately 108 MGD and peak dry weather flow is approximately 260 MGD. Peak wet weather flow is approximately 385 MGD. Chlorine Contact Basin 21-22 peak flow capacity is 200 MGD. B. Under no circumstances will the Contractor be permitted to divert or discharge any untreated or partially treated wastewater from the plant. C. Construction under this contract must be coordinated with the plant operating personnel and accomplished in a logical order to maintain the process flow through the plant at all times and to allow construction to be completed within the time allowed by the Contract Documents. Coordinate the activities with the other contractors, if any,to allow orderly and timely completion of all the work. D. Arrange with Owner/Engineer for equipment and material storage site(s),including location of field office(s),site access,personnel plant access and construction parking area(s) prior to commencing work. Contractor shall abide by security measures in place at the plant. E. When access through construction areas must be disrupted,provide alternate acceptable access for plant operators or other contractors. F. Coordinate the activities in the interface or common areas with these other contractors and the plant operators. Submit to the Engineer a description and schedule as to how the common areas will be utilized, recognizing the required coordination with other contractors and the plant operators. G. Various interconnections within the plant will depend on closure of various gates and valves. Many of these valves and gates may not seal properly. Coordinate with the plant operations personnel prior to attempting any such closure and provide any corrective measure or temporary facilities necessary to attain the shut-off needed to perform the work at no additional cost to the Owner and without interrupting plant operation.Do not operate gates or valves. Coordinate with Owner so that plant staff will close or open the necessary valves and gates at the plant. H. The Contractor shall maintain continuous access to the sites and present operations. ©2015 CDM Smith VCWRF Chlorine Basin 21-22 Catwalks All Rights Reserved City Project No.02637 01 12 16-3 CONSTRUCTION SEQUENCE Page 3 of 5 I. In the event that underground piping or utilities are encountered which are not shown on the Drawings, such piping or utilities shall not be disturbed without prior approval of the Engineer. J. Maintain streets used for construction operation in a reasonably clean condition. Weekly street cleaning, scraping and sweeping is required. K. Do not utilize streets for storage of materials except for pipe laying operation,in which case temporary staging for excavated materials, pipe building, and embedment materials will be allowed during active pipe laying periods. One traffic lane must be kept open in these temporary staging areas. Staging areas shall be so located as to allow plant operations to be maintained. Gutters and drainage areas shall be kept clear of construction materials at all times. L. Street closings and lane closures shall be coordinated with the plant. Other construction contracts will require coordination of street closings. The period of time that streets are closed shall be limited to the minimum time reasonably possible. Vehicular access to all process facilities shall be maintained. 1.03 RELATED WORK DESCRIBED ELSEWHERE A. Summary of Work is included in Section 01 1100. B. Construction Schedule is included in Section 01 32 16. 1.04 SUBMITTALS A. The Contractor shall submit to the Engineer for approval a detailed Schedule for Construction prior to initiation of site construction. The Schedule shall comply with aspects of the work described herein. B. The Contractor shall update the schedule as required by Section 0132 16. C. For all work which will require a temporary shutdown of operations or water service disruptions,the Contractor shall submit a proposed work plan which indicates the manpower,tools,equipment,and construction procedure to be used at least 14 days prior to the requested shutdown period. 1.05 SEQUENCING REQUIREMENTS, SHUT-DOWN CONSTRAINTS,AND PROJECT WORK EFFORTS A. Within 10 days after the effective date of the Agreement,submit to the Engineer, along with the Schedule of Values, a Construction Sequence Schedule. This schedule shall provide a listing of major construction items, demolition work, new structures,new equipment, and the sequencing of these items of work so as to impact the operation of the plant and/or existing adjacent facilities to the minimum extent possible. This schedule shall reflect the construction constraints and construction sequence requirements of this section. B. The construction schedule shall be developed and implemented to minimize shutdowns of the facilities. ©2015 CDM Smith VCWRF Chlorine Basin 21-22 Catwalks All Rights Reserved City Project No.02637 01 12 16-4 CONSTRUCTION SEQUENCE Page 4 of 5 C. The following construction sequencing issues, critical tie-ins, shut-downs and other considerations shall be taken into account by Contractor in development of the construction schedule. These items are presented to assist the Contractor and are not all inclusive. 1. General Sequencing Requirements and Shut-Down Constraints/Limitations a. Chlorine Contact Basin 21-22 1) �ITer-k :.,te with e t. ark inst.,ll.,tie shall be .1,,..., dur-i g low jgaw 1 periods.Work associated with Chlorine Basins 21 and 22 shall be done during low flow periods. 1 2) One chlorine contact basin shall remain in service at all times. Provisions shall be made to put the contact basin,where Work is being per- formed,back in service if plant flow exceeds the capacity of the one contact basin in service for emergency purposes as determined by plant staff. 3) Chlorine is injected in the first channel of the contact basin where Work is to be completed. Chlorine will be in the atmosphere at all times during work. 4) Each contact basin can be drained except in the influent channel upstream of the weir wall. Contractor shall be responsible for dewatering influent channel as necessary to perform work. The weir wall is approximately 4-ft high. 5) The influent gates to each chlorine contact basin do not seal properly 1 and water may leak into contact basin. b. Contractor shall provide adequate ventilation to ensure safe working conditions at all times. c. Contractor shall coordinate with plant operating personnel on opening and closing of all process valving for construction of the Work. 2. The requirements above are not inclusive of all work and the Contractor shall be responsible for determining the required shut-downs to complete the work of this Contract.A minimum of 10 days shall be provided between each construction sequence activity to allow the respective treatment units to be drained for construction activities. 3. The Contractor shall not use any chemicals for wash down or cleaning of the work area. 4. The Contractor shall not operate any of the valves and gates.The Contractor shall coordinate with the Owner so that plant staff will close or open the necessary valves and gates at the plant. D. The Contractor shall be responsible for developing his own schedule to meet the completion requirements and maintain the treatment capacity requirements of the plant. ©2015 CDM Smith VCWRF Chlorine Basin 21-22 Catwalks All Rights Reserved City Project No.02637 01 12 16-5 CONSTRUCTION SEQUENCE Page 5 of 5 1.06 LIQUIDATED DAMAGES A. The Contractor understands and agrees that the time of completion is an essential consideration of development of his proposal and that failure to complete the work under this Contract,within the allotted time as specified will result in damages to be sustained by the Owner. The Contractor and Owner further agree in applying Liquidated Damages that such damages cannot be precisely measured or that the ascertainment of actual damages would be unduly difficult after the fact. Therefore,the Contractor and the Owner agree in applying Liquidated Damages that for each and every Calendar Day the work or any portion thereof,remains uncompleted after the specified times,the Contractor shall pay as agreed Liquidated Damages,the amounts as set forth in the Agreement. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION(NOT USED) END OF SECTION ©2015 CDM Smith VCWRF Chlorine Basin 21-22 Catxvalks All Rights Reserved City Project No.02637 01 2000-1 MEASUREMENT AND PAYMENT Page I of 4 SECTION 0 1 20 00 1 MEASUREMENT AND PAYMENT PARTI GENERAL 1.01 GENERAL A. The Total Amount Bid in the Proposal shall cover all Work required by the Contract Documents. The lump sum and unit prices bid shall include all costs in connection with the proper and successful completion of the Work, including, but not limited to: furnishing all materials, equipment, supplies, and appurtenances;providing all construction equipment and tools; and performing all necessary labor and supervision to fully complete the Work. All Work not specifically set forth as to the pay item or items in the Bid Form shall be considered subsidiary obligations of Contractor and all costs in connection therewith shall be included in the prices bid. 1.02 PROPOSAL A. The Proposal is a part of the Contract Documents and lists each item of work for which payment will be made.No payment will be made for items other than those listed in the Proposal. B. Required items of work and incidentals necessary for the satisfactory completion of the Project which are not specifically listed in the Proposal, and which are not specified in this Section to be measured or to be included in one of the items listed in the Proposal shall be considered as incidental to the work required under this contract, and all costs thereof, including Contractor's overhead costs and profit, shall be considered as included in the prices bid for the various Bid Items. The Contractor shall prepare his bid accordingly. C. Work includes furnishing all plant, labor, equipment,tools and materials, and performing all operations required to complete the work satisfactorily, in place, as specified and as indicated on the Drawings. 1.03 MEASUREMENT AND PAYMENT A. Measurement of an item of work will be by the unit indicated in the Proposal. B. Measurement will include all necessary and incidental related work not specified to be included in any other item of work listed in the Proposal. C. Unless otherwise stated in individual sections of the specifications or in the Proposal no separate payment will be made for any item of work,materials,parts, equipment, supplies, or related items required to perform and complete the requirements of any section. The costs for all such items required shall be included in the Contract price bid for item of which it is a part. D. Payment will be made at the Contract price per unit indicated in the Proposal with total price of the Contract being equal to the Total Bid,as specified and as modified, by ©2015 CDM Smith VCWRF Chlorine Basin 21-22 Catwalks All Rights Reserved City Project No.02637 012000-2 MEASUREMENT AND PAYMENT Page 2 of 4 extending unit prices multiplied by quantities, as appropriate to reflect actual work included in the Project. Such price and payment shall constitute full compensation to the Contractor for furnishing all plant, labor, equipment,tools,and materials, and for performing all operations required to furnish to the Owner the entire Project, complete in place, as specified and as indicated on the Drawings. E. Measurement for payment does not signify acceptance of Work. F. Quantities shown in the Proposal are approximate quantities only. Payment will be made only for measured quantities actually installed or performed and accepted by Owner. G. Measurements, such as cubic yard, will be to the nearest whole unit. H. Some individual technical specification sections may contain measurement and/or payment provisions that may or may not be consistent with this Section 01 20 00 and the Proposal. In all cases, Section 01 20 00 and the Proposal will take precedence over the technical specifications with regard to measurement and payment. I. Where estimated quantities are shown for lump sum payment items, such quantities are provided for the Contractor's information only. The Engineer is not responsible for the accuracy of such information and the Contractor shall perform his own calculations to verify such quantities. No adjustment will be made in the price due to real or alleged errors in the estimated quantities. J. If the Owner elects to delete any lump sum item,the dollar amount to be deleted from the Contract shall be the total amount shown in the Proposal/Schedule of Values for that item, including overhead and profit. 1.04 BID ITEMS A. CONSTRUCTION OF CATWALKS AT CHLORINE BASINS 21 AND 22 (Bid Item No. 1) 1. Work under this item includes furnishing all labor,materials, and equipment necessary for constructing catwalks at the chlorine injectors in Chlorine Basins 21 and 22 as specified herein and as shown on the Drawings. 2. Measurement and payment for the lump sum bid in the Proposal for constructing the catwalks shall be full compensation for furnishing all labor,materials, equipment and incidentals,required to complete the work in its entirety as shown on the Drawings and/or as specified, including mobilization and cleanup. B. REMOVAL AND DISPOSAL OF POST AERATORS AND ASSOCIATED AIR PIPING,FITTINGS,VALVES,ETC.IN CHLORINE BASINS 21 AND 22(Bid Item No. 2) 1. Work under this item includes demolition,removal and disposal of approximately 48 post aerators and associated concrete anchors and blocks,polyethylene air ©2015 CDM Smith VCWRF Chlorine Basin 21-22 Catwalks All Rights Reserved City Project No.02637 012000-3 MEASUREMENT AND PAYMENT Page 3 of 4 piping, fittings,valves, etc. up to the air header pipe connection in Chlorine Basins 21 and 22 as shown on the Drawings and/or as specified. 2. Measurement and payment for the lump sum bid in the Proposal shall be full compensation for furnishing all labor,materials, equipment and incidentals, required to complete the work in its entirety as shown on the Drawings and/or as specified. C. REMOVAL AND DISPOSAL OF AIR HEADER PIPING,FITTINGS,VALVES,ETC. IN CHLORINE BASINS 21 AND 22(Bid Item No. 3) 1. Work under this item includes removal and disposal of 4-inch and 6-inch air header piping and associated pipe supports, fittings,valves, etc. in Chlorine Basins 21 and 22 as shown on the Drawings and/or as specified. 2. Measurement and payment for the lump sum bid in the Proposal shall be full compensation for furnishing all labor,materials,equipment and incidentals, required to complete the work in its entirety as shown on the Drawings and/or as specified. 1.05 ADDITIVE ALTERNATE BID ITEMS A. Additive Alternate Items are presented in the Proposal and described on the Drawings and in the Specifications. B. REMOVAL AND ON-SITE DISPOSAL OF GRIT AND DEBRIS ACCUMULATED IN CHLORINE BASINS 21 AND 22(Additive Alternate Bid Item No.A-1) 1. Work under this item includes furnishing all labor, materials, and equipment necessary to remove and dispose of on-site grit and debris accumulated in Chlorine Basins 21 and 22 as specified herein and as shown on the Drawings. 2. Measurement and payment will be based upon the actual cubic yard of material removed from the basins and at the unit price bid for all labor,materials,tools, equipment, incidentals, and related items required to complete work in its entirety. 1.06 PARTIAL PAYMENT A. Partial payments will be made for materials and equipment stored on site but not installed, in accordance with Article 14 of the Standard General Conditions. The amount paid for stored materials shall be for amount actually paid by Contractor and include any discounts received for early payment. In order to receive approval for partial payment of any materials and equipment stored onsite,the Contractor must submit copies of the original invoice with the Application for Payment for all materials and equipment,to be approved for payment. Payment for all stored on site items shall be subject to the retainage described in Article 14 of the Standard General Conditions. ©2015 CDM Smith VCWRF Chlorine Basin 21-22 Catwalks All Rights Reserved City Project No.02637 012000-4 MEASUREMENT AND PAYMENT Page 4 of 4 1.07 EXTRA WORK A. Extra work, if any,will be performed in accordance with Article 10.04 of the Standard General Conditions and will be paid for in accordance with the provisions of Article 10.06. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION(NOT USED) END OF SECTION ©2015 CDM Smith VCWRF Chlorine Basin 21-22 Catwalks All Rights Reserved City Project No.02637 0125 00-I SUBSTITUTION PROCEDURES Page I of 4 SECTION 0125 00 SUBSTITUTION PROCEDURES PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number _ 2. Substitutions are not"or-equals". B. Deviations from this City of Fort Worth Standard Specification fr 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution-General 1. Within 30 days after award of Contract(unless noted otherwise),the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors,trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers,provided said products are "or-equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements,or other factors beyond control of Contractor; or, CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks - STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July I,2011 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form(attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule,when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including,but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved,the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July 1,2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 4. No additional contract time will be given for substitution. 5. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City's opinion, acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product,the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work,to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks = STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July 1,2011 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better(explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature Recommended Recommended as noted Firm Not recommended _Received late Address By Date Date Remarks Telephone For Use by City: Approved Rejected City Date CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July 1,2011 0131 19-1 PRECONSTRUCTION MEETING Page I of 3 SECTION 013119 PRECONSTRUCTION MEETING PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor,subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded,tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting,prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised August 17,2012 0131 19-2 PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 01 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances,easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Progress Payments h. Extra Work and Change Order Procedures i. Field Orders j. Disposal Site Letter for Waste Material k. Insurance Renewals 1. Payroll Certification m. Documentation of Pre-Construction Conditions n. Weekend Work Notification o. Legal Holidays p. Confined Space Entry Standards q. Coordination with the City's representative for operations of existing water systems r. Coordination with other Contractors s. Early Warning System t. Contractor Evaluation u. Special Conditions applicable to the project v. Damages Claims w. Submittal Procedures x. Substitution Procedures y. Correspondence Routing z. Record Drawings aa. Temporary construction facilities bb. M/WBE or MBE/SBE procedures cc. Final Acceptance dd. Final Payment ee. Questions or Comments CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised August 17,2012 0131 19-3 PRECONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised August 17,2012 013120-1 PROJECT MEETINGS Page I of 3 =' SECTION 01 31 20 PROJECT MEETINGS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Schedule, attend and administer as specified,periodic progress meetings, and specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded,tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section,may be held when requested by the City,Engineer or Contractor. B. Progress Meetings I. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as- needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July 1,2011 013120-2 PROJECT MEETINGS Page 2 of 3 e. Equipment approval 3. The Project Representative will preside at progress meetings,prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives f. Others, as requested by the Project Representative 5. Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations,problems, conflicts c. Items which impede construction schedule d. Review of off-site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions m. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request p. Review status of Requests for Information 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July 1,2011 01 3120-3 PROJECT MEETINGS Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORM.ATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July 1,2011 0132 16-1 CONSTRUCTION PROGRESS SCHEDULE Page I of 5 SECTION 0132 16 CONSTRUCTION PROGRESS SCHEDULE PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. General requirements for the preparation, submittal,updating, status reporting and management of the Construction Progress Schedule 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance Document B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Definitions 1. Schedule Tiers a. Tier 1 -No schedule submittal required by contract. Small, brief duration projects b. Tier 2-No schedule submittal required by contract, but will require some milestone dates. Small, brief duration projects c. Tier 3 -Schedule submittal required by contract as described in the Specification and herein.Majority of City projects, including all bond program projects d. Tier 4-Schedule submittal required by contract as described in the Specification and herein.Large and/or complex projects with long durations 1) Examples: large water pump station project and associated pipeline with interconnection to another governmental entity e. Tier 5-Schedule submittal required by contract as described in the Specification and herein. Large and/or very complex projects with long durations,high public visibility 1) Examples might include a water or wastewater treatment plant 2. Baseline Schedule-Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures from the schedule. 3. Progress Schedule-Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks - STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July 1,2011 E 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 4. Schedule Narrative-Concise narrative of the schedule including schedule changes, expected delays,key schedule issues, critical path items, etc B. Reference Standards 1. City of Fort Worth Schedule Guidance Document 1.4 ADMINISTRATIVE REQUIREMENTS A. Baseline Schedule 1. General a. Prepare a cost-loaded baseline Schedule using approved software and the Critical Path Method(CPM)as required in the City of Fort Worth Schedule Guidance Document. b. Review the draft cost-loaded baseline Schedule with the City to demonstrate understanding of the work to be performed and known issues and constraints related to the schedule. c. Designate an authorized representative(Project Scheduler)responsible for developing and updating the schedule and preparing reports. B. Progress Schedule 1. Update the progress Schedule monthly as required in the City of Fort Worth Schedule Guidance Document. 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 3. Change Orders a. Incorporate approved change orders, resulting in a change of contract time, in the baseline Schedule in accordance with City of Fort Worth Schedule Guidance Document. C. Responsibility for Schedule Compliance 1. Whenever it becomes apparent from the current progress Schedule and CPM Status Report that delays to the critical path have resulted and the Contract completion date will not be met,or when so directed by the City,make some or all of the following actions at no additional cost to the City a. Submit a Recovery Plan to the City for approval revised baseline Schedule outlining: 1) A written statement of the steps intended to take to remove or arrest the delay to the critical path in the approved schedule 2) Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work and return current Schedule to meet projected baseline completion dates 3) Increase the number of working hours per shift, shifts per day,working days per week,the amount of construction equipment, or any combination of the foregoing, sufficiently to substantially eliminate the backlog of work 4) Reschedule activities to achieve maximum practical concurrency of accomplishment of activities, and comply with the revised schedule 2. If no written statement of the steps intended to take is submitted when so requested by the City,the City may direct the Contractor to increase the level of effort in manpower(trades),equipment and work schedule(overtime,weekend and holiday work, etc.)to be employed by the Contractor in order to remove or arrest the delay to the critical path in the approved schedule. a. No additional cost for such work will be considered. CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,02637 Revised July 1,2011 013216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 D. The Contract completion time will be adjusted only for causes specified in this Contract. a. Requests for an extension of any Contract completion date must be supplemented with the following: 1) Furnish justification and supporting evidence as the City may deem necessary to determine whether the requested extension of time is entitled under the provisions of this Contract. a) The City will,after receipt of such justification and supporting evidence, make findings of fact and will advise the Contractor, in writing thereof. 2) If the City finds that the requested extension of time is entitled,the City's determination as to the total number of days allowed for the extensions shall be based upon the approved total baseline schedule and on all data relevant to the extension. a) Such data shall be included in the next updating of the Progress schedule. b) Actual delays in activities which,according to the Baseline schedule, do not affect any Contract completion date shown by the critical path in the network will not be the basis for a change therein. 2. Submit each request for change in Contract completion date to the City within 30 days after the beginning of the delay for which a time extension is requested but before the date of final payment under this Contract. a. No time extension will be granted for requests which are not submitted within the foregoing time limit. b. From time to time, it may be necessary for the Contract schedule or completion time to be adjusted by the City to reflect the effects of job conditions, weather, technical difficulties, strikes,unavoidable delays on the part of the City or its representatives,and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions,the City will direct the Contractor to reschedule the work or Contract completion time to reflect the changed conditions and the Contractor shall revise his schedule accordingly. a) No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of unaffected work, in which case the Contractor shall take all possible action to minimize any time extension and any additional cost to the City. b) Available float time in the Baseline schedule may be used by the City as well as by the Contractor. 3. Float or slack time is defined as the amount of time between the earliest start date and the latest start date or between the earliest finish date and the latest finish date of a chain of activities on the Baseline Schedule. a. Float or slack time is not for the exclusive use or benefit of either the Contractor or the City. b. Proceed with work according to early start dates, and the City shall have the right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July 1,2011 0132 16-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 c. Acknowledge and agree that actual delays, affecting paths of activities containing float time,will not have any effect upon contract completion times, providing that the actual delay does not exceed the float time associated with those activities. E. Coordinating Schedule with Other Contract Schedules 1. Where work is to be performed under this Contract concurrently with or contingent upon work performed on the same facilities or area under other contracts,the Baseline Schedule shall be coordinated with the schedules of the other contracts. a. Obtain the schedules of the other appropriate contracts from the City for the preparation and updating of Baseline schedule and make the required changes in his schedule when indicated by changes in corresponding schedules. 2. In case of interference between the operations of different contractors,the City will determine the work priority of each contractor and the sequence of work necessary to expedite the completion of the entire Project. a. In such cases,the decision of the City shall be accepted as final. b. The temporary delay of any work due to such circumstances shall not be considered as justification for claims for additional compensation. 1.5 SUBMITTALS A. Baseline Schedule 1. Submit Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. a. Native file format includes: 1) Primavera(P6 or Primavera Contractor) 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and bring in hard copy to the meeting for review and discussion. B. Progress Schedule 1. Submit progress Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit progress Schedule monthly no later than the last day of the month. C. Schedule Narrative 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit schedule narrative monthly no later than the last day of the month. D. Submittal Process 1. The City administers and manages schedules through Buzzsaw. 2. Contractor shall submit documents as required in the City of Fort Worth Schedule Guidance Document. 3. Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules are required. CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July 1,2011 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. The person preparing and revising the construction Progress Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the construction. C. Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July 1,2011 01 33 00-1 SUBMITTALS Page 1 of 6 SECTION 0133 00 SUBMITTALS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. General methods and requirements of submissions applicable to the following Work-related submittals: a. Shop Drawings B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare,prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. c. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples,utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised December 20,2012 013300-2 SUBMITTALS Page 2 of 6 c. Last use a letter,A-Z, indicating the resubmission of the same drawing(i.e. A=2nd submission,B=3rd submission,C=4th submission,etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission(second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings,product data and samples, including those by subcontractors,prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements,field construction criteria,materials,dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 '/2 inches x 11 inches to 8 i/2 inches x 1 I inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items/Table of Contents c. Product Data/Shop Drawings/Samples/Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product,with the Specification Section number,page and paragraph(s) 6. Field dimensions, clearly identified as such CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised December 20,2012 013300-3 ` SUBMITTALS Page 3 of 6 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/installation(working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed,materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work,materials,fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. H. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. 2. Hard Copy Distribution(if required in lieu of electronic distribution) CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised December 20,2012 013300-4 SUBMITTALS Page 4 of 6 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples,where required,to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. I. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors,including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance,the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised December 20,2012 013300-5 SUBMITTALS Page 5 of 6 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non-conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b, Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals,will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved"until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents,then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. 9. When the shop drawings have been completed to the satisfaction of the City,the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded,will be returned within 30 Calendar Days following receipt of submittal by the City. CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised December 20,2012 013300-6 SUBMITTALS Page 6 of 6 J. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to,complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. K. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. L. Request for Information(RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Use the Request for Information(RFI)form provided by the City. 3. Numbering of RFI a. Prefix with"RFI"followed by series number, "-xxx",beginning with"01"and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required,the City will issue a Field Order or Change Order,as appropriate. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised December 20,2012 013513-1 SPECIAL PROJECT PROCEDURES Page I of 8 SECTION 0135 13 SPECIAL PROJECT PROCEDURES PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedures for special project circumstances that includes, but is not limited to: v. rvri c. Confined Space Entry Program d. Air Pollution Watch Days e. Use of Explosives,Drop Weight,Etc. f. Water Department Notification g. Public Notifleation P-rief to-Beginning Constfuetion h. G66rdinaation Mth United States Army Ger-ps of Engineers i. v j. Dust Control k. Employee Parking 1. Eeerdiiati or with Texas�3&ccz.vcrez1vpnaefit Board B. Deviations from this City of Fort Worth Standard Specification 1. See paragraph 1.1.A.1 for deletions and additions. 2. See paragraph 1.2.A for deletions. 3. See paragraph 1.4 for deletions 4. See Exhibits for deletions. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 33 12 25—Connection to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment a. T.f a v.+ 1) Measufemei4 for-this 4e ilr �rll be b5,lump stim. h- Payer 1) The weft fa a a 1 fl > a d t this r e ffi °c-rrc�izirco-uiraziraccriur9z�i���-'rr�r£[ccvi�ctnc c=v`r"rcrrcrrrsrccrrr e. The pfiee bid shall i-nelu4e-- Mobilizatien 2)inspection 4)Additi6nal Insu anee 5) insur-anee CeAifie4es CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised December 20,2012 0135 13-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 e ineluding additional employees fequir-ed to preteet the right of way and property of the Railroad from damage afising etA of and/of ffoin the eanstr-eetion of the Pr-ojeet. z. Railfoad Flagmen. a. A e r,+ 1+I Ie sue erlt of this Rem will be per wofking day. b. PaymefA l o.yith this Item will be paid for each. ..,.L:,,,.day that Railroad Flagmen a nt at the e. The p6ee bid shall inelude! 2)Flagmen 3. All other items a. Work associated with these Items is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. Health and Saf��Cede,Title 9. Safiaty, Stik4le A. Publie Safe�,, Chapter- . 3. rn=/`rcnzencrur Texas timicrrvr-v-v=r'cfw33eatS-(NGTGvG)—Clean E6nSc1•'uEcl6� Speeifleatia 1.4 ADMINISTRATIVE REQUIREMENTS A. GE)eEdination with the Texas DepaAfnent of TfanspeAatie 1. When wefk in the right ef way whieh is undef the juFisdietion of the Texas a. T.T.,+;fy the Texas Ile.,.,,-+„-ent of T,-ans.,.,,4a fien p «to ee OE h All . ar-k «f..,•med in+ho Tv1lnT right „f way shall be pe ff ,•med in eemplianee with and subjeet to approval from the Texas Departmen Transportation a. All Wer-k near-High Vehage Lines (mefe thati 600 velts measured betweeff eanduetefs of between a eendueter-and the gr-ound) shall be iii aeeefdallee wit H-e$kh-m•, c-S-4, t,Gode,T-41e() Subtitle A Gh.,pte.757 a—grvvrQe Sigi-vf acff cr e +size fnec+•m g-clnl nvun-`�iiFencn+ a: 3. EqulpmefA epefating wit-kin 10 feet of highvoltage lines will fequire the following .,�+.,fea4u CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised December 20,2012 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 8. lnS'cr'xucrixscubc type of gucn-a-about-the ovvm ���"zn b. instilater links an the lift hook tions for- 1 a c a°—xi'rcz-xvrnccemiec crow-rvr-ouciEavc°-.re'rccr'pperr e. l✓gaiPrir°cirrrir'dsrrirecc the 9urccy, ecjc'rrreirrc°irco-Fxs-set-n-sr the safe�feEIttifeflieftts of the ow-Ref of the high voltage lines 4. c within-6 feet-or-rri"grr�vrccrgc cry°ccrF e =nco a. Natifieation shall be given to: T + + 1 f 11 1, ll + d .1 a r¢rixcixrix iux ucc a`rac°c-reg"-oricn�ciC-n cixrrv-cv-pv�v`r'er cvirrpmzyzrir�`recvrQ a. Coordination with pewef eampany l) After notification covraiiratc with the pwr'er cviTrjiuiry-to: .,1 b a the line &)--�i:eet-tenip@ i-cli�ii}ei6cn-,�imici.�i,�c-cirTgrze cir�, , ef faiise-vi. !E)wef the lines TT„ of .,, er4E. ,:+1,:... 6 feet of„high voltage line befe fe+t,.. ..t.&ye fe-qt4fenients have been fnet. .,. x.�Yex�uxxxx�x may Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Air Pollution Watch Days 1. General a. Observe the following guidelines relating to working on City construction sites on days designated as"AIR POLLUTION WATCH DAYS". b. Typical Ozone Season 1) May 1 through October 31. c. Critical Emission Time 1) 6:00 a.m.to 10:00 a.m. 2. Watch Days a. 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. b. Requirements 1) Begin work after 10:00 a.m.whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. 2) However,the Contractor may begin work prior to 10:00 a.m. if: a) Use of motorized equipment is less than 1 hour, or b) 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. E. TCEQ Air Permit 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. F. Use of Explosives,Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised December 20,2012 013513-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage,24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 01 31 13 G. Water Department Coordination 1. During the construction of this project,it will be necessary to deactivate,for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. 2. Coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. a. Coordination shall be in accordance with Section 33 12 25. b. If needed, obtain a hydrant water meter from the Water Department for use during the life of named project. c. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief)and the Contractor will be prosecuted to the full extent of the law. b) In addition,the Contractor will assume all liabilities and responsibilities as a result of these actions, basis, prepare and deliver a natiee or flyer of the pending eanstruetion tE)the door-of eaeh r-esidenee. A-14-h-u-siffiess that will be impaeted by eenstruetion. The ne-tiee. shall be pfepaFed as fellews: a)Name of PFojeet e) Se pe of Pfejeet(i.e. type of,east-ruetio aetiy ty) d) A etu l e fistfuetio duration. .;thif the bl..e e) Naffle E)f the e 2) A sample of the A c YY 3) Submit sehedule showing the eensttmetien staA and finish time fet.eaeh b. Ne eenstFuaiea will be allowed�E)begin an aft),bleek ufAii the flyef is delivered te all Fesidents of the bleek. CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised December 20,2012 0135 13-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 I. In the event it h-8eafaes nee2ssafy to tempvruiiiy shut down water-seFviee to e prepare and deliver-a notiee or-flyer-0 the pending ifAe fftiptio to the f:.e„t.door-of eeeL. effected resident. 2. Pfepared*e6ee as follows! a. Pie natifieation of flyer-shall be pasted 24 hours p4of to the tempofar-5, iPl{efftipfien.. b. ,.Uepar-e flyer- the te eefAf eter-'s letter-head and: t-. elu e the foile,,.: v 1) TT.,,,-.e of the p eet 71 Git-y Dr-e:ee+T.T, tuber 3) Da4e of the ipAeff"tiefi of serwiee q Uefie.l the :,,ter-fupt:en will take„l.,ee 6) Name of the City's inspeeter-and phene nuffibe it-B. e. No inteffuption wate.te,• until the flyer has been del:yefed to all of-ete.l residents a„,1 b_, *..1� j. Geefdifiatien with United States Afmy Gei:ps of Eagineefs (USAGE) I. e meet all r-equir-ements set fetth in eaeh designated perffiil• TI Coordination within Rail,.oa Permit Areas railroad permit. This > but is ne4 lifnited to,pfeVisions for-: >a.Flagmen b.hispeeter-s e. S fo tFai d--Additional '-rnsuranee e—insuranee-eet4ifi eatza In z. Obtain. suppleffient-A :, -:64- at:e,need—el+e e ply with tle re cements. 3. Railroad Flagmen b. days that failr-ead flagmen e pfesent on Site— L. Dust Control I. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised December 20,2012 01 35 13-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 b. If wet saw cutting is performed, capture and properly dispose of slurry. M. Employee Parking 1. Provide parking for employees at locations approved by the City. N. (Coordination with NeFth Gentral Texas Gouneil of Goveniments (NCTCOG)Clean 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised December 20,2012 013513-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 /Tn be printer} nn ('nn}rn n}n r'c I e#erhenA\ Date: �PPJ Ne.: ❑rele Gt Nam^e+•1^„ GatiG-t 1 knits Of G 0R6tn Untinn• IV I THIS IC TO INFORM YOU THAT UNDER A GONITRAGT WITH THE CITY OF FORT WORTH, G UR G-GMDAAIV IA/11 UTILITY 1 INORK ON TII ITV 1 INKS Ghl OR ADl111him V/11 IC PROPER-TV. G^NSTRUGTTION WILL BEGIN APPROXIMATELY R-Elf-Al DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT AGG€SS, SEG Ic1TV, SAFETY no ANY OTHER ISSUE, PL€Ao€-GA;= hfir_(CcbITRACTOR'S CIIDCCIAITFh'nFNIT> AT t�TC` PLI 9N OR 1-11 ITV Ih1SP;; 'TQR> AT t TCI Es PHONIC N O.> AFTER 4:20 PRA OR Ohl W€€I�€NESS, PLEASE CARL -i(o47) 292 R30G CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised December 20,2012 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 EXMIMT 19 FORT WORTH Pau: DOE HO.XXXX Project Hame: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, 'CONTRACTOR CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised December 20,2012 01 45 23-1 TESTING AND INSPECTION SERVICES Page 1 of 3 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. Refer to paragraph 1.4 for additions. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing,coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails,the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City,notify City, sufficiently in advance,when testing is needed. b. When testing is required to be completed by the Contractor,notify City, sufficiently in advance,that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July 1,2011 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 3 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution(if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 2. Sampling and testing is required for but not limited to the following: a. Anchorages in Division 05. C. Laboratory Duties 1. Cooperate with Engineer and Contractor; provide qualified personnel after due notice. 2. Perform specified inspections, sampling, and testing of materials and methods of construction: a. Comply with specified standards. b. Ascertain compliance of materials with requirements of Contract Documents. 3. Promptly notify Engineer and Contractor of observed irregularities or deficiencies of work or products. 4. Promptly submit five copies of written report of each test and inspection to Owner and Engineer.Each report shall include: a. Date issued. b. Project title and number. c. Testing laboratory name, address, and telephone number. d. Name and signature of laborator- or inspector. e. Date and time of sampling or inspection. f. Record of temperature and weather conditions. g. Date of test. h. Identification of product and specification section. i. Location of sample or test in the project. j. Type of inspection or test. k. Statement of specification requirements of material being tested. ested. 1. Results of tests. m. Clarification of testing procedures and observations,when requested by Engineer. D. Limitations of Authority of Testing Laboratory 1. Laboratory is not authorized to: a. Release,revoke, alter or enlarge on requirements of Contract Documents. b. Approve or accept any_portion of the work. c. Perform any duties of the Contractor. E. Contractor's Responsibilities CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July 1,2011 014523-3 TESTING AND INSPECTION SERVICES Page 3 of 3 1. Cooperate with laboratory personnel, provide access to work,to manufacturer's operations. 2. Provide to the Owner the preliminary information for which require control by the testing laboratory. 3. Materials and equipment used in the performance of work under this Contract are subiect to inspection and testing at the point of manufacture or fabrication. Standard requirements for quality and workmanship are indicated in the Contract Documents. The Engineer may require the Contractor to provide statements or certificates from the manufacturers and fabricators that the materials and equipment provided by them are manufactured or fabricated in full accordance with the standard specifications for quality and workmanship indicated in the Contract Documents. 4. Furnish incidental labor and facilities: a. To provide access to work to be tested. b. To facilitate inspections and tests. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July 1,2011 01 S000-1 TEMPORARY FACILITIES AND CONTROLS Pagel of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART1- GENERAL 1.1 SUMMARY A. Section Includes: I. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. Refer to paragraph 1.4.A for modifications. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Provide temporary utilities for administration construction testing, disinfection and start-up of the Work including electrical power,water, and telephone 2. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel,power,light,heat and other utility services necessary for execution, completion,testing and initial operation of Work. 3. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping,equipment,devices or other use as required for the completion of the Work. CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July 1,2011 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel. c. Coordination 1) Contact City 1 week before water for construction is desired d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 4. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. c. Contractor may utilize existing plant power system where spare capacity is available. Temporary power connections shall be provided by the Contractor and shall not adversely affect existing plant power supply.Any connections shall be submitted to the Owner and Engineer for approval prior to installation. d. Electrical pole and service shall comply with OSHA and other safety requirements and the requirements of the power company. 5. Telephone a. Provide emet:geney telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 6. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. e. Do not use rest rooms within existing or Owner occupied buildings. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated,watertight,weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July I,2011 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on-call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July 1,2011 015000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 2. Install and maintain temporary construction fence around construction site and/or around the storage yard. Fence must be a minimum 6 feet hull and may be wood picket or chain link construction. Provide gates with padlocks. 3.5 [REPAIR] /[RESTORATION] 3.6 RE-INSTALLATION 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities 1. Remove all temporary facilities and restore area after completion of the Work,to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July 1,2011 0158 13-1 TEMPORARY PROJECT SIGNAGE Page 1 of 2 SECTION 0158 13 TEMPORARY PROJECT SIGNAGE PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS A. Design Criteria 1. Provide freestanding Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July 1,2011 01 58 13-2 TEMPORARY PROJECT SIGNAGE Page 2 of 2 B. Materials 1. Sign a. Constructed of 3/4-inch fir plywood,grade A-C(exterior)or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed,upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR I RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD loR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July 1,2011 016000-1 PRODUCT REQUIREMENTS Page I of 2 SECTION 0160 00 PRODUCT REQUIREMENTS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is located on Buzzsaw as follows: 1. Resources\02-Construction Documents\Standard Products List B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. D. Although a specific product is included on City's Standard Product List,not all products from that manufacturer are approved for use,including but not limited to,that manufacturer's standard product. E. See Section 01 33 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised December 20,2012 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised December 20,2012 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page I of 3 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] LS SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July 1,2011 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 3 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. S. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. S. Provide off-site storage and protection when on-site storage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection by City's Project Representative. 6. Do not use lawns,grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns,sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet,unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July 1,2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non-Conforming Work 1. Reject all products or equipment that are damaged,used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July 1,2011 01 7000-1 MOBILIZATION AND REMOBILIZATION Page I of 4 SECTION 0170 00 MOBILIZATION AND REMOBILIZATION PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel,equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel,equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel,equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel,equipment, and operating supplies fiom the Site including disassembly or temporarily securing equipment,supplies,and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel,equipment,and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised December 20,2012 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel,equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel,equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price per each"Specified Remobilization"in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised December 20,2012 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price per each"Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price per each"Work Order Emergency Mobilization"in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised December 20,2012 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised December 20,2012 017423-1 CLEANING Pagel of 3 SECTION 0174 23 CLEANING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE,AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July 1,2011 017423-2 CLEANING Page 2 of 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. S. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July 1,2011 017423-3 CLEANING Page 3 of 3 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep,wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City,the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on-site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals,dispose of waste materials,debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis,until Final Acceptance. 5. Prior to storm events,thoroughly clean site of all loose or unsecured items,which may become airborne or transported by flowing water during the storm. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July 1,2011 0177 19-1 CLOSEOUT REQUIREMENTS Page 1 of 3 SECTION 0177 19 CLOSEOUT REQUIREMENTS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees,Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates,licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July 1,2011 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 01 78 39 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 B. Prior to requesting Final Inspection,perform final cleaning in accordance with Section 017423, C. Final Inspection 1. After final cleaning,provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection,the City will notify the Contractor,in writing within 10 business days,of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City,immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City,that the required Work has been completed. Upon receipt of this notice,the City, in the presence of the Contractor,will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July 1,2011 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory,the City will issue a Notice of Project Completion(Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report(if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July 1,2011 017839-1 PROJECT RECORD DOCUMENTS Page I of 4 SECTION 0178 39 PROJECT RECORD DOCUMENTS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection,deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents,making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. 3. To facilitate accuracy of records,make entries within 24 hours after receipt of information that the change has occurred. CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July 1,2011 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 4. Provide factual information regarding all aspects of the Work, both concealed and visible,to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case,provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed,secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection,provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS-JOB SET". 2. Preservation CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July 1,2011 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 a. Considering the Contract completion time,the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City,until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil(not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a"cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 4. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits,circuits,piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor,subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch,the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note,the vertical location of the Item("under slab", "in ceiling plenum", "exposed",and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where,in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction,and the actual location of items. c. Call attention to each entry by drawing a"cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July 1,2011 017839-4 PROJECT RECORD DOCUMENTS Page 4 of 4 a. If the Documents, other than Drawings,have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings,will be accepted as final Record Documents. b. If any such Document is not so approved by the City,secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July 1,2011 Division 02 Existing Conditions THIS PAGE LEFT INTENTIONALLY BLANK VCVVRF Chlorine Basin 21-22 Catwalks City Project No.02637 024100-1 DEMOLITION AND MODIFICATIONS Page I of 4 SECTION 02 41 00 DEMOLITION AND MODIFICATIONS PART1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and demolish, modify, remove and dispose of work shown on the Drawings and as specified herein. B. Included, but not limited to, are demolition,modifications and removal of existing materials, equipment or work as shown on the Drawings and as specified herein and to connect with existing work in approved manner. C. Demolition,modifications and removals which may be specified under other Sections shall conform to requirements of this Section. D. Demolition and modifications include: 1. Remove and dispose of post aerators and associated air piping in Chlorine Contact Basin 21-22. 2. Remove and dispose of air header pipe and associated fittings,valves,pipe supports,etc, in Chlorine Contact Basin 21-22. E. Blasting and the use of explosives will not be permitted for any demolition work. 1.02 RELATED WORK A. Summary of Work is included in Section 01 11 00. B. Submittals are included in Section 01 33 00. C. Construction Schedule is included in Section 0132 16. 1.03 SUBMITTALS A. Submit, in accordance with Section 01 33 00,six copies of proposed methods and operations of demolition of the structures and modifications prior to the start of work. Include in the schedule the coordination of shutoff, capping and continuation of utility service as required. B. Furnish a detailed sequence of demolition and removal work to ensure the uninterrupted progress of the Owner's operations. Sequence shall be compatible with sequence of construction and shutdown coordination requirements as specified in Section 01 12 16. C. Before commencing demolition work,all modifications necessary to bypass the affected structure shall be completed.Actual work shall not begin until the Engineer has inspected and approved the modifications and authorized commencement of the demolition work in writing. ©2015 CDM Smith VCWRF Chlorine Basin 21-22 Catwalks All Rights Reserved City Project No.02637 024100-2 DEMOLITION AND MODIFICATIONS Page 2 of 4 1.04 JOB CONDITIONS A. Protection 1. Execute the demolition and removal work to prevent damage or injury to structures, occupants thereof and adjacent features which might result from falling debris or other causes,and so as not to interfere with the use,and free and safe passage to and from adjacent structures. 2. Closing or obstructing of roadways,sidewalks and passageways adjacent to the work by the placement or storage of materials will not be permitted and all operations shall be conducted with a minimum interference to traffic on these ways. 3. Erect and maintain barriers,lights,sidewalk sheds and other required protective devices. B. Scheduling 1. Carry out operations so as to avoid interference with operations and work in the existing facilities. C. Notification 1. At least 48 hours prior to commencement of a demolition or removal, notify the Engineer in writing of proposed schedule therefor. Owner shall inspect the existing equipment and to identify and mark those items which are to remain the property of the Owner.No removals shall be started without the permission of the Engineer. D. Conditions of Structures 1. The Owner and the Engineer assume no responsibility for the actual condition of the structures to be demolished or modified. 2. Conditions existing at the time of inspection for bidding purposes will be maintained by the Owner insofar as practicable. However,variations within a structure may occur prior to the start of demolition work. E. Repairs to Damage 1. Promptly repair damage caused to adjacent facilities by demolition operation when directed by Engineer and at no additional cost to the Owner.Repairs shall be made to a condition at least equal to that which existed prior to construction. F. Traffic Access 1. Conduct demolition and modification operations and the removal of equipment and debris to ensure minimum interference with roads, streets,walks both onsite and offsite and to ensure minimum interference with occupied or used facilities. ©2015 CDM Smith VCWRF Chlorine Basin 21-22 Catwalks All Rights Reserved City Project No.02637 024100-3 DEMOLITION AND MODIFICATIONS Page 3 of 4 2. Special attention is directed towards maintaining safe and convenient access to the existing facilities by plant personnel and plant associated vehicles. 3. Do not close or obstruct streets,walks or other occupied or used facilities without permission from the Engineer. Furnish alternate routes around closed or obstructed traffic in access ways. 1.05 RULES AND REGULATIONS A. The Building Code of the City of Fort Worth,shall control the demolition,modification or alteration of the existing buildings or structures. B. No building or structure, or any part thereof, shall be demolished until an application has been filed with the Building Inspector and a permit issued. The fee for this permit shall be the Contractor's responsibility. 1.06 DISPOSAL OF MATERIAL A. The Owner shall,at its discretion,salvage equipment and materials being demolished. Salvageable material and equipment shall become the property of the Owner.Dismantle all such items to a size that can be readily handled and deliver them to a designated storage area. B. Salvaged equipment shall remain the property of the Owner and stored where directed on the site.Any such material damaged due to improper handling will not be accepted and the replacement value of the material deducted from the payment to the Contractor. Coordinate with Owner prior to demolition of equipment to be salvaged. C. All other material and items of equipment shall become the Contractor's property and must be removed from the site. D. The storage or sale of removed items on the site will not be allowed. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 GENERAL A. All materials and equipment removed from existing work shall become the property of the Contractor, except for those which the Owner has identified and marked for his/her use. All materials and equipment marked by the Owner to remain shall be carefully removed, so as not to be damaged, cleaned and stored on or adjacent to the site in a protected place specified by the Engineer or loaded onto trucks provided by the Owner. B. Dispose of all demolition materials, equipment, debris and all other items not marked by the Owner to remain, off the site and in conformance with all existing applicable laws and regulations. C. Pollution Controls ©2015 CDM Smith VCWRF Chlorine Basin 21-22 Catwalks All Rights Reserved City Project No.02637 024100-4 DEMOLITION AND MODIFICATIONS Page 4 of 4 1. Use water sprinkling,temporary enclosures and other suitable methods to limit the amount of dust and dirt rising and scattering in the air to the lowest practical level. Comply with governing regulations pertaining to enviromnental protection. a. Do not use water when it may create hazardous or objectionable conditions such as ice,flooding and pollution. b. Clean adjacent structures, facilities, and improvements of dust, dirt and debris caused by demolition operations. Return adjacent areas to conditions existing prior to the start of the work. 3.02 MECHANICAL REMOVALS A. Mechanical removals shall consist of dismantling and removing of existing piping, fittings,valves, and other appurtenances as specified,shown, or required for the completion of the work. It shall include cutting, capping, and plugging as required, except that the cutting of existing piping for the purpose of making connections thereto will be included under Division 15. B. Existing process,water,air,chemical, and other piping not required for the new work shall be removed where shown or where it will interfere with new work. Piping not indicated to be removed or which does not interfere with new work shall be removed to the nearest solid support, capped and left in place. Chemical and fuel lines and tanks shall be purged and made safe prior to removal or capping. Where piping that is to be removed passes through existing walls, it shall be cut off and properly capped on each side of the wall. C. When underground piping is to be altered or removed,the remaining piping shall be properly capped.Abandoned underground piping may be left in place unless it interferes with new work or is shown or specified to be removed. D. Any changes to potable water piping and other plumbing and heating system work shall be made in conformance with all applicable codes and under the same requirements as other underground piping.All portions of the potable water system that have been altered or opened shall be pressure tested and disinfected in accordance with Section 01 45 23 and local codes. Other plumbing piping and heating piping shall be pressure tested only. 3.03 CLEAN-UP A. Remove from the site all debris resulting from the demolition operations as it accumulates. Upon completion of the work, all materials,equipment, waste and debris of every sort shall be removed and premises shall be left,clean, neat and orderly. END OF SECTION ©2015 CDM Smith VCWRF Chlorine Basin 21-22 Catwalks All Rights Reserved City Project No.02637 Division 05 Metals THIS PAGE LEFT INTENTIONALLY BLANK VCVVRF Chlorine Basin 21-22 Catwalks City Project No.02637 05 05 33-1 ANCHORAGES Page I of 4 SECTION 05 05 33 ANCHORAGES PART 1 - GENERAL 1.1 SUMMARY A. Scope: _ 1. CONTRACTOR shall provide all labor,materials,equipment and incidentals as shown on the Drawings, specified, and required to furnish and install anchorages. B. The types of Work using the anchor bolts,toggles and inserts include, but are not limited to the following: 1. Rails. 2. Hangers and brackets. 3. Equipment. 4. Piping. 5. Grating and floor plate. 6. Electrical,Plumbing and HVAC Work. 7. Metal,wood and plastic fabrications. C. Related Sections: 1. Section 05 50 00,Miscellaneous Metal Fabrications. 2. Section 05 52 15,Aluminum Handrails and Railings. 1.2 QUALITY ASSURANCE A. Reference Standards: Comply with the applicable provisions and recommendations of the following, except as otherwise shown and specified. 1. ASTM A 36, Specification for Carbon Structural Steel. 2. ASTM A 123, Specification for Zinc(Hot-Dip Galvanized)Coatings on Iron and Steel Products. 3. ASTM A 153, Specification for Zinc Coating(Hot-Dip) on Iron and Steel Hardware. 4. ASTM A 307, Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. 5. ASTM A 484, Specification for General Requirements for Stainless and Heat- Resisting Steel Bars,Billets and Forgings. 6. ASTM A 525, Specification for General Requirements for Steel Sheet,Zinc-Coated (Galvanized) by the Hot-Dip Process. 7. ASTM A 536, Specification for Ductile Iron Castings. 8. ASTM A 570, Specification for Steel, Sheet and Strip,Carbon,Hot-Rolled, Structural Quality. 9. ASTM B 633, Specification for Electrodeposited Coatings of Zinc on Iron and Steel. 10 ASTM F 593, Stainless Steel Bolts;Hex Cap Screws, and Studs. 11. Federal Specifications WW-H-171E for Malleable Iron. VCWRF Chlorine Basin 21-22 Catwalks City Project No.02637 050533-2 ANCHORAGES Page 2 of 4 12. ICBO, International Conference of Building Officials. 13. International Building Code. B. Inserts shall be ICBO, UL or FM approved. 1.3 SUBMITTALS A. Shop Drawings: Submit for approval the following: 1. Setting drawings and templates for location and installation of anchorage devices. 2. Copies of manufacturer's specifications, load tables, dimension diagrams and installation instructions for the devices. 3. Copies of ICBO,UL or FM Reports certifying load carrying capacities and installation requirements for the anchorage devices. PART 2-PRODUCTS 2.1 DESIGN CRITERIA A. When the size, length or load carrying capacity of an anchorage is not shown on the Drawings, provide the following: 1. For anchor bolts(cast-in-place),provide the size, length and capacity required to carry the design load based on the values and requirements given in the International Building Code, 2. For concrete anchors(adhesive types)and concrete inserts, provide the size, length, type, and capacity required to carry the design load based on the values and requirements given in the ICBO Evaluation Report, or similar certifications by UL or FM,for the anchor to be used. Alternately the capacity may be based on independent testing lab capacities for tension and shear strength using a minimum safety factor of four. Consideration of reduced capacity due to spacing and edge distance shall be made. B. Determine design loads as follows: 1. For equipment anchors,use the design load recommended by the equipment manufacturer and approved by ENGINEER. 2. For pipe hangers and supports,use one half of the total weight of: pipe,fittings, and water contained in pipe,plus the full weight of valves and accessories located between the hanger or support in question. 3. Allowances for vibration are included in the safety factor specified above. 4. Concrete anchors shall develop ultimate shear and pull-out loads of not less than the following values in 4,000 psi concrete: Bolt Diameter Min. Shear Min.Pull-Out Load Inches (Pounds) Pounds 1/2 5,000 7,600 5/8 8,000 12,000 3/4 11,500 17,000 7/8 15,700 20,400 1 20,500 28,400 VCWRF Chlorine Basin 21-22 Catwalks City Project No.02637 050533-3 ANCHORAGES Page 3 of 4 2.2 MATERIALS A. Adhesive Anchors: 1. Provide stainless steel adhesive anchors complying with ASTM F 593,AISI Type 316 with nitronic 60 stainless steel nuts and locknuts. 2. Anchors shall be of the size required for the concrete strength specified. 3. Adhesive anchors shall consist of threaded rods or bolts anchored with an adhesive system into hardened concrete. The adhesive system shall use a two-component adhesive mix and shall be injected with a static mixing nozzle following manufacturer's instructions. The embedment depth of the rod/bolt shall provide a minimum allowable bond strength that is equal to the allowable tensile capacity of the rod/bolt, unless noted otherwise on the Drawings. 4. Product and Manufacturer: a. HIT HY-200 with Safe Set Technology, Injection Adhesive Anchor System, as manufactured by Hilti. b. No substitutes will be considered. B. Powder activated fasteners shall not be used,unless approved by ENGINEER. C. Expansion anchors will not be allowed for any connections shown on structural drawings. PART 3-EXECUTION 3.1 INSPECTION A. CONTRACTOR shall examine areas and conditions under which anchor bolts,toggle bolts and concrete insert Work is to be installed, and notify ENGINEER, in writing, of conditions detrimental to proper and timely completion of Work. Do not proceed with Work until unsatisfactory conditions have been corrected in a manner acceptable to ENGINEER. 3.2 INSTALLATION A. Assure that embedded items are protected from damage and are not filled in with concrete. B. Use concrete inserts for pipe hangers and supports for the pipe size and loading recommended by the insert manufacturer. C. Use toggle bolts for fastening brackets and other elements onto masonry units. D. For the adhesive anchors and adhesive material, CONTRACTOR shall comply with the manufacturer's installation instructions on the hole diameter and depth required to fully develop the tensile strength of the adhesive anchor or reinforcing bar. CONTRACTOR shall properly clean out the hole utilizing a wire brush and compressed air to remove all loose material from the hole, prior to installing adhesive capsules or material.Refer to the Drawings for details. E. Use torque wrench for all anchor installations and torque to manufacturer recommendations. 3.3 CLEANING A. After embedding concrete is placed,remove protection and clean bolts and inserts. VCWRF Chlorine Basin 21-22 Catwalks City Project No.02637 050533-4 ANCHORAGES Page 4 of 4 3.4 FIELD QUALITY CONTROL A. OWNER shall employ a testing laboratory to perform field quality testing of installed anchors. OWNER inspector shall determine the level of testing which is required for the various types of adhesive anchors and anchor bolts. A minimum of ten percent of the adhesive anchors are to be tested to 50 percent of the ultimate tensile capacity of the adhesive anchor as published in the manufacturer's catalogue. B. If failure of any of the adhesive anchors or reinforcing bars occurs, CONTRACTOR will be required to pay for the costs involved in testing the remaining 90 percent. C. CONTRACTOR shall correct improper workmanship,remove and replace,or correct as directed by the ENGINEER, all adhesive anchors or bats found unacceptable or deficient,at no additional cost to the OWNER. D. CONTRACTOR shall pay for all corrections and subsequent tests required to confirm the integrity of the adhesive anchor or bar. E. The independent testing and inspection agency shall complete a report on each area. The report should summarize the observations made by the inspector and be submitted to ENGINEER. F. Provide access for the testing agency to places where Work is being produced so that required inspection and testing can be accomplished. END OF SECTION VCWRF Chlorine Basin 21-22 Catwalks City Project No.02637 05 50 00-1 MISCELLANEOUS METAL FABRICATIONS Page 1 of 4 SECTION 05 50 00 MISCELLANEOUS METAL FABRICATIONS PART 1 - GENERAL 1.1 SUMMARY A. Scope: 1. CONTRACTOR shall provide all labor, materials,equipment and incidentals as shown on the Drawings, specified and required to furnish miscellaneous metal fabrications, including surface preparation and shop priming. B. The extent of miscellaneous metal fabrications Work is shown on the Drawings and includes items fabricated from iron,steel and aluminum shapes,plates, bars, castings and extrusions,which are not a part of the structural steel or other metal systems covered by other Sections of these Specifications. C. The types of miscellaneous metal items include, but are not limited to the following: 1. Miscellaneous framing and supports. 2. Miscellaneous accessories and fasteners. 3. Seat Angles, supports and brackets. D. Related Sections: 1. Section 05 05 33,Anchorages. 2. Section 05 52 15,Aluminum Handrails and Railings. 1.2 QUALITY ASSURANCE A. Reference Standards: Comply with the applicable provisions and recommendations of the following, except as otherwise shown and specified: 1. ASTM A 36, Specification for Carbon Structural Steel. 2. ASTM A 240, Specification for Heat-Resisting Chromium and Chromium-Nickel Stainless Steel Plate, Sheet and Strip for Pressure Vessels. 3. ASTM A 276, Stainless and Heat-Resisting Steel Bars and Shapes. 4. ASTM A 320, Specification for Alloy Steel Bolting Material for Low Temperature Service. 5. ASTM B 209, Specification for Aluminum and Aluminum-Alloy Sheet and Plate. 6. ASTM B 211, Specification for Aluminum and Aluminum-Alloy Bars,Rods and Wire. 7. ASTM B 221, Specification for Aluminum-Alloy Extruded Bars,Rods, Wire, Shapes and Tubes. 8. AWS D1.1, Structural Welding Code. 9. AWS D 1.2, Structural Welding Code—Aluminum. 10. NAAMM, Metal Finishes Manual. 11. OSHA. VCWRF Chlorine Basin 21-22 Catwalks City Project No.02637 055000-2 MISCELLANEOUS METAL FABRICATIONS Page 2 of 4 B. Field Measurements: 1. Take field measurements where required prior to preparation of Shop Drawings and fabrication to ensure proper fitting of the Work. C. Shop Assembly: 1. Preassemble items in the shop to the greatest extent possible,so as to minimize field splicing and assembly of units at the project site. Disassemble units only to the extent necessary for shipping and handling limitations. Clearly mark units for reassembly and coordinated installation. 1.3 SUBMITTALS A. Shop Drawings: Submit for approval the following: 1. Fabrication and erection details of all assemblies of miscellaneous metal Work. Include plans, elevations, and details of sections and connections. Show anchorage and accessory items. Include setting drawings and templates for location and installation of miscellaneous metal items and anchorage devices. 2. Copies of manufacturer's specifications, load tables, dimension diagrams, anchor details, and installation instructions for products to be used in miscellaneous metal Work. PART 2 PRODUCTS 2.1 MATERIALS A. Steel Plates, Shapes and Bars: ASTM A 36. B. Aluminum: 1. Alloy and Temper: Provide alloy and temper as shown on the Drawings or specified, or as otherwise recommended by the aluminum producer or finisher. 2. Extruded Shapes and Tubes: ASTM B 241. 3. Plate and Sheet: ASTM B 209. 4. Bars,Rods and Wire: ASTM B 211. C. Stainless Steel Plates, Sheets and Bars: ASTM A 276,Type 316 stainless steel. 1. Use Type 316 stainless steel unless shown otherwise in the Drawings. D. Stainless Steel Fasteners and Fittings: ASTM A 320. E. Surface Preparation and Shop Priming: All steel shall be primed in the shop. Surface preparation and shop priming requirements are included herein, but are specified in Section 09902. F. Galvanizing:All galvanizing of fabricated steel items shall comply with the requirements of ASTM A 123. G. Aluminum Finish: Provide an Architectural Class I anodized finish for all aluminum work unless specifically shown or specified to be mill or other finish. 2.2 MISCELLANEOUS METAL ITEMS A. Miscellaneous Framing and Supports: 1. Provide miscellaneous metal framing and supports,which are not a part of the structural steel framework and are required to complete the Work. VCWRF Chlorine Basin 21-22 Catwalks City Project No.02637 055000-3 MISCELLANEOUS METAL FABRICATIONS Page 3 of 4 2. Fabricate miscellaneous units to the sizes, shapes and profiles shown on the Drawings or,if not shown on the Drawings, of the required dimensions to receive adjacent grating,plates,tanks, doors, or other work to be retained by the framing. Except as otherwise shown on the Drawings,fabricate from structural shapes, plates, and bars, of all welded construction using mitered corners,welded brackets and splice plates and a minimum number of joints for field connection. Cut, drill and tap units to receive hardware and similar items to be anchored to the Work. 3. Equip units with integrally welded anchors for casting into concrete or building into masonry. Furnish inserts if units must be installed after concrete is placed. a. Except as otherwise shown on the Drawings, space anchors,24-inches on centers, and provide units the equivalent of 1-1/4 by 1/4 by 8-inch strips. b. All material shall be Type 316 stainless steel unless noted otherwise in the Drawings. B. Fasteners and Fittings: Provide Type 316 stainless steel,for all aluminum fabrications, and zinc coated hardware for all galvanized fabrications,unless otherwise shown on the Drawings or specified. C. Surface Preparation and Shop Priming: All miscellaneous metal fabrications shall be primed in the shop. Surface preparation and shop priming requirements are included herein. D. , ,.,o.,.• as speei fled in N n NIM Manual. Aluminum Finish: Provide an Architectural 2 Class 1 anodized finish,AA M10C22 A41,clear,as specified in NAAMM Manual, unless noted otherwise in the Drawings. PART 3 EXECUTION 3.1 INSTALLATION A. Set miscellaneous metal fabrications accurately in location, alignment and elevation, plumb, level,true and free of rack,measured from established lines and levels. Brace temporarily or anchor temporarily in formwork where fabrications are to be built into concrete, masonry or similar construction. B. Anchor securely as shown on the Drawings or as required for the intended use,using concealed anchors wherever possible. C. Fit exposed connections accurately together to form tight hairline joints. Weld steel connections,which are not to be left as exposed joints,but cannot be shop welded because of shipping size limitations. Grind steel joints smooth and touch up shop paint coat. Do not weld,cut or abrade the surfaces of exterior units,which have been hot-dip galvanized after fabrication,and are intended for bolted or screwed field connections. D. Protection of Aluminum from Dissimilar Materials: 1. Coat all surfaces of aluminum in contact with dissimilar materials, such as concrete, masonry and steel. a. Surface Preparation: Solvent clean. b. Shop Prime: 1) Generic Description: Polyamide Epoxy. 2) Product and Manufacturer: Tnemec 66 Hi-Build Epoxoline,2.0-3.0 dry mils. VCWRF Chlorine Basin 21-22 Catwalks City Project No.02637 055000-4 MISCELLANEOUS METAL FABRICATIONS Page 4 of 4 E. All welds to be coated shall be grinded smooth according to NACE"Surface Preparation of Welds Prior to Coating". END OF SECTION VCWRF Chlorine Basin 21-22 Catwalks City Project No.02637 0552 15-1 ALUMINUM HANDRAILS AND RAILINGS Page I of 13 SECTION 05 52 15 ALUMINUM HANDRAILS AND RAILINGS PART 1 -GENERAL 1.1 SUMMARY A. Scope: 1. CONTRACTOR shall provide all labor,materials,tools,equipment and incidentals as shown on the Drawings,specified and required to furnish and install aluminum handrail and railing systems. The Work also includes: a. Providing openings in, and attachments to, aluminum handrail and railing systems to accommodate the Work under this and other Sections and providing for the aluminum handrail and railing systems all items such as anchor bolts, fasteners,studs and all items required for which provision is not specifically included under other Sections. 2. Extent of aluminum handrail and railing systems is shown on the Drawings and specified. 3. Types of products required include the following: a. Top and two intermediate horizontal railing systems. b. Handrail system. c. Toeboards. d. Anchors and fasteners. e. Sleeves, castings, reinforcing inserts, wail brackets, gates,gate latches,stops and hinges, chains,and other miscellaneous accessories. f. Custom finished architectural Class I anodized finish for all system components. B. Coordination: 1. Review installation procedures under other Sections and coordinate the Work that must be installed with or attached to the handrail and railing. 2. Coordinate all handrail and railing locations as required for Work meeting all governing authorities. C. Related Sections: 1. Section OS 50 00,Miscellaneous Metal Fabrications. 1.2 SYSTEM DESCRIPTION A. Aluminum handrail and railing system shall consist of three equally spaced horizontal rails with totally concealed mechanical fasteners,set screws and adhesively bonded components fastened to posts spaced not more than 5 feet-0 inches on center and a system of handrails supported from adjacent construction by mounting brackets spaced at not more than 5 feet-0 inches on center. B. Aluminum handrail and railing system shall include all components and features shown on the Drawings and specified and all system components and features available from specified manufacturers necessary to provide a complete aluminum handrail and railing system complying with these Specifications. VCWRF Chlorine Basin 21-22 Catwalks City Project No.02637 055215-2 ALUMINUM HANDRAILS AND RAILINGS Page 2 of 13 1.3 QUALITY ASSURANCE A. Fabricator Qualifications: 1. Engage a single firm,with undivided responsibility for performance of handrail and railing systems Work. 2. Engage a firm,which can show five years previous successful experience in the fabrication of handrail and railing systems of scope and type similar to the required Work. 3. Materials and fabrication procedures shall be subject to inspection and tests in the mill, shop,and field,conducted by a qualified inspection agency. Such inspections and tests shall not relieve CONTRACTOR of responsibility for providing materials and fabrication procedures in compliance with specified requirements. B. Installer Qualifications: 1. Engage a single installer skilled,trained and with a record of successful experience in the installation of aluminum handrail and railing systems and who has a successful record of performing Work in accordance with the approved recommendations and requirements of the fabricator or who can submit evidence in writing of being acceptable to the fabricator; and who agrees to employ only tradesmen with specific skill and successful experience in this type of Work. C. Codes: 1. Comply with the applicable requirements of OSHA and the Building Code. 2. If there is a conflict between the OSHA requirements and the Building Code, comply with whichever requirement is more stringent. D. Allowable Tolerances: 1. Limit variation of cast-in-place inserts,sleeves and field-drilled anchor and fastener holes to the following: a. Spacing: ±3/8-inch. b. Alignment: ±1/4-inch. c. Plumbness: t1/8-inch. 2. Minimum Handrails and Railings Systems Plumb Criteria: a. Limit variation of completed handrail and railing system alignment to 1/4-inch in 12 feet-0 inches with posts set plumb to within 1/16-inch in 3 foot-0 inches. b. Align rails so variations from level for horizontal members and from parallel with rake of stairs and ramps for sloping members do not exceed 1/4-inch in 12 feet-0 inches. 3. Provide"pencil-line"thin butt joints. 4. Shims shall be provided as necessary to maintain alignment at existing structures. Handrails and Railing alignment shall inspected by Owner for approval. E. Source Quality Control: 1. Obtain all handrails and railings systems components and accessories from the same manufacturer. F. Reference Standards: Comply with applicable provisions and recommendations of the following, except as otherwise shown or specified. 1. ASTM B 26, Specification for Aluminum and Aluminum-Alloy Sand Castings. 2. ASTM B 117,Practice for Operating Salt Spray(Fog)Apparatus. VCWRF Chlorine Basin 21-22 Catwalks City Project No.02637 055215-3 ALUMINUM HANDRAILS AND RAILINGS Page 3 of 13 3. ASTM B 136,Method for Measurement of Stain Resistance of Anodic Coatings on Aluminum. 4. ASTM B 137,Test Method for Measurement of Coating Mass Per Unit Area of Anodically Coated Aluminum. 5. ASTM B 210, Specification for Aluminum and Aluminum-Alloy Drawn Seamless Tubes. 6. ASTN B 221, Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire,Profiles and Tubes. 7. ASTM B 241, Specification for Aluminum and Aluminum-Alloy Seamless Pipe and Seamless Extruded Tube. 8. ASTM B 244,Test Method for Measurement of Thickness of Anodic Coatings on Aluminum and of Other Nonconductive Coatings on Nonmagnetic Basis Metals with Eddy-Current Instruments. 9. ASTM B 247, Specification for Aluminum and Aluminum-Alloy Die Forgings, Hand Forgings, and Rolled Ring Forgings. 10. ASTM B 429, Specification for Aluminum-Alloy Extruded Structural Pipe and Tube. 11. ANSI A1264.1, Safety Requirements for Workplace Floor and Wall Openings, Stairs and Railing Systems. 12. The Aluminum Association,AA ASD-1,Aluminum Standards and Data. 13. The Aluminum Association,AA SAA-46, Standards for Anodized Architectural Aluminum. 14. The Aluminum Association,AA DSA-45,Designation System for Aluminum Finishes. 15. Architectural Metal Products Division of The National Association of Architectural Metal Manufacturers,AMP/NAAMM,Pipe Railing Manual. 16. Architectural Metal Products Division of The National Association of Architectural Metal Manufacturers,AMP 501,Finishes for Aluminum. 17. OSHA, Title 29 Code of Federal Regulations Part 1910.23 -Guarding Floor and Wall Openings and Holes. 18. The Americans with Disabilities Act of 1990(Public Law 101-336),Appendix A to Title 28 Code of Federal Regulations Part 36(Americans with Disabilities Act Accessibility Guidelines for Buildings and Facilities-ADAAG. 19. American National Standard Institute,A 117.1,Accessible and Usable Buildings and Facilities. 20. International Building Code. G. Field Measurements: Take field measurements,where required,prior to preparation of Shop Drawings and fabrication to ensure proper fitting of the Work. H. Shop Assembly: Preassemble items in the shop to the greatest extent possible, so as to minimize field splicing and assembly of units at the site. Disassemble units only to the extent necessary for shipping and handling limitations. Clearly mark units for reassembly and coordinate installation. VCWRF Chlorine Basin 21-22 Catwalks City Project No.02637 055215-4 ALUMINUM HANDRAILS AND RAILINGS Page 4 of 13 1.4 SUBMITTALS A. Samples: Submit for approval the following: 1. Full size sample,2 foot-0 inches long, of assembled railing system at post and rail intersections with all associated components including typical mechanical and adhesively fastened connections,mounted toeboard and sleeve, and handrail at wall return complete with mounting brackets, all with specified controlled uniform metal finish. 2. Color Samples: Maximum range of clear anodized aluminum that shall appear in finished Work. Prepare range samples,to show the highest level of color control feasible for actual handrail and railing components, as determined by the licensor of the finishing process specified, on actual extrusions and castings of the Work. 3. Samples will be reviewed for finish, color,joinery tolerances,workmanship and general component assembly only. Compliance with all other requirements is the responsibility of CONTRACTOR. B. Shop Drawings: Submit for approval the following: 1. Drawings for the fabrication and erection of handrail and railing systems with sizes of members,components and anchorage devices, all based on specified requirements. Include copies of manufacturer's specifications,standard detail drawings and installation instructions for handrail and railing systems. Include all plans and elevations identifying the location of all handrail and railing systems, and details of sections and connections. Show all anchorage items. 2. Profiles of handrail and railing systems components, and the details of forming, jointing, sections, connection, internal supports,trim, and accessories. Provide details drawn at 1-1/2-inch scale. 3. All calculations for complete structural analysis of the handrail and railing systems including calculations showing compliance with system performance criteria specified. The calculations shall be prepared, signed and sealed by a Registered Professional Engineer licensed in the State of Texas. 4. Manufacturer's catalogs showing complete selection of standard and custom components and miscellaneous accessories for selection by ENGINEER. C. Certification: Submit for approval the following: 1. Copies of material purchase receipts indicating actual materials purchased for this job, signed by a certified and licensed Notary Public,verifying that material purchased for the Work complies with material designations specified as confirmed by approved Shop Drawings. 2. Manufacturer's certificate on results of load testing the completed handrail and railing systems, demonstrating compliance with all applicable OSHA,ANSI and Building Code,Building Construction Code requirements and the system performance criteria specified for superimposed loadings and deflection limitations. 3. Finish: Furnish a written certificate confirming specified anodized coating film thickness, sealing treatment and stain test performance. VCWRF Chlorine Basin 21-22 Catwalks City Project No.02637 055215-5 ALUMINUM HANDRAILS AND RAILINGS Page 5 of 13 1.5 PRODUCT DELIVERY,STORAGE AND HANDLING A. Delivery of Materials: 1. Deliver handrails and railings and all accessories dry and undamaged,with manufacturer's protective coating intact,bearing original intact factory labels identifying component's location and use within the completed systems. 2. Handrail and railing systems components,which are damaged during delivery or while being unloaded,shall not be stored on site. Remove such units from site and replace with new,undamaged material. B. Storage of Materials: 1. Store handrail and railing systems components and accessory materials in a dry location and in a manner that will protect strippable coating from exposure to sun and condensation;with good air circulation around each piece and with protection from wind blown rain. 2. Store handrail and railing systems components and accessory materials under tarpaulin covers and in an area protected from dirt, damage,weather and from the construction activities of all contractors. Do not store outside or allow items to become wet or soiled in any way while on site. 3. Do not store in contact with concrete,earth or other materials that might cause corrosion,staining,scratching or damage to finish. Do not install system components,which become dented,scratched or damaged in any way. Remove such components from site and replace with new,undamaged material. C. Handling of Materials: 1. Do not subject handrail and railing systems components and accessory materials to bending or stress. 2. Do not damage edges or handle material in a manner that will cause scratches, warps or dents. 3. Keep on-site handling to a minimum. 4. Maintain protective covering on railings and handrails. All surface protective coverings such as nonadhesive papers,adhesive papers and strippable plastic films shall be removed after receipt at the site as soon as there is no longer a need for the protection. 1.6 JOB CONDITIONS A. Protection: Protect cast-in-place sleeves from debris and water intrusion by use of temporary covers or removable foam inserts. PART 2-PRODUCTS 2.1 SYSTEM PERFORMANCE A. Performance Criteria: 1. Maintain the visual design concept shown on the Drawings, and the technical requirements specified, including modules,profiles, alignment of components and requirements for finish. 2. Provide handrail and railing systems that conform to the Building Code,Building Construction Code and OSHA,Part 1910.23, including the 200 pound loading requirement. In addition,the system shall conform to the following requirements: VCWRF Chlorine Basin 21-22 Catwalks City Project No.02637 055215-6 ALUMINUM HANDRAILS AND RAILINGS Page 6 of 13 a. Completed railing and handrail systems shall withstand a uniform lateral force of 40 pounds per linear foot and a vertical uniform force of 50 pounds per linear foot, both applied simultaneously at the top of the handrail and railing. b. Intermediate and bottom rails shall withstand simultaneously applied lateral uniform forces of 40 pounds per linear foot and a vertical load of 50 pounds per linear foot,however, lateral and vertical loads on intermediate and bottom railings need not be considered in the detailing and fabrication of posts and anchorages. c. For railings having panels,the panels shall be detailed and fabricated to withstand a uniform lateral load of twenty pounds per square foot. d. Concentrated 200 pound load and uniform force conditions shall not be applied simultaneously. e. Other pertinent requirements ceded to ANSI A1264.1 by the Uniform Building Code. f. Bending stresses shall not exceed 60 percent of the yield stress of the material. Applied loads shall not produce permanent deflection in the completed Work when loads are removed. g. Select schedule of pipe using alloys,minimum diameter, loadings and maximum post spacing specified in order to limit deflection in each single-span of railing and handrail to 1.5-inches maximum and on railing posts to 1.4-inches maximum and with a safety factor of 1.65:1 for all Work. 3. Thermal Control: Provide adequate expansion within fabricated systems that allows for a thermal expansion and contraction caused by a material temperature change of 140°F to-20°F without warp or bow of system components. Distance between expansion joints shall be based on providing a 1/4-inch wide joint at 70°F, which accommodates a movement of 150 percent of the calculated amount of movement for the specified temperature range. 4. Provide expansion joints in handrail and railing systems where systems cross expansion joints in structure. 5. Provide handrail and railing systems as shown on the Drawings. Where handrail or railing systems are required by either the governing authority or the Occupational Safety and Health Act, or the Americans with Disabilities Act,aluminum handrail and railing systems of the type specified herein shall be provided. 6. Configuration of all handrail and railing systems components shall be as shown on the Drawings. Verify dimensions at the site without causing delay in the Work. 7. Except where detailed dimensions are shown on the Drawings, indicate required locations for posts,space posts maximum 5 foot-0 inches on centers. 8. Where details show post location requirements at or near end of runs,uniformly space intermediate posts as required to meet loading and deflection criteria specified, but not greater than maximum spacing specified. Where posts are shown at straight walkways and other locations where railing is provided on each side, locate railing system posts opposite each other; do not stagger. 9. Comply with handrail and railing systems details shown on the Drawings. Provide fabricator's standard details for conditions not shown on the Drawings and for general system assembly,unless otherwise specified. All details shown are typical; similar details apply to similar conditions, unless specifically otherwise shown on the Drawings. 10. Fabricator is responsible for structural analysis and detailing of handrails and railings systems. Provide complete structural calculations and verification of other VCWRF Chlorine Basin 21-22 Catwalks City Project No.02637 055215-7 ALUMINUM HANDRAILS AND RAILINGS Page 7 of 13 system performance criteria and Shop Drawings for all handrail and railing members, anchors and all other support system components prepared,signed and stamped with the seal of a Licensed Professional Engineer licensed to practice in the State of Texas. B. Fasteners and Supports: 1. Provide the size, length and load carrying capacity required to carry the specified loadings required by performance criteria times a minimum safety factor of four. 2. Where sizes are shown on the Drawings,the sizes shown shall be considered minimum. Increase size to comply with required system performance criteria loadings and minimum safety factor specified. 3. All railing system posts shall be provided with a circular profile solid reinforcing bar with outside diameter equal to inside diameter of post. Each post shall receive one reinforcing bar. 2.2 MATERIALS A. Extruded Aluminum Architectural and Ornamental Shapes: ASTM B221,Alloy 6063- T52. B. Aluminum Forgings: ASTM B 247. C. Extruded or Drawn Aluminum Pipe and Tube: 1. 6063-T52 alloy as required by loadings, deflections and post spacings specified. 2. Provide Schedule 40 pipe minimum,unless conditions of detail and fabrication require extra heavy pipe to comply with performance criteria specified. 3. Provide all rails and posts with minimum outside diameter of 1.900-inches. D. Reinforcing Bars: Solid, circular profile,24-inch long, 6063-T52 alloy aluminum reinforcing bars with same outside diameter as inside diameter of post. E. Toeboards: 1. Provide extruded 6063-T52 alloy aluminum toeboards, unless railing is mounted on curbs or other construction of sufficient height and type to meet the requirements of OSHA 1910.23. Bats or plates are not acceptable. 2. Unless otherwise specified,toeboards shall meet requirements of OSHA Part 1910.23, Section(e). F. Anchors and Fastenings: 1. Type 316 stainless steel;minimum 1/2-inch diameter. 2. Provide minimum of four bolt fasteners for each post where surface mounted posts are shown on the Drawings. Components shall be in accordance with manufacturer's recommendations and as acceptable to ENGINEER as shown on approved Shop Drawings. 3. Concrete and Masonry Anchors:As specified in Section 05 05 33. 4. Bolting Materials:As specified in Section 05 05 33. G. Castings: 1. Provide high strength aluminum alloy brackets, flanges and fittings suitable for anodizing as specified. 2. Aluminum-Alloy Sand Castings: ASTM B 26. VCWRF Chlorine Basin 21-22 Catwalks City Project No.02637 055215-8 ALUMINUM HANDRAILS AND RAILINGS Page 8 of 13 H. Connector Sleeves: Schedule 40, 5-inches long by 1.610-inches diameters. I. Brackets and Flanges: Provide manufacturer's complete selection of standard and custom brackets and flanges for railing system posts and for handrail supports. J. Sockets: Provide 6-inch deep by 2-1/2-inch outside diameter aluminum sockets with 3-1/2-inch wide socket cover on bottom of all sockets and on top and bottom of removable post sockets. K. Hinges: Provide two self-closing aluminum hinges for each railing system gate shown on the Drawings. L. Latches and Stops: Provide one latch and stop with rubber bumper and 1-inch diameter plastic knob for each railing system gate shown on the Drawings. M. Chain, Snaps and Eye Bolts: Provide oblong 0.250-inch welded link, Type 316 stainless steel chain weighing 57 pounds per cubic foot, each link 1-1/8-inch by 7/16-inch. Provide stainless steel eyebolts, 1/4-inch stainless steel threaded quick links and heavy-duty swivel snaps with spring-loaded latch. N. Custom Cover Flanges: 1/4-inch high by 4-inch diameter; aluminum. O. System Components and Miscellaneous Accessories: Provide a complete selection of manufacturer's standard and custom aluminum handrail and railing systems components and miscellaneous accessories as may be required based on conditions and requirements shown on the Drawings, including, but not limited to,fascia flanges,post brackets, complete selection of one and two-piece handrail brackets for selection by ENGINEER including protective inserts,threaded bushing brackets, interlocking panel clips, clamps, channel adapters, end caps,post caps, adapters,ADA-compliant accessories and similar items. Show the type and location of all such items on Shop Drawings. P. Adhesive: Two part waterproof epoxy-type as recommended by handrail and railing systems manufacturer. Q. Grout:Non-Shrink,Non-Metallic Grout. 2.3 FABRICATION A. General: Unless otherwise shown on the Drawings or specified in the Contract Documents provide typical non-welded construction details and fabrication techniques as recommended by AMP/NAAMM publications specified. B. Form exposed Work true to line and level with accurate angles, surfaces and straight edges.Fabricate all corners without the use of fittings. C. Form bent-metal corners to the radius shown on the Drawings without causing grain separation or otherwise impairing the Work. Use radius bends to form all changes in direction of handrail and railing systems. Form elbow bends and wall returns to uniform radius,free from buckles and twists,with smooth finished surfaces, or use prefabricated bends. Provide not less than 4-inch outside radius. D. Provide chains across openings in railings where shown on the Drawings. Attach one end of each chain to a 1/4-inch eye bolt in the post and the other end attached by means of an approved heavy stainless steel swivel eye snap hook to a similar eye bolt in the opposite post. E. Remove burrs from all exposed edges. F. Locate intermediate rails equally spaced between top rail and finished floor. VCV,RF Chlorine Basin 21-22 Catwalks City Project No.02637 055215-9 ALUMINUM HANDRAILS AND RAILINGS Page 9 of 13 G. Close aluminum pipe ends by using prefabricated fittings. H. Weep Holes: 1. Fabricate joints,which will be exposed to the weather so as to exclude water. 2. Provide 1/4-inch diameter weep holes at the lowest possible point on all handrail and railing systems posts. 3. Provide pressure relief holes at closed ends of handrail and railing systems. I. Toeboards: 1. Provide manufacturer's toeboard detail,which accommodates movement, caused by thermal change specified without warping or bowing toeboards. 2. Provide manufacturer's toeboard detail,which accommodates storage for removable socket covers. 3. Coordinate and cope toeboard as required to accommodate cover flanges at posts. 4. Toeboards shall follow curvature of railing. Where railing is shown on the Drawings to have curved contours at corners, or other locations,the toeboard shall likewise be curved to follow line of railing system. J. Reinforcing Bars: Provide reinforcing bar friction-fitted at all railing system posts. Extend reinforcing bars or tubes 6-inches into cast-in-place sleeves or other types of supporting brackets. K. Mechanically Fitted Component Pipe Handrail and Railing: 1. Use a nonwelded pipe handrail and railing system with posts,top and intermediate rail(s)and flush joints. 2. Provide a top and two intermediate horizontal rail(s), equally spaced. 3. Blind rivets,pop rivets or other exposed fastening devices shall not be used in the Work. Fasteners used for side mounting fascia flanges where shown on the Drawings or specified may be exposed in the Work. Provide internal threaded tubular aluminum rivets,stainless steel through bolts with lock nuts, stainless steel sheet metal screws with lockwashers and epoxy adhesive for fastening all components of the Work. 4. Product and Manufacturer: Provide one of the following: a. Connectorail System by Julius Blum&Company,Incorporated. b. Custom Fabricated Series 500 Non-Welded Aluminum Pipe Aluminum handrails and railings system by Superior Aluminum Products, Incorporated. 2.4 ALUMINUM COATINGS A. General: 1. Prepare surfaces for finishing in accordance with recommendations of the aluminum producer and the finisher or processor. 2. Adjust and control the direction of mechanical finishes specified to achieve the best overall visual effect in the Work. 3. Color and Texture Tolerance: Provide uniform color and continuous mechanical texture for all aluminum components. OWNER reserves the right to reject aluminum materials because of color or texture variations,which are visually objectionable,but only where the variation exceeds the range of variations established by the manufacturer prior to fabrication, by means of range samples which have been accepted by ENGINEER. VCWRF Chlorine Basin 21-22 Catwalks City Project No.02637 055215-10 ALUMINUM HANDRAILS AND RAILINGS Page 10 of 13 4. Anodize all aluminum components of the Work. B. Meehanieally f4aish aluminufn by wheel or-belt polishing with aluMi-HHM EWide gfit 0 180 to 220 Size, using per-.pheral wheel speed of 6,000 feet er minute;Aluminum 2 Asseeiatioxn Designaflen T432 Met , , S *:n Difeetional rroxtuFe r u a Rubbed Fin4s . Whefe.. e to , plete the We fk.,na n ide nif eentintious tex4ufe,pr-evide hand i!ttbbed finish le mffteh medium satin difeefienal H3 C. Provide non-etching chemical cleaning by immersing the aluminum in an inhibited chemical solution, as recommended by the coating applicator,to remove all lard oil, fats,mineral grease and other contamination detrimental to providing specified finishes. 1. Clean and rinse with water between steps as recommended by the aluminum manufacturer. D. Exposed Aluminum Anodic Coating: Provide anodic coatings as specified,which do not depend on dyes,organic or inorganic pigments, or impregnation processes to obtain color. Apply coatings using only the alloy,temperature,current density and acid electrolytes to obtain specified colors in compliance with the designation system and requirements of the Aluminum Association and AMP 501 of AMP/NAAMM. Comply with the following: 1. Provide Architectural Class I high density anodic treatment by immersing the components in a tank containing a solution of 15 percent sulfuric acid at 70°F with 12 amperes per square foot of direct current for minimum of sixty minutes; Aluminum Association Designation A41. 2. Physical Properties: a. Anodic Coating Thickness,ASTM B 244: Minimum of 0.7 mils thick. b. Anodic Coating Weight,ASTM B 137: Minimum of 32 mg/sq. in. c. Resistance to Staining,ASTM B 136: No stain after five minutes dye solution exposure. 3. Seal finished anodized coatings using deionized boiling water to seal the pores and prevent further absorption. 4. Product and Manufacturer:Provide one of the following: a. Alumilite 215 Clear by Aluminum Company of America, Incorporated. b. Aluminum Association Designation A41 by Southern Aluminum Finishing PART 3 -EXECUTION 3.1 INSPECTION A. CONTRACTOR shall examine the substrate and conditions under which the aluminum handrails and railings systems Work is to be performed and notify ENGINEER, in writing,of unsatisfactory tolerances which exceed specified limits and other conditions detrimental to proper and timely completion of the Work. Do not proceed with installation until unsatisfactory conditions have been corrected in a manner acceptable to ENGINEER. B. Verify to ENGINEER gage of aluminum pipe railing posts and rails brought to the site by actual measurement of on-site material in the presence of ENGINEER. VCWRF Chlorine Basin 21-22 Catwalks City Project No.02637 0552 15- 11 ALUMINUM HANDRAILS AND RAILINGS Page I I of 13 3.2 INSTALLATION A. General: 1. Do not erect components,which have become scarred,dented, chipped, discolored or otherwise damaged or defaced. Railing and handrail system components,which have holes, cuts,gouges, deep scratches or dents of any kind, shall be removed from the site before installation. Repairs to correct such Work will not be approved by ENGINEER. Remove and replace with new material. 2. Comply with installation and anchorage recommendations of AMP/NAAMM publications specified in addition to the requirements specified and approved Shop Drawings. B. Fastening to In-Place Construction: 1. Remove protective plastic immediately before installation. 2. Adjust handrails and railings prior to securing in place,to ensure proper matching at butting joints and correct alignment throughout their length. Plumb posts in each ` direction. Secure posts and rail ends to building construction as follows: a. Anchor posts in concrete by means of sockets set and anchored into the concrete floor slab. Provide closure secured to the bottom of sleeve. Before installing posts remove all debris and water from sleeves. Verify that reinforcing bars have been inserted into posts before installation. Do not install posts without reinforcing bar. For all non-removable handrail and railing systems sections,after the posts have been inserted into the sockets, fill the annular space between posts and sockets solid with grout as specified in Section 03600, Grout. Crown grout and slope it to drain away from posts. b. Anchor posts to stair stringers with stringer or support flanges,angle type or floor type as required by conditions, shop-connected to posts and bolted to the steel supporting members. Flanges shall be as recommended by manufacturer. Verify that reinforcing bars have been inserted into posts before installation. Do not install posts without reinforcing bar. c. Side mount posts by fastening them securely in brackets attached to steel or concrete fascia as shown on the Drawings and in accordance with approved Shop Drawings. d. Provide removable railing sections where shown on the Drawings. Removable railing system posts shall be provided with friction fitted reinforcing bar in each post. Provide sockets with socket covers stored in extruded toeboard. Provide aluminum pipe collars for all removable posts.Accurately locate sleeves to match post spacings. e. All posts set in concrete shall be provided with an aluminum floor cover flange. 3. Use devices and fasteners recommended by the handrail and railing systems manufacturer and as shown on the approved Shop Drawings. C. Cutting,Fitting and Placement: 1. Perform cutting, drilling and fitting required for installation. Set the Work accurately in location, alignment and elevation,plumb, level,true and free of rack, measured from established lines and levels. 2. Fit exposed connections accurately together to form tight hairline joints. Do not cut or abrade the surfaces of units,which have been finished after fabrication,and are intended for field connections. VCWRF Chlorine Basin 21-22 Catwalks City Project No.02637 0552 15-12 ALUMINUM HANDRAILS AND RAILINGS Page 12 of 13 3. Permanent field splice connections shall be made using manufacturer's recommended epoxy adhesive and 5-inch minimum length connector sleeves. Tight press-fit all field splice connectors and install in accordance with manufacturer's written instructions. Follow epoxy manufacturer's recommendations for requirements of installation and conditions of use. 4. Make all splices as near as possible to posts but not exceeding 12-inches from nearest post. 5. Field welding will not be permitted. Make all splices using a pipe splice lock employing a single Allen screw to lock joint. 6. Provide hinged railings sections as shown on the Drawings. Provide hinges and latch for connection to adjacent railing. 7. Provide chain sections as shown on the Drawings. Provide one chain length with fastening accessories for top and each intermediate rail. 8. Secure handrails to walls with wall brackets and end fittings as shown on the Drawings. Locate brackets as shown on the Drawings or, if not shown on the Drawings, at not more than 5 feet—0 inches on centers. 9. Provide flush-type wall return fittings with the same projection as that shown for wall brackets. Drill wall plate portion of the bracket to receive one bolt,unless otherwise shown on the Drawings. 10. Secure wall brackets to building construction as follows: a. For concrete and solid masonry anchorage, use anchor bolt expansion shields and lag bolts. b. For hollow masonry anchorage, use toggle bolts having square heads. 11. Securely fasten toeboards in place with not more than 1/4-inch clearance above floor level. 12. Drill one 1/4-inch diameter weep hole not more than 1/4-inch above the top of location of solid reinforcing bar in each post. D. Expansion Joints: 1. Provide slip j oint with internal sleeve extending 2-inches minimum beyond j oint on each side. 2. Construct expansion joints as for field splices, except fasten internal sleeve securely to one side of rail only. 3. Locate joints within 6-inches of posts. 4. Submit locations and details of all expansion joints to ENGINEER. E. Protection from Dissimilar Materials: 1. Coat all surfaces of aluminum in contact with dissimilar materials such as concrete, masonry and steel as specified in Section 09902,Painting and Protective Coatings. 2. Do not extend coating beyond contact surfaces. Remove coating where exposed-to- view in the finished Work. 3.3 CLEANING AND REPAIRING A. Cleaning: Installer shall clean exposed surfaces of handrail and railing systems of every substance after completion of installation. Comply with recommendations of both the handrail and railing, and finish manufacturer. Do not use abrasives or non-approved solvent cleaners. Test cleaning techniques on an un-used section of railing before employing cleaning technique. VCWRF Chlorine Basin 21-22 Catwalks City Project No.02637 0552 15-13 ALUMINUM HANDRAILS AND RAILINGS Page 13 of 13 1. Remove all stains, dirt, grease or other substances by washing handrails and railings systems thoroughly using clean water and soap; rinse with clean water. 2. Do not use acid solution, steel wool or other harsh abrasives. 3. If stain remains after washing remove defective sections and replace with new material conforming to the requirements of the Specification. B. Leave handrails and railings,free from dents, burrs, scratches,holes and other blemishes. Replace damaged or otherwise defective Work with new material that conforms to the Specification requirements at no additional cost to OWNER. C. At the completion of Work,replace adjacent work,marred by the Work of this Section. END OF SECTION VCWRF Chlorine Basin 21-22 Catwalks City Project No.02637 Division 06 Wood and Plastics THIS PAGE LEFT INTENTIONALLY BLANK VCWRF Chlorine Basin 21-22 Catwalks City Project No.02637 065000-1 FIDERGLASS REINFORCED PLASTIC GRATING Page I of 5 SECTION 06 50 00 FIBERGLASS REINFORCED PLASTIC GRATING PART1 - GENERAL 1.1 SUMMARY A. Scope: 1. CONTRACTOR shall provide all labor,materials,equipment,and incidentals as shown, specified, and required to furnish and install fiberglass-reinforced plastic (FRP) grating. The Work also includes: ` a. Providing openings in FRP grating to accommodate the Work under this and other Sections and attaching to FRP grating all items such as sleeves, bands, studs,fasteners,and items required for which provision is not specifically included under other Sections. B. Coordination: 1. Review installation procedures under this and other Sections and coordinate installation of items to be installed with or before FRP grating Work. C. Related Sections: 1. Section 05 05 33 Anchorages. 2. Section 05 50 00 Miscellaneous Metals Fabrications. 1.2 REFERENCES A. Standards referenced in this Section are: 1. AASHTO, Standard Specifications for Highway Bridges. 2. ASTM D635, Test Method for Rate of Burning and/or Extent and Time of Burning of Plastics in a Horizontal Position. 3. ASTM E84, Test Method for Surface Burning Characteristics of Building Materials. 1.3 QUALITY ASSURANCE A. Qualifications: 1. Manufacturer:Manufacturer shall have a minimum of five years experience producing materials substantially similar to those required and shall be able to submit documentation of at least five installations in satisfactory operation for at least five years each. B. Component Supply and Compatibility: 1. Obtain all products furnished under this Section regardless of component manufacturer from a single FRP grating manufacturer. 2. FRP grating manufacturer shall prepare, ,all Shop Drawings and other submittals for components furnished under this Section. Shop Drawings shall be sealed by an Engineer registered in the state of Texas. C. Regulatory Requirements: Comply with the following: 1. OSHA,29 CFR 1910.23, Guarding Floor and Wall Openings and Holes. VCWRF Chlorine Basin 21-22 Catwalks City Project No.02637 065000-2 FIBERGLASS REINFORCED PLASTIC GRATING Page 2 of 5 2. Building codes referred to in Section 0142 20,References. 1.4 SUBMITTALS A. Action Submittals: Submit the following: 1. Shop Drawings: a. Fabrication and erection drawings and schedules of all materials included under this Section. Include plans, elevations, and details, including connection details. Show anchorage and accessory items. Shop Drawings shall indicate location of planned field cut-outs in grating. b. Obtain ENGINEER's approval of field cut-outs in grating. 2. Product Data: a. Manufacturer's specifications, load tables, dimension diagrams, and anchorage details. B. Informational Submittals; Submit the following: 1. Manufacturer Instructions: a. Setting drawings and templates for location and installation of anchorage devices. b. Manufacturer instructions for handling, storing, and installing the materials furnished. 2. Qualifications Statements: a. Manufacturer qualifications,when requested by ENGINEER. 1.5 DELIVERY, STORAGE,AND HANDLING A. Storage and Protection: 1. Protect materials from corrosion,staining,scratching,and deterioration. PART 2 - PRODUCTS 2.1 SYSTEM PERFORMANCE A. General: 1. Maximum clear span deflection under uniform load equal to 250 pounds per square foot shall be the smaller of 1/200 of span or 1/4-inch, at four feet. 2. Flame Spread Rating:25 or less,ASTM E84; self-extinguishing ASTM D635. 3. Sheet Size:As shown or indicated in the Contract Documents, and as required to comply with deflection requirements. 4. Design Loads: a. Uniform live load shall be as shown. Where the live load is not shown,the uniform live load shall be as indicated below or the indicated concentrated load, whichever gives the greatest stresses. Concentrated Load Live Load (Ibs per foot of grating at ( s center of span) Location(s) 300 1,500 All VCWRF Chlorine Basin 21-22 Catwalks City Project No.02637 065000-3 FIBERGLASS REINFORCED PLASTIC GRATING Page 3 of 5 b. Maximum Clear Span Deflection for Uniform Live Loads: 1/240 of span, but not more than 1/4-inch. c. Maximum Clear Span Deflection for Concentrated Loads: 1/180 of span. B. Pultruded FRP Grating:Provide products conforming to the following: 1. Grating shall be pultruded construction with I-bar configuration of bearing bars and tie bars providing single-directional strength. 2. Depth: 1.5-inch minimum 3. Bearing Bars: Fiberglass I-bar minimum of one-inch spaced at 1.2-inch on centers. 4. Cross-Bars: Swage-locked to bearing bars at maximum spacing of four inches on centers. C. FRP Stair Treads:Provide stair treads complying with the following: 1. Stair Tread Design Loads: Concentrated live load shall be: a. 300 pounds on front-most five inches of tread at center of tread of span up to 5.5 feet. b. 300 pounds on front-most five inches of tread at the one-third points of tread of span greater than 5.5 feet. 2. Maximum Clear Span Deflection for Concentrated Live Loads: 1/240 of span, but not more than 1/4-inch. 3. Maximum Fiber Stress: 12,000 psi. 2.2 MANUFACTURERS A. Pultruded FRP Grating: 1. Products and Manufacturers: Provide one of the following: a. Safe-T-Span Pultruded Grating, by Fibergrate Composite Structures, Inc. b. Duradek Pultruded Fiberglass Grating,by Strongwell Corporation. c. Or equal. B. Stair Treads:Provide one of the following: 1. Products and Manufacturers: Provide one of the following: a. Safe-T-Span Pultruded Treads, by Fibergrate Composite Structures, Inc. b. Duradek Pultruded Treads, by Strongwell Corporation. c. Or equal. 2.3 MATERIALS A. Fiberglass-Reinforced Plastic(FRP): 1. Premium-grade,fire-retardant vinyl ester resin with glass reinforcing. 2. Finished surfaces of FRP items and fabrications shall be smooth,resin-rich,free of voids and without dry spots, cracks, crazes, or un-reinforced areas. Glass fibers shall be well-covered with resin to protect against exposure due to wear and weathering. B. Attachment, Clips,Fasteners, and Hardware: Provide Type 316 stainless steel clips, bolts, nuts,washers,sleeves,fasteners, and associated hardware. C. Color and Finish of Grating: 1. Color:Dark gray. VCWRF Chlorine Basin 21-22 Catwalks City Project No.02637 065000-4 FIBERGLASS REINFORCED PLASTIC GRATING Page 4 of 5 2.4 FABRICATION A. General: 1. Use materials in accordance with the Contract Documents and approved Shop Drawings and submittals. 2. Sealing: Coat shop-fabricated cuts in FRP with vinyl ester resin. B. Grating: 1. Reinforce grating with continuous rovings of equal number of layers in each direction. Top layer of reinforcing shall be no more than 1/8-inch below top surface of grating to provide maximum stiffness and prevent resin chipping of un-reinforced surfaces. Percentage of glass(by weight)shall not exceed 35 percent. 2. After molding, dry glass fibers shall not be visible on surface of bearing bars or cross bars. Bars shall be smooth and uniform with no evidence of fiber orientation irregularities, interlaminar voids,porosity,resin over-rich, or resin-starved areas. 3. Non-slip Surfacing: Grating shall have integrally-applied grit top on the surface of each bar providing maximum slip resistance. 4. Grating bar intersections shall be filleted to minimum radius of 1/16-inch to eliminate local stress concentrations and reduce the potential for resin cracking. 5. Layout: Each grating section shall be readily removable, except where shown or indicated on the Drawings. Manufacturer shall provide openings and holes where shown or indicated on the Drawings. Grating openings around protrusions such as structural elements,piping, conduit, shafts or other machinery, shall be discontinuous at the approximate centerline of the associated opening so each section of grating is readily removable. 6. Provide FRP grating to be installed in concrete with FRP angle frames having mitered corners and welded joints. Frames shall have welded anchors set into concrete. Angle size shall match grating depth selected for flush fit of grating. 7. Where grating is cut, seal the cut surfaces with catalyzed resin sealant of equal or superior corrosion resistance to the grating. Sealant shall be as recommended by grating manufacturer. PART 3- EXECUTION 3.1 INSPECTION A. Examine conditions under which materials will be installed and notify ENGINEER in writing of conditions detrimental to proper and timely completion of the Work. Do not proceed with the Work until unsatisfactory conditions are corrected. 3.2 INSTALLATION A. Grating Installation: 1. After structural elements,piping, conduit, shafts and other equipment are in place check all dimensions in the field and determine required grating cutouts. 2. Placing: a. Install FRP grating with each section readily removable and replaceable, unless shown or indicated otherwise in the Contract Documents. Provide end-banding bars for each grating panel. VCWRF Chlorine Basin 21-22 Catwalks City Project No.02637 065000-5 FIBERGLASS REINFORCED PLASTIC GRATING Page 5 of 5 b. Set tops of FRP gratings flush with surrounding construction. c. Install FRP grating with full and uniform end bearing on frames or bearing surfaces to preclude rocking movement. Do not use wedges or similar shimming devices. d. Provide FRP grating in concrete with angle frames. Grind exposed joints of angle frames smooth. 3. Cutting and Fitting: a. Perform cutting, drilling, and fitting required for installation. Set the grating Work accurately in location, alignment, and elevation, plumb, level,true, and free of rack. Do not use wedges or shimming devices. b. Provide cutouts or openings in the field as approved by ENGINEER. c. Seal cut surfaces of grating requiring cutting during installation with sealant. 4. Connections to Structural Elements and Bearing Surfaces: a. Attach gratings to bearing surface in accordance with grating manufacturer's recommendations b. Secure grating to FRP structural members, as required by manufacturers of grating and FRP structural member. 5. Joints: a. Fit exposed connections accurately together to form tight joints. b. Adjacent units of FRP grating sections shall be neatly fitted together. c. Clearance at the ends or between sections of FRP grating shall be a maximum of 1/4-inch. 6. Jointing Connections: a. Secure edges of grating to each other with end-panel clips. b. Secure clips to grating with bolts so that grating acts as a unit. Install bolts not more than three inches from each plate section end and not more than two feet on centers. c. For each FRP grating panel, provide four saddle clip anchors designed to fit over two adjacent grating section, and four stud bolts with washers and nuts for each grating panel END OF SECTION VCWRF Chlorine Basin 21-22 Catwalks City Project No.02637 x Appendices THIS PAGE LEFT INTENTIONALLY BLANK VCWRF Chlorine Basin 21-22 Catwalks City Project No.02637 GC-6.06.1) Minority Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July 1,2011 1 FORT WORTH City of Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY If the total dollar value of the contract is$50,000 or more,then a MBE subcontracting goal is applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid. IVIBE PROJECT GOALS 1i he City's 6t/lyi' goal on this project ps............_......_... % ref ilhe base bid value of the contract. Note. if ird d'i MBE and SIBIW:srmbconbactaing goals are es,tabiished for this piro)ect,tli°den an Offeror mrduust soubruiuit both a MBE UtMz:atlon Form and a SIRE Utiiiarmtion Form to be d:leerned resporisioe, COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or; 3. Good Faith Effort documentation, or; 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Purchasing Division, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. "i"he t'_ feror shapi d Over the MB[: a ocuwAnrormnt dinars M person to the approl-,drlate r.ur'mupioyee of time purchasing d,fpaue orr and obtain a d to/thne recelpwr(. Stich recem pt nrti0 be dmrdrpr&n~rrrice that the City recep edl the atd.c urnent~:lbn in the time ,ama ocated. A taxed alid/or emplled copy will not be accepted.' 1. Subcontractor Utilization Form, if goal is received no later than 2:00 p.m., on the second City business day met or exceeded: after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if participation is less than after the bid opening date, exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if no MBE participation: after the bid opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received no later than 2:00 p.m., on the second City business day perform all subcontracting/supplier work: after the bid opening date, exclusive of the bid opening date. 5. Joint Venture Form, if goal is met or received no later than 2:00 p.m., on the second City business day exceeded: after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATION PERIOD OF THREE YEARS. Any questions, please contact the M/WBE Office at(817)212-2674. i Rev. 2/10/15 i f 1 ATTACHMENT 1A Page 1 of 4 FORT WORTH City of Fort Worth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror PROJECT NAME: IVVIANIL)B V9�:N-MNVIDBII. BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER % % 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 Purchasing Division no later than 2:00 p.m. on the second City business day 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 MBE 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. MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant Dallas Denton Johnson Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a subcontractor is considered 1 s'tier, a payment by a subcontractor to its supplier is considered 2"d tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner-operated, and receive full MBE credit. The MBE may lease trucks from non-MBEs, including owner-operated, but will only receive credit for the fees and [ commissions earned by the MBE as outlined in the lease agreement. I f Rev.2/10/15 i FORTWORTH ATTACHMENT 1A ---Olr— Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTOR/SUPPLIER 0 Company Name T n Detail Detail Address I M W Subcontracting Supplies Dollar Amount Telephone/Fax e B B M Work Purchased Email r E E B Contact Person E El 1:1 El 1:1 El El El 1:1 1:1 0 Rev.2/10/15 FORT WORTH ATTACHMENT 1A Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTOR/SUPPLIER 0 Company Name T n Detail Detail Address I M W Subcontracting Supplies Dollar Amount Telephone/Fax e B B M Work Purchased Email r E E B Contact Person E El F F� El F-1 F-1 El F-1 Rev.2/10/15 FORT WORTH ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $ Total Dollar Amount of Non-MBE Subcontractors/Suppliers TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS The Offeror will not make additions, deletions, or substitutions to this certified lest without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval of Change/Addition form. 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 Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE 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 MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature Title Contact Name/Title(if different) Company Name Telephone and/or Fax Address E-mail Address City/State/Zip Date Rev.2/10/15 i ATTACHMENT 1B FORT WORT14 Page 1 of 1 City of Fort Worth Minority Business Enterprise Specifications Prime Contractor Waiver Form OFFEROR COMPANY NAME: Check applicable block to describe prime PROJECT NAME: i /'VV/DBE NON..N1dIA/v"/C; B BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER % % If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1 C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by the Purchasing Division no later than 2:00 p.m., on the second City business day after bid opening, exclusive of the bid opening date,will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) on this contract, the payment thereof and any proposed changes to the original MBE(s) arrangements submitted with this bid. The Offeror 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 MBEs 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 and may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature Title Contact Name(if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev.2/10/15 ATTACHMENT 1C Page 1 of 4 FORT WORTS-I City of Fart Worth Minority Business Enterprise MBE Good Faith Effort Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror PROJECT NAME: MAN/ BF N/:N- /JV/BL BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER % % If the Offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this form. If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, in its entirety with supporting documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day 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 MBE or non-MBE. (DO NOT LIST NAMES OF FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev.2/10/15 ATTACHMENT 1C Page 2 of 4 2.) Obtain a current(not more than two (2) months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's M/VI/BE Office. Yes Date of Listing No 3.) Did you solicit bids from MBE 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 MBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from MBE 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 MBE firm, ea rson contacted,phone number and date and time of contact.) No 5.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile(fax), exclusive of the day the bids are opened? Yes (If yes,attach list to include name of MBE firm,fax number and date and time of contact. In addition,if the fax is returned as undeliverable,then that"undeliverable confirmation"received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or"undeliverable confirmation" documentation may render the GFE non-responsive.) No 6.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? Yes (If yes,attach email confirmation to include name of MBE firm,date and time.In addition,if an email is returned as undeliverable,then that"undeliverable message"receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or"undeliverable message"documentation may render the GFE non-responsive.) No NOTE: The four methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Offeror must document that either at least two attempts were made using two of the four methods or that at least one successful contact was made using one of the four methods in order to be deemed responsive to the Good Faith Effort requirement. NOTE: The Offeror must contact the entire MBE list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 through 6. 7.) Did you provide plans and specifications to potential MBEs? Yes No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? Yes No Rev.2/10115 ATTACHMENT 1C Page 3 of 4 9.) Did you prepare a quotation for the MBEs to bid on goods/services specific to their skill set? Yes (if yes,attach all copies of quotations.) No 10.) Was the contact information on any of the listings not valid? Yes (If yes,attach the information that was not valid in order for the M1WBE Office to address the corrections needed.) No 11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in-camera access to an inspection of any relevant documentation by City personnel. (Please use additional sheets,if necessa ,and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. The Offeror 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 Offeror 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 shall create a material breach of contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Rev.2110115 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the MBEs) listed was/were contacted in good faith. It is understood that any MBEs) listed in Attachment 1C 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.2/10/15 f Joint Venture Page 1 of 3 FORT WOR'T'H CITY OF FORT WORTH MBE Joint Venture Eligibility Form All questions must be answered,use"N/A"if not applicable Name of City project: A joint venture form must be completed on each project i; RFP/Bid/Purchasing Number: r 1.Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture MBE firm Non-MBE firm name: name: Business Address: Business Address: City,State,Zip: City,State,Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: 2. Scope of work performed by the Joint Venture: Describe the scope of work of the MBE: Describe the scope of work of the non-MBE: Rev.2/10/15 Joint Venture Page 2 of 3 3.What is the percentage of MBE 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 agreement) Profit and loss sharing: Capital contributions,including equipment: Other applicable ownership interests: 6. Identify by name,race,sex and firm those individuals (with titles)who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating --------------------------------------------------------------- b. Marketing and Sales --------------------------------------------------------------- c. Hiring and Firing of management personnel --------------------------------------------------------------- d. Purchasing of major equipment and/or supplies Supervision 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 MBE 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 BDE Ordinance. Rev.2/10/15 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__ Name of MBE firm Name of non-MBE 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 (sent) Rev.2/10/15 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised Jul),1,2011 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator,50,000 pounds or less $ 17.19 Excavator Operator,Over 50,000 pounds $ 16.99 Flagger $ 10.06 r Form Builder/Setter,Structures $ 13.84 Form Setter, Paving&Curb $ 13.16 Foundation Drill Operator,Crawler Mounted $ 17.99 Foundation Drill Operator,Truck Mounted $ 21.07 Front End Loader Operator,3 CY or Less $ 13.69 Front End Loader Operator,Over 3 CY $ 14.72 Laborer,Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator,Asphalt $ 13.08 Roller Operator,Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy-Float $ 16.24 r Truck Driver Transit-Mix $ 14.14 Truck Driver,Single Axle $ 12.31 Truck Driver,Single or Tandem Axle Dump Truck $ 12.62 Truck Driver,Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas'Standard Job Classifications and Descriptions for Highway, Heavy,Utilities,and Industrial Construction in Texas. Page 1 of 1 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH VCWRF Chlorine Basin 21-22 Catwalks STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02637 Revised July 1,2011 I CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED:2-29-2012 STANDARD PRODUCTS LIST ,f Approyul Spec No. , ClasssificatioA M66ufaeturer, Model No. National Spec Size WASTEWATER 4 Manhole Inserts ' EI-14 Manhole Insert Knutson Enterprises Made to Order-Plaslic ASTM U 1248 For 24"dia. * E1-14 Manhole Insert South Western Packaging Made to Order-Plastic ASTMD 1248 For 24"dia, E1-14 Manhole Insert Nofiow-Inflow Made to Order-Plastic ASTM D 1248 For 24"dia. 09/23/96 EI-14 Manhole Insert Smahwestem Packing&Seals,Inc. LifeSaver-Stainless Steel Far,24"dm. 09/23/96 EI-14 Manhole Insert Southwestern Packing&Seals,Inc. TetherLok-Stainless Steel For 24"din Manholes&Bases/Frames&Covers/Rectangular Manhole Frames and Covers Western Iron Works,Bass&Hays Foundry 1001 24"x40"WD Manhole Frames and Covers Vulcan Foundry 6780 24"x40"WD Manholes&Bases/Frames&Covers/Standard(Round) EI-14 Manhole Frames and Covers Western Iron Works,Bass&Hays Foundry 30024 24"Diu. E1-14 Manhole Frames and Covers McKinley Iron Works Inc. A 24 AM 24"Dia, EI-14 Manhole Frames and Covers Neenah Casting 24"Din. I. E1-14 Manhole Frames and Covers Vulcan Foundry 1342 ASTM A 48 24"Dia. E1-14 Manhole Frames and Covers Sigma Corporation MH-144N E1-14 Manhole Frames and Covers Sign.Corporation MH-143N E1-14 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24"dia. EI-14 Manhole Frames and Covers Neenah Casting 24"di.- 7/25/03 E1-14 Manhole Frames and Covers Saint-Gobain Pipelines(Pannex/rexus) RE32-RSFS 30"Dia. e WMM6 L';'il-1-t 30"DI M11 Ring nu,d( Easlj,"dam 6eon%,J, V111; andVl §D, ig,,, AAaSMK)Po&;306-0I aft, Dku- tkM2l10 H-14 jell IN MH Ru'g:r. l(Dover St ('ar rturaour,n MiJ165 IFWN&NTHN,o502 36)"Dia 07/w9 1 E1-14 3 0"DI MBC Kmg;and!'.­r stm I,vd Praha, MH32F'V`WSSD(' 30"Dia W/IWIV EI-14 30'DI MH Ring:and(7ovun A:ca cssD _12(1700 Heavy Dutew h Ring 30"I;ha Manholes&Bases/Frames&Covers/Water Tight&Pressure Tight EI-14 Manhole Frames and Covers Pont-A-Mousson Pamtight 24"Diu. EI-14 Manhole Frames and Covers Neenah Casting 24"Dia. E1-14 Manhole Frames and Covers Vulcan Foundry 2342 ASTM A 48 24"Dia. EI-14 Manhole Frames and Covers Westem Iron Works,Bass&Has Foundry 300-24P 24"Dia. E1-14 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24"Dia. 03/08/00 E1-14 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24"Dia. 04/20101 E1-14 Manhole Frames and Covers Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24"Din. Manholes&Bases/New/Components 07/23/97 Urethane Hydro hilic Waterstop Asahi Kogyo K.K. Adeka Ultra-Seal P-201 ASTI l U2240/D412/D792 04/26/00 Offset Joint for 4'Diam.MH Hanson Concrete Products Drawing No.35-0048-001 04/26/00 Profile Gasket for 4'Diam.MH. Press-Seal Gasket Corp. 2504G Gasket ASTM C443/C-361 SS MH 1/26/99 HOPE Manhole adjustment Ring Ladlech,Inc HOPE Adjustment Ring Non-traffic area 51p3105 Nh,al I jVeup Ca­­ CPS W",pi,N of I Y r rkaule U11 "'Imion 3yswa, j Manholes&Bases/New/Precast Concrete E1-14 Manhole,Precast Concrete Hydro Conduit Corp SPL hem#49 ASTM C 478 48" * E1-14 Manhole,Precast Concrete Wall Concrete Pipe Co.Inc. ASTM C-443 48" E1-14 Manhole,Precast Concrete Hanson(formerly Gifford-Hill) ASTM C 478 48" 0426/00 E-14 MH,Single Offset Seal Joint trans.. T •F Dwg 35-0048-001 ASTM C 478 48"Diam MH 09/23/96 E1-14 Manhole,Precast Concrete Concrete Product Inc 48"LU.Manhole w/32"Cone ASTM C 478 48"w/32"cone Ekt/-t0106 Ei.; M"flut,"I..,x,t d.-acre T@ttf. „r C,,n,.any 48'1j).Mmrilinl v/28 Cone AMMCY478, 48" W/17106 E1-14 M9ard,si"P'—"m C`.nci,;t¢ OU ,a,L rw,st In:_ i f I'➢.hPa,rboPw s 124 O.sure As r,,O c 479 d 4 Di-,r.✓2 4"Rif , 06((W/t0 El-V4 Ml 14.)r..>.rs¢(R tnParue PrrQvnirrYt c,n.¢eR< US f,, ,wa,:€'ipc R2 ifur,vrtI fl,,b rcr Cor"'A', AS]N1 C,76 4,V u,77" Manholes&Bases/New/Fiberglass 1/26/99 Fiberglass Manhole Fluid Containment,Inc. Flmvtite, ASTM 3753 Non-traffic area 08/30/06 E iF erti 8 M""'N& L,V Ot m wh.nn N"',tr dRw area Manholes&Bases/Rehab Systems/Cementitious EI-14 Manhole Rehab Systems Quarles 04/23/01 EI-14 Manhole Rehab Systems Standard Cement Materials,Inc. Refiner MSP EI-14 Manhole Rehab Systems AP/M Permaform 4/20/01 EI-14 Manhole Rehab System Strong-Seal Systems Strong Seal MS2A Rehab System 5/12/03 E1-14 Manhole Rehab System Poly-triplex Technologies MH repair product to stop infiltration ASTM D5813 Oi;/3Q/G6 G.dr,a,crc V f,ru,.r.rc RY a;,ir kOexR£ n.Vu..k.r,nkcoirs vi n l L rY r.sver Y"pA,p ru9ueE N i",V." Manholes&Bases/Rehab Systems/NonCementitious ' 05/20/96 f1slarthole Rehab Systems Sprayroq, Spray Wall Polyurethane Coating ASTM D639/D790 EI-14 Manhole Rehab Systems Sun Coast El4li1/O6 C­11i,,e fu¢4e eos'd, a'pm k¢rRaer 4, /91,SlIM, t,S2 A.pfl,mi,n f/�,4/IOfkh CCnu(rng (rr rare.rl,s�Pit fc.ceicn Warr r a,M N130Y App t't,,¢tinns 0813001 C'„�irtir u v 6 nreu::a @ iui,.cu nn C)u del SLS 30 5'"lid,Fil"ay tr Applwaticrbar, Pipe/New/Centrifugally Cast Fiberglass Reinforced Pipe/Polymer Modified Concrete 7/21/97 Cent.Cast Fiberglass Ilobas Pipe USA,Inc. Hoban Pipe(Non-Pressure) ASTM D3262/D3754 10/30/03 Flowtite Amitech USA Prepared 2/29/2012 Page 1 CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED:2-29-2012 STANDARD PRODUCTS LIST Apprayal Spec No.' Classsirication Manufacturer; Model No. National Spec Size 031-2A 0 FEbcrgh—PApe Aa.,rr. Boind strand RPIMP Rpe AS'I M D3'262'43375'1 41W/05 [u15a'rr,x M,O ft,.c V'rnrc ilf f iPu. Ar tPv O,LISA hf l,,r k`olyer€[,^Pipi AS I M C,13,20/(,,F P7 ,i W2"W:k,V ONO*10 Eik-9 tl$ednfr:r.ul 9VyuexuPa.ru.rr tr.Pip, µ)4P ,trjr tePip,: R,natollldP rly,,- too.¢c NP, AS1 64d:'-76 Pipes/New/Concrete El.04 Cone.Pipe,Reinforced Wall Concrete Pipe Co.Inc. ASTM C 76 E1-04 Cone.Pipe,Reinforced Hydro Conduit Corporation Class Ill T&G,SPL.Item#77 ASTM C 76 El-04 Cone.Pipe,Reinforced Hanson Concrete Products SPL Item#95-Manhole,#98-Pipe ASTM C76 E1-04 Conc.Pipe,Reinforced Concrete Pipe&Products Co.Inc. ASTM C 76 Pipes/New/Ductile Iron E1-06 Ductile Iron Pipe Griffin Pipe Products,Co. Super Bell-rite Ductile Iron Pressure Pipe, AWWA C150,C151 3"thou 24" E1-06 Ductile Iran Pipe American Ductile Iron Pipe Co. American Fastite Pipe AWWA C150,C151 4",8"&10" E1-06 Ductile Iron Pipe U.S.Pipe and Foundry Co. AW WA C150,C151 EI-06 Ductile Iron Pipe Mc Wane Cast Iron Pipe Co. AWWA CI50,C151 Pipes/New/PVC(Pressure) 12/02/11 E1-24 DR-14 PVC Pressure Pipe Pipelife Jelstrcam PVC Pressure Pipe AWWA 0900 4"thou 12" Peres/New/ffDPE(Pipe Bursting/Sliplining) High-density polyethylene pipe Phillips Driscopipe,Inc. Opticore Ductile Polyethylene Pipe ASTM D 1248 8" High-density p.lyethylene pi a Plexco Inc. ASTM D 1248 8" High-density,polyethylene pipe Polly Pipe,Inc. ASTM D 1248 8" High-density polyethylene pipe CSR Hydro Conduit/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248 Pipes/New/PVC* 11/04/98 E1-31 PVC Corrugated Sewer Pipe Contech Construction Products,Me. Contech A-2000 Sewer Pipe ASTM F 949 8"thou 36" E1-31 PVC Corrugated Sewer Pipe Uponor ETI Company Ultm cart ASTM F 949 24"to 36"Only 051041W E1-3t RISC C rT keatcal S"',pip, Di— I d 1.rslrr:;C".e fi— CORR 26 ASYM k W9 24"r;s 36"-) El-25 PVC Sdwer Pipe Can-Tex,lndumdes ASTM D 3034 4"thou 12" E1-25 PVC Sewer Pie Certain-feed Products Corp ASTM D 3034 4"thou 15" E1-25 PVC Sewer Pie Na eo Manufacturing Crap ASTM D 3034,D 1784 4"&8" EI-25 PVC Sewer Pipe J-M Manufacturing Company,Inc. ASTM D 3034 4"-15" 12/23/97° EI-27 YVC Sewer Yipe __ _ __ Diamond plastics Corporation _ _ SDR-26 and SDR-35 ASTM F 789,ASTM D 3034 4"thou 15" EI-27 PVC Sewer Pie Irmo..Vylon Pie ASTM F 789 4"thou 15" EI-25 PVC Sewcr Pipe Extrusion Technologies,Inc ASTM D 3034 8",10" 11/11/98 EI-28 PVC Sewer Pipe Diamond Plastics Corporation "S"Gravity Sewer Pipe ASTM F 679 18"to 27" EI-28 PVC Sewer Pie 1-M Manufacturing Company,Inc. ASTM F679 18"-27" 11/12/99 EI-29 PVC Touss Pipe Contech Construction Products,Inc Contech PVC Toss Pie ASTM D 2680 8"through 15" 09/26/91 EI00-2 Closed Profile PVC Pipe Lamson Vyloa Pipe Carlon Vylon H.C.Close Profile ASTM F 794 18"to 48" 11/17/99 E100-2 Closed Profile PVC Pipe Diamond Plastics Corporation ASTM 1803/F794 18"to 48" PY/tlf,m,, F1 28 k'VC St,1td t,a(l NJ, Ghl d[l istt,. PS 417 AS I'M Il,619 18 fc,4 d" 04/:..W06 H 21 PVC,4 —Hftir.,ys Ctl,uc'ct SDR 26 and V)K 1 5 1Hlf nl.r ASTM D 311y:1,U-1/d,-1�,etc 4'° IT " E1-25 PVCSewer Fittings Plastic Trends,tae Gaskcted PVC Sewer Main Fittings ASTM D3034 Pipes/New/Ribbed Open Profile Large Diameter 09/26191 13100-2 PVC Sewer Pipe,Ribbed Lanson Vylon Pipe Carlo.Vyl..H.C.Closed Profile Pipe, ASTM F 679 18"to 48" 09/26/91 E100-2 PVC Sewer Pipe,Ribbed Extrusion Technologies,Inc. Ultra-Rib Open Profile.Sewer Pipe ASTM F 679 I8"to 48" E100-2 PVC Sewer Pipe,Ribbed Uponor ETl Company 611)W/w 4EHXJ-21 Po! r kn,WP)�Sa e�.a&r a.,¢'o,dA,."W,r96 Adv—cd rbr oc 7,��S, sm un(ADS) :i.nveFflw l0 Doahlc.W dd(t vxrr gated) ASI M F 2176 ,;+...1rr r p Vl6 C)(V1,1 (f 100'1). pulyrxrpyk-,(PP)S—,Prpc 6Pl2VVc[( Atvanccel rbrurnakc 5y:ta,nrs(ADS) „ni P Frre'[na"k,9, eWall Pip” AS hl F2764 3'to 60' 6b5/f ujl h St.R6fflo—1 Poo LLhyhonc l ipa 0.t"S"CV.h C<Y1tmxn x,.r.P.,d"a, Vburenn.cx.x ASTM 91256.,2 24"m 72" Pipes/Rehab/CIPP Cured in Place Pie Insimfoour Texark,Inc ASTM F 1816 05103199 Cured in Place Pipe National Envirotech Group National Liner,(SPL)Item#27 ASTM F-1216/D-5813 05/29/96 Cured in Place Pipe Reynolds Inc/hiliner Trelmolgy(Infiner USA) Winer Technology ASTM F 1216 Pipes/Rehab/Fold&Form Fold and Form Pipe Cullum Pipe Systems,Inc. 11/03/98 Fold and Form pipe Insituform Technologies,Inc. Imituform"NuPlpe" ASTM F-1504 Fold and Fenn Pie American Pipe&Plastics,Inc. Demo.Purpose Only 12/04/00 Fold and Farm Pie Ullmliner Ultmlmer PVC Alloy Pipeliner ASTM F-1504,1871,1867 06/09/03 Fold and Farm Pipe Miller Pipeline Corp. EX Method ASTM F-1504,F-1947 Up to 18"diameter Pipe Enlargment System(Method) PIM System PIM Corporation polyethylene PIM Corp.,Piscata Way,NJ. Approved Previously Al C-.- ell Systems McLat Construction Polyethylene Houston,Texas Approved Previously TRS Systems Treachless Replacement System Polyethylene Calgary,Canada Approved Previously Pipe Casing Spacers 11/04/02 Steel Band Casing Spacers Advanced Products and Systems,Inc. Carbon Steel Spacers.,Model Sr 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems,Inc. Stainless Steel Spacer,Model SSI 04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spaccrs OaM4/0 Ssudrda so.Id...Oug.spnna"x Npcfir,S'AP nrl Pnsulav r staW.ss S9s.e.l C ag Spc:a Upv.48'w9-2:1 01Vt419f3 Caated%a.i tnsm 4pac", Piprk6 S,.A and dn.:urlat¢"r P„exnk,rl 4txz.tl C.v.Spao”, Upw48"<:11-21,* 05MOAI Coatings slaial Su sl Casing sp., P---1 491113W zhu,ck UPP.48"<l .2a 02/25/02 Epoxy Linin S stem Sauererscn,Inc Su-,G--md210RS LA Count #210-1.33 Prepared 2/29/2012 Page 2 CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED:2-29-2012 STANDARD PRODUCTS LIST Approval Spec No. Classsifieation Manufactaiier, Model No. National Spec Size 12/14/01 lEpoxy Lining Sys(em Rinker Materials Er(ech 2030 and 2100 Seri. 04114105 Pnl,....D ckilu Ian k Pij,C,sodng ]ndi.rrix+ V'rrotu°rtn d01 ASS 191 B-117 @mf Pip,C1rrC WATER PipesNalves&Fittings/Combination Air Release EI-11 Combination Air Release Valve GA Industries,Inc. Empire Air and Vacuum Valve,Model 935 ASTM A 126 Class B,ASI'M A 1"&2" " EI-t l Combination Air Release Valve Multiplex Manufactming Co. Crispin Air and Vacuum Valves,Model No. 112",1"&2" E1-11 Combination Air Release Valve Valve and Primer Corp. APCO#I43C,#145C and#147C 1",2"&3" PipesNalves&Fittings/Ductile Iron Fittings 07/23/92 EI-07 Ductile Iron Finings Star Pipe Products,Inc. Mechanical Joint Fittings AW WA C153&C110 EI-07 Ductile Iron Fittings Griffin Pipe Products,Co. Mechanical Joint Fittings AWWA C 110 E1-07 Ductile Iron Fittings McWanefryler Pipe/Union Utilities Division Mechanical Joint Fittings,SSB Class 350 AW\VAC 153,C 110,C 111 05/14/98 EI-07 Ductile Iron Fillings Uni-Flange Series 1500 Circle Lack Pipe Restraints 08/10/98 EI-07 MJ Finings Sigma,Co. Class 350 C-153 MJ Fillings AW WA C153 4"-24" 05/14198 EI-07 Ductile Iron Joint Restraints Ford Meter Box Co. Uni-Flange Series 1500 Circle-Lock AW WA CJ I I/C153 4"to 12" 11/09104 E1-07 Ductile lmn Joint Restraints One Bob,Inc. One Boh Restrained Joint Fi(ting AWWA Cl I I/C116/C153 4"to 12" 02/291&2 33-PP-4t ryeeclule.h<,c Vipa:hP bunrc,vt.kcra6 P""'aim EBA,A drvan,Inc.. Miglug Stirs l 9(X)do,IN Pir") AWWA(n I bl('l 16/053 4"ucr 42"' 0229/12 33-1 1-1 I PVC Irene Mccluun cal l nut Re..-d aiM LBAA lwo,,fr, Ma}_P,k Sufi,,2000 yfur PVC 4"ipe) AWWA C I I 11 ICrd(A53 4"'ter 24" 08/05/04 EI-07 Mechanical Joint Retainer Glands Signor,Co. Sigma One-Lok Mechanical Joint Restrainer AWWACIIIIC153 4"to 24" BI.vlh -„Sgsteam(Di nluMnE➢1,k 21&3M WN2flO L1..4 friefor R.min,r,d Jirt Sy,w,,, S,k B Iwhncf.til Paxi.ks L,Ldm L'.9CW1 AS'iMF-1624 4"rah42" 08/16/011 JMN i-tk,w(1l itrur,s SIP hxfvgrazr, 111,Nnv,al.f ut Dieting, AVV%VA,015;1 4"ko'-4" PipesNalves&Fittings/Resilient Seated Gate Valve* Resilient Wedged Gate Valve w/no Gears American Flow Control Series 2500 Drawing#94-20247 16” 12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AWWA C515 30"and 36" 08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520&2524(SO 94-20255) AWWA C515 20"and 24" 05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 SO 94-20247) AWWA C515 16' 10/24/00 EI-26 Resilient Wedge Gate Valve American Flow Control Series 2500 AW WA C509 4"to 12" 08/05/04 Resilient Wedge Gate Valve American Flow Control 42"and 48"AFC 2500 ANNA C515 42"and 48" 05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seaded GV AW\VA C509 4"to 12" 01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company 20"and smaller EI-26 Resilient Seated Gate Valve Kennedy 4"-12" E1-26 Resilient Seated Gate Valve M&H 4"-12" E1-26 Resihent Seated Gate Valve Muller Co. 4"-12" 11/08/99 Resilient Wedge Gate Valve Mueller Co. Series A2361(SD 6647) AWWA C515 16" 01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24"(SO 6709) AWWA C515 24"and smaller 0±/B:M), P2"H 1719 d"�,Garr.Val" M allumC, M-11-50&36,6.505 AWWA 1.:.'41^c 30'md 36" 01/71/176 FYr-sihe er WWed},e°.fir,Valor ,t u,.tls..r C'ei. &p. Il4r 42'&48%C-515 AWWA(.5J5 42"and 48. 01/28/88 EI-26 Resilient Wedge Gate Valve Clow Valve Co. AWWA C509 4"-12" 10/04/94 Resilient Hedge Gate Valve Clow Valve Co. 16"RS GV(SO D-20995) AWWA C515 16" 11108/99 EI-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve(SD D-21652) AWWA C515 24"and smaller Note<3> 9,a. `,—.'-'l--C. 06/2Pl141 Rrw.it tWs dcwG: wValve Uk"valve Cap. e lra VA,,k1,shA 2638 AWWAC515 30"'w48" 05/08/91 EI-26 Resilien(Seated Gate Valve Stockham Valves&Fittings AWWA C 509.ANS(420-seem AS[n1 4"-12" E1-26 Resilient Seated Gale Vab,e U.S.Pipe and Foundry Co. Meauseal 250,requirements SPL#74 3"to 16" PipesNalves&Fittings/Rubber Seated Butterfly Valve EI-30 IRubberSeated Butterfly Valve Henry Pratt Co. AWWA C-504 24" E1-30 Rubber Seated Butterfly Valve Mueller Co. AWWA C-504 24" 1/11/99 E1-30 Rubber Sealed Butterfly Valve D.mik.Valves Co. AWWA C-504 24"and larger 06/12/03 EI-30 Valma(ic American But(erfly Valve Valma(ic Valve and Manufacturing Corp. Valnm(ic American Butterfly Valve. AWWA C-504 Up to 84"diameter 84/06/"7 F1.30 11a48C a Seated Bwt,ffly M, M.HVA', NI&H S4 ,4.`+(JU&P450 A%VWAC;504 24"R,is. Sampling Statlon 3/12/96 Water Sampling Station Water Plus B20 Water Sampling Station Dry Barrel Fire Hydrants 10/01/87 E-1-12 Dry Barrel Fire Hydrant American-Darling Valve Drawing No,90-18608,94-18560 AWWA C-502 Barrel 03/31/88 E-1-12 Dry Fire Hydrant American Darling Valve Shop Drawing No.94-18791 AWWA C-502 09130/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No.D-19895 AW\VA C-502 01/12/93 E-1-12 Dry Barrel Fire Hydrant _American AVK Company Model 2700 AWWA C-502 08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435,D20436,B20506 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No.D-80783FW AWWA C-502 09/24/87 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No.13476 AWWA C-502 Shop Drawings No.6461 10/14/87 E-1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Centurion AW WA C-502 Shop Drawing FH-12 01115/88 EI-12 Dry Barrel Fire H)-d.m Mueller Com an A-423 Super Centurion 200 AW\VA C-502 10/09/87 arrel Fire Hydrant U.S.Pipe&Foundry Shop Drawing No-960250 AWWA C-502 09/16/87 artel Fire Hydrant Waterous Company Shop Drawing No.SK740803 AWWA C-502 a 08/08/02 EI-18A Plastic Meter Boxes East Jordan Iron Works,Inc. Meer Box(Plastic)w/Cl lid Class A,B,C 08/28/02 Double Strap Saddle Smith Blair #317 Coated Double Strap Saddle 01/26/00 SS Tapping Saddle JCM lnduslries,Inc. #406 Double Band SS Saddle I"tm 12"taps 01/30101 Tapping Saddle JCM Industries,Inc. #405 Coaled Tapping Saddle 1"to 12"taps 05N 0A l tlr r rik g Sl ,,(S=1 Stet;fl7 4 sraI 3490AS&L g.)&3�490h1J 16" vcr. 02/2.9/12 33-121 23 'I"n.u SI vc 4,(7oaked SteeY) h.r�erac P°P�S 24P,7 M,lh'\WA 1;=223 U t 4",w124,Ow 0212992 3:.1-P:2-25 'V"wa.in SV,uv<.(Staff,k-Stud) Idamnc 'M4r.Swir&et Slaap AWWA 0;223 Urtees24 va!ll"Our Prepared 2/29/2012 Page 3 CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED:2-29-2012 STANDARD PRODUCTS LIST Approval' Spec No, Classsifickion Manufacturer Model No. .National Spec Size, 02/29A2 38-12-25 11'pi.gSk.-(S"Wacs S'Ma ICarnre, 5°v?Ht St,.*'tlrrlv,.SQM AWVWA C'.223 Uptzr30"w/'262"A'uR 051HP11 d R."t Rcq r Olunr r ! rseznd 3212 B11116.11!8 *air 1,,11P 4"'ten Y)" 012U176 Phmw L9t:r H,,,a CI Lid Aa(tlf0./5"F Ch A Pkv,bo M,v/Ci Lid t"Press"A." 08/10/0 Q"(astie%T,:o 11",v/Qla,l L'id Cla,"'A.. Polyethylene Encasement U`Jl''/J5 111-11 Poor ea,yt,a l ncae:Bunn H j N,J6 :=n p A%N'%VA CIO," h rcrit l..E..D OM 05 El-d a I'Mystt ylo-Fu rites,rm u I,r w,G P .iM;(w"wk.;A' -d/PF tnd S mr dmd Il.v,k,— AVI'VVA tl7tf,15 M wik LLD 17/12105 tA.B1 Fuca, bw H:-w—kt alr&G,r .er I AA'VWA CIO, f uuf lLt D Meters 02/05193 E101-5 Detector Check Meter Ames Company Model 1000 Del.(or Check Valve AW WA C550 4"-10" 08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetie Drive Vertical A W WA C701,Class 1 3/4"-6" NOTES From Original Standard Products List <I> Carrier Pi e LD. <2> Above 48"Apprvoed on case by case basis <3> Product Suspended 1-5-2-12 e .rt Ny.mm a er epar na an ar r uc s as eve ope o mlmmrae a su mt a review o pr uc s w le m o er epar men s an ar peel sa mns unng u a I y cons rue mn ju sec s. en ec ar Specifications for specific products,ara included as part of the Construction Contract Documents,the requirements of the Technical Specification will oveeide the Fort Worth Water Dcparlmenl's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval of(he specific products will be based on the requirements of the Technical Specification whether or nor the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water Department's Standard Products List. Prepared 2/29/2012 Page 4