Loading...
HomeMy WebLinkAboutContract 48980 CITY SECRETARY i I�q yo CONTRACT NO. "� -- FORT WORTH PROJECT MANUAL FOR THE CONSTRUCTION OF CA YL OR SMG GROUND STORAGE TANK REPAIR AND REPAINTING PROJECT City Project No. 100071 Betsy Price David Cooke Mayor City Manager John Robert Carman Water Director Prepared for The City of Fort Worth November, 2016 By:Dunham Engineering, Inc. qAM, %j 0/,cjl, � Gj•. •.'7,51 i:;`�'q .r^",; � � I i TRAVIS C. TATUM "14- rr..:.................f 110343 1 OX,-;'c E°..��r i1 t,Ss/o:AL�4'�=so /l/Fr/ Ce OFFICIAL ?; C FT.N'10RVA I YX THIS PAGE INTENTIONALLY LEFT BLANK FORI"' WORTH.) City of Fort Worth Standard Construction Specification Documents Adopted September 2011 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 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 00 41 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 45 41 Small Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 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 2500 Substitution Procedures 0131 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 33 00 Submittals 01 4523 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 58 13 Temporary Project Signage 01 6000 Product Requirements 01 6600 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 Caylor 5ALfG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Number 100071 Revised Febmary 2,2016 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 2 Division 13—Special Construction 13 0200 Water Storage Tank Rehabilitation Appendix A Engineer's Report of Inspection B Drawings &Details C Prevailing Wage Rate Tables END OF SECTION r CITY OF FORT WORTH Caylor SMG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Number 100071 Revised February 2,2016 THIS PAGE INTENTIONALLY LEFT BLANK ivi&(— Keview rage i or i Official site of the City of Fort Worth,Texas WORT CITY COUNCIL AGENDA Fax ,l COUNCIL ACTION: Approved on 2/14/2017 - Ordinance No. 22601-02-2017 & Resolution No. 4743-02-2017 DATE: 2/14/2017 REFERENCE NO.: **C-28109 LOG NAME: 60CAYLOR GST REHAB AND REPAINT CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of a Contract with Utility Service Co., Inc., in the Amount of $852,435.00 for the Caylor Ground Storage Tank Rehabilitation and Repaint Project, Provide for Project Management, Staff Time and Contingencies for a Total Project Amount of$952,435.00, Adopt Reimbursement Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt and Adopt Appropriation Ordinance (COUNCIL DISTRICT 7) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached resolution expressing official Intent to Reimburse expenditures with proceeds of future debt for the entire Caylor Ground Storage Tank Rehabilitation and Repaint Project; and 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water and Sewer Direct Purchase Note Fund in the amount of$952,435.00; and 3. Authorize the execution of a contract with Utility Service Co., Inc., in the amount of$852,435.00 for the Caylor Ground Storage Tank Rehabilitation and Repaint Project. DISCUSSION: The Caylor Five Million Gallon ground storage tank was built in 1988 and is located at 1300 North Caylor Road. The tank provides potable water storage for customers in North Fort Worth. After 19 years of service, the existing coating system is in need of replacement in order to protect the structural steel tank from corrosion. In December 2015, a Request for Qualifications was issued for several Water Department Projects including the potable water Storage Tank Rehabilitation Project. In January 2016, a total of six proposals were received from engineering consultants for the tank rehabilitation project. A staff selection committee recommended Dunham Engineering, Inc., for the Caylor Ground Storage Tank Repaint and Rehabilitation Project. The project was advertised on November 10, 2016 and November 17, 2016, in the Fort Worth Star- Telegram. On December 15, 2016, the following bids were received: http://apps.cfwnet.org/council_packet/mc review.asp?ID=24269&councildate=2/14/2017 2/15/2017 1V10C.\- AG V 1G W BIDDER BID AMOUNT CONTRACT Utility Service Co., Inc. $ 852,435.00 150 calendar days N.G. Painting, L.P. $ 871,200.00 A&M Construction Utilities, Inc. $ 875,300.00 Maguire Ir $ 894,450.00 J R Stelzer Company ---7F$ 924,750.00 L.C. United Painting Co., Inc. $1,106,715.00 TMI Coatings, Inc. $1,275,500.00 Classic Protective Coatings, Inc. $1,296,400.00 Central Tank Coating. $11497,000.00 In addition to the contract cost, $50,000.00 is required for staff project management and $50,000.00 is provided for project contingencies. This project is anticipated to be included in a future revenue bond issue for the Water and Sewer 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 (DPN) Program will be used to provide interim financing for this project until debt is issued. To the extent resources other than the Water and Sewer portfolio are used to provide interim financing, the Water and Sewer Fund will be charged interest that is equivalent to the overall rate of return being earned by the City portfolio (currently approximately one-percent annually). Should the City's portfolio not support the liquidity needed to 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. The City Council adopted the Water Department's Fiscal Year 2016-2020 Five-Year Capital Improvement Plan on February 2, 2016 (M&C G-18662). This City Council adopted plan includes this specific project, with funding identified through the DPN program to be reimbursed with future revenue bonds. 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. This 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. This project will have no impact on the Water Department's operating budget. The total cost for this project is estimated to be $1,127.435.00. Construction is anticipated to commence in March 2017. With contract time of 150 Calendar days, the construction is estimated to be completed by the end of August 2017. M/WBE Office - Utility Service Co., Inc., is in compliance with the City's BDE Ordinance by committing to seven percent MBE participation. The City's MBE goal on this project is six percent. The project is located within the City Limits COUNCIL DISTICT 7, Mapsco 234131. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and adoption of http://apps.cfwnet.org/council_packet/mc review.asp?ID=24269&councildate=2/14/2017 2/15/2017 1VIMI.- 1tGV1VVV 1 Qb'G J Vl J the attached appropriation ordinance funds will be available in the Water/Sewer DPN Fund for the Como GST Rehabilitation and Repainting project, as depicted in the table below. Fund Existing IFAdditional Project [7Appropriations Appropriations Total* 1 Water/Sewer Bond 2016 Fund $175,000.00 $0.00 $175,000.00 56005 *Numbers rounded for Water & Sewer $0.00 $952,435.00 $952,435.00 presentation DPN Fund 56011 purposes. Project Total $175,000.00 $952,435.00 $1,127,435.00 TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 FROM Fund Department Account Project Program Activity Budget Reference# Amount ID I I ID I I Year Chartfield 21. Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: John Carman (8246) Additional Information Contact: Seiavash Mir(8404) ATTACHMENTS 60CAYLOR GST REHAB AND REPAINT SEWER WATER DPN FUND 56011 A017r.docx 60CAYLOR GST REHAB AND REPAINT Form 1295.pdf 60CAYLOR GST REHAB REPAINT REIMB RESOLUTION.doc Caylor GST site Surroundings Map2.pdf http://apps.cfwnet.org/council_packet/mc_review.asp?ID=24269&cotmcildate=2/14/2017 2/15/2017 DUNHAM 12815 FM 2154,Suite 150 Phone:(979)690-6555 College Station,TX 77845-3981 Fax:(979)690-7034 www.DunhamEngineering.com TX Registration#:F-2253 ENGINEERING Inspection. Design. Results. Addendum No. 1 Caylor 5MG Ground Storage Tank Repair and Repainting Project City of Fort Worth, Texas Fort Worth Project No. 100071 November 22,2016 The following additions, deletions, changes or clarifications to the Port Mansfield Water Plant Rehabilitation Project, are hereby made a part of the Bid Documents for the above referenced project as fully and as completely as though the same were included therein. 1. Section 00 11 13, Line 11 of the Invitation to Bidders and all subsequent references to the bid opening date is revised to read"Thursday, December 15, 2016". Note: The date of the bid opening has not been changed. 2. Any and all references to "City Project No. 02111" shall be revised to read"City Project No. 100071" No other changes are made to the Bid Documents at this time. ;4 TRAVIS C TATUM ;4 ar�ll�o•. 110343 :%�� r 1o� 0 1%% .*0 fto 001113-1 INVITATION TO BIDDERS Page 1 of 2 1 SECTION 00 11 13 2 INVITATION TO BIDDERS 3 RECEIPT OF BIDS 4 Sealed bids for the construction of Caylor 5MG Ground Storage Tank Repair and Repainting 5 Project will be received by the City of Fort Worth Purchasing Office: 6 7 City of Fort Worth 8 Purchasing Division 9 1000 Throckmorton Street 10 Fort Worth,Texas 76102 11 until 1:30 P.M. CST, Wednesday, December 15,2016, and bids will be opened publicly and read 12 aloud at 2:00 PM CST in the Council Chambers. 13 14 GENERAL DESCRIPTION OF WORK 15 The major work will consist of the(approximate)following: Interior and exterior coating 16 replacement and miscellaneous structural repairs for the Caylor 5MG water storage tank located 17 at 1300 North Caylor Road,Fort Worth,Texas. 18 PREQUALIFICATION 19 The improvements included in this project must be performed by a contractor who is pre- 20 qualified by the City at the time of bid opening. The procedures for qualification and pre- 21 qualification are outlined in the Section 00 21 13—INSTRUCTIONS TO BIDDERS. 22 23 DOCUMENT EXAMINATION AND PROCUREMENTS 24 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 25 of Fort Worth's Purchasing Division website at http://www.foi-twoithgov.org/12urchasiii&and 26 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 27 Contract Documents may be downloaded,viewed, and printed by interested contractors and/or 28 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 29 Parties Form 1295 and the form must be submitted to the Project Manager before the 30 contract will be presented to the City Council. The form can be obtained at 31 https:/hvwNv.ethics.state.tx.us/tee/1295-Info.htm . 32 33 Copies of the Bidding and Contract Documents may be purchased from Dunham Engineering, 34 Inc., located at 12815 FM 2154, Suite 150, College Station,TX 77845,979-690-6555, attention 35 Mr. Travis Tatum, P.E. Please call or visit www.DunhamEngineering.com for ordering 36 instructions. 37 38 The cost of Bidding and Contract Documents is: 39 Set of Bidding and Contract Documents with half size (if available) drawings: $75 40 41 PREBID CONFERENCE 42 A non-mandatory prebid conference will be held as described in Section 00 21 13 - 43 INSTRUCTIONS TO BIDDERS at the following location, date, and time: 44 DATE: November 28, 2016 45 TIME: 2:00 PM 46 PLACE: Holly Water Treatment Plant 47 1501 11'I Avenue 48 Fort Worth, Tetras 76012 49 LOCATION: Production SCADA Conference Room CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised December 23,2015 t 00 11 13-2 INVITATION TO BIDDERS Page 2 of 2 1 2 3 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 4 City reserves the right to waive irregularities and to accept or reject bids. 5 6 INQUIRIES 7 All inquiries relative to this procurement should be addressed to the following: 8 Attn: Seivash Mir, City of Fort Worth Water Department 9 Email: seiavash.niir@fortworthtexas.gov fortworthtexas.gov 10 Phone: 817-392-8404 11 AND/OR 12 Attn: Travis Tatum, P.E.;Dunhain Engineering, Inc. 13 Email: Travis@Dunhan7Engineering.com 14 Phone: 979-690-6555 15 16 ADVERTISEMENT DATES 17 Noven7ber 10, 2016 18 November 17, 2016 19 20 END OF SECTION CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised December 23,2015 0021 13-1 INSTRUCTIONS TO BIDDERS Page i of 10 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 4 1. Defined Terms 5 6 1.1.Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 72 7 00 - GENERAL CONDITIONS. 8 9 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 10 meanings indicated below which are applicable to both the singular and plural thereof. 11 12 1.2.1. Bidder: Any person, firm,partnership, company, association, or corporation acting 13 directly through a duly authorized representative, submitting a bid for performing 14 the work contemplated under the Contract Documents. 15 16 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or 17 corporation acting directly through a duly authorized representative, submitting a 18 bid for performing the work contemplated under the Contract Documents whose 19 principal place of business is not in the State of Texas. 20 21 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 22 (on the basis of City's evaluation as hereinafter provided)makes an award. 23 24 2. Copies of Bidding Documents 25 26 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 27 resulting from the Bidders use of incomplete sets of Bidding Documents. 28 29 2.2.City and Engineer in making copies of Bidding Documents available do so only for the 30 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 31 for any other use. F 32 33 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 34 35 3.1.All Bidders and their subcontractors are required to be prequalified for the work types 36 requiring prequalification at the time of bidding. Bids received from contractors who are 37 not prequalified(even if inadvertently opened)shall not be considered. Prequalification 38 requirement work types and documentation are as follows: 39 40 3.1.1. Paving—Requirements document located at; 41 https://projeetpoint.buzzsaw.com/fortworthgov/Resources/02%20- 42 %20Consti action%20DocumentslContractor%20Prequalification/TPW%20Paving 43 %20Contractor%2OPregtialification%2OProg1•am/PREQUALIFICATION%20REQ 44 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public 45 46 3.1.2. Roadway and Pedestrian Lighting—Requirements document located at; r CITY OF FORT WORTH Caylor SMG Ground Storage Tank Repair and Repainting STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Number 100071 Revised August 21,2015 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 10 1 https://projectpoint.btizzsaw.com/foi-tworthgov/Resources/02%20- 2 %20ConstrLICtion%20Documents/Contractor%20Prequalificatioti/TPW%20Paving 3 %20Contractor%20Prequalification%20Progl•am/PREQUALIFICATION%20REQ 4 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public 5 6 3.1.3. Water and Sanitary Sewer—Requirements document located at; 7 https://pi-ojectpoint.btizzsaw.com/foi-twoi-tligov/Resources/02%20- 8 %20Constructioii%20Doctiments/Contractor%20Pi-equalification/Water%20and%2 9 OSanitary%20Sewer%20Contractor%20Prequalification%20Program/WSS%20pre 10 dual%20requirements.doc?public 11 12 13 3.2.Each Bidder unless currently prequalified, must be prepared to submit to City within 14 seven (7)calendar days prior to Bid opening,the documentation identified in Section 00 15 45 11, BIDDERS PREQUALIFICATIONS. 16 17 3.2.1. Submission of and/or questions related to prequalification should be addressed to 18 the City contact as provided in Paragraph 6.1. 19 20 21 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low 22 bidder(s)for a project to submit such additional information as the City, in its sole 23 discretion may require, including but not limited to manpower and equipment records, 24 information about key personnel to be assigned to the project, and construction schedule, 25 to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to 26 deliver a quality product and successfully complete projects for the amount bid within 27 the stipulated time frame. Based upon the City's assessment of the submitted 28 information, a recommendation regarding the award of a contract will be made to the 29 City Council. Failure to submit the additional information, if requested,may be grounds 30 for rejecting the apparent low bidder as non-responsive. Affected contractors will be 31 notified in writing of a recommendation to the City Council. 32 33 3.4.In addition to prequalification, additional requirements for qualification may be required 34 within various sections of the Contract Documents. 35 CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Number 100071 Revised August 21,2015 0021 13-3 INSTRUCTIONS TO BIDDERS Page 3 of 10 1 3.5.Special qualifications required for this project include the following:All contractors must 2 receive a special pre-gztalifrcation to bid on water storage tank rehabilitation projects. The City 3 will accept previous special pregrtalifrcation approvals from the last two years f•om the following 4 firms: 5 American Suncraft Co. 6 J.R. Stelzer Co. 7 N.G. Painting 8 Blastco 9 TMI Coatings 10 A&M Construction and Utilities 11 Classic Protective Coatings 12 Tank Pro, Inc. 13 14 All other firms wishing to bid on this project must submit a special pre-qualification 15 packet, in accordance with Section 00 45 11 "Bidders Pre-Qualifications". Pre- 16 qualification packets must be sent to Mr. Seiavash Mir, 817-392-8404, 17 seiavash.mir@fortworthtexas.gov. 18 19 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 20 21 4.1.Before submitting a Bid, each Bidder shall: 22 23 4.1.1. Examine and carefully study the Contract Documents and other related data 24 identified in the Bidding Documents (including "technical data" referred to in 25 Paragraph 4.2. below).No information given by City or any representative of the 26 City other than that contained in the Contract Documents and officially 27 promulgated addenda thereto, shall be binding upon the City. 28 29 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 30 site conditions that may affect cost,progress, performance or furnishing of the 31 Work. 32 33 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 34 progress,performance or furnishing of the Work. 35 36 4.1.4. Study all: (i)reports of explorations and tests of subsurface conditions at or r 37 contiguous to the Site and all drawings of physical conditions relating to existing 38 surface or subsurface structures at the Site (except Underground Facilities)that 39 have been identified in the Contract Documents as containing reliable "technical 40 data" and (ii)reports and drawings of Hazardous Environmental Conditions, if any, 41 at the Site that have been identified in the Contract Documents as containing 42 reliable "technical data." 43 CITY OF FORT WORTH Caylor SMG Ground Storage Tank Repair and Repainting STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Number 100071 Revised August 21,2015 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 10 1 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of 2 the information which the City will furnish. All additional information and data 3 which the City will supply after promulgation of the formal Contract Documents 4 shall be issued in the form of written addenda and shall become part of the Contract 5 Documents just as though such addenda were actually written into the original 6 Contract Documents.No information given by the City other than that contained in 7 the Contract Documents and officially promulgated addenda thereto, shall be 8 binding upon the City. 9 10 4.1.6. Perform independent research, investigations,tests, borings, and such other means 11 as may be necessary to gain a complete knowledge of the conditions which will be 12 encountered during the construction of the project. On request, City may provide 13 each Bidder access to the site to conduct such examinations, investigations, 14 explorations,tests and studies as each Bidder deems necessary for submission of a 15 Bid. Bidder must fill all holes and clean up and restore the site to its former 16 conditions upon completion of such explorations, investigations,tests and studies. 17 18 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the 19 cost of doing the Work,time required for its completion, and obtain all information 20 required to make a proposal.Bidders shall rely exclusively and solely upon their 21 own estimates, investigation, research,tests, explorations, and other data which are 22 necessary for full and complete information upon which the proposal is to be based. 23 It is understood that the submission of a proposal is prima-facie evidence that the 24 Bidder has made the investigation, examinations and tests herein required. Claims 25 for additional compensation due to variations between conditions actually 26 encountered in construction and as indicated in the Contract Documents will not be 27 allowed. 28 29 4.1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 30 between the Contract Documents and such other related documents. The Contractor 31 shall not take advantage of any gross error or omission in the Contract Documents, 32 and the City shall be permitted to make such corrections or interpretations as may 33 be deemed necessary for fulfillment of the intent of the Contract Documents. 34 35 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of: 36 37 4.2.1. Those reports of explorations and tests of subsurface conditions at or contiguous to 38 the site which have been utilized by City in preparation of the Contract Documents. 39 The logs of Soil Borings, if any, on the plans are for general information only. 40 Neither the City nor the Engineer guarantee that the data shown is representative of 41 conditions which actually exist. 42 43 4.2.2. Those drawings of physical conditions in or relating to existing surface and 44 subsurface structures(except Underground Facilities)which are at or contiguous to 45 the site that have been utilized by City in preparation of the Contract Documents. 46 CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Number 100071 Revised August 21,2015 0021 13-5 INSTRUCTIONS TO BIDDERS Page 5 of 10 1 4.2.3. Copies of such reports and drawings will be made available by City to any Bidder 2 on request. Those reports and drawings may not be part of the Contract 3 Documents, but the "technical data" contained therein upon which Bidder is entitled 4 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 5 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 6 responsible for any interpretation or conclusion drawn from any"technical data" or 7 any other data, interpretations, opinions or information. 8 9 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 10 that Bidder has complied with every requirement of this Paragraph 4, (ii)that without 11 exception the Bid is premised upon performing and furnishing the Work required by the 12 Contract Documents and applying the specific means,methods,techniques, sequences or 13 procedures of construction(if any)that may be shown or indicated or expressly required 14 by the Contract Documents, (iii)that Bidder has given City written notice of all 15 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 16 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 17 etc.,have not been resolved through the interpretations by City as described in 18 Paragraph 6., and(iv)that the Contract Documents are generally sufficient to indicate 19 and convey understanding of all terms and conditions for performing and furnishing the 20 Work. 21 22 4.4.The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 23 biphenyls (PCBs),Petroleum, Hazardous Waste or Radioactive Material covered by 24 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 25 Documents. 26 27 5. Availability of Lands for Work,Etc. 28 29 5.1.The lands upon which the Work is to be performed, rights-of-way and easements for 30 access thereto and other lands designated for use by Contractor in performing the Work 31 are identified in the Contract Documents. All additional lands and access thereto 32 required for temporary construction facilities, construction equipment or storage of 33 materials and equipment to be incorporated in the Work are to be obtained and paid for 34 by Contractor. Easements for permanent structures or permanent changes in existing 35 facilities are to be obtained and paid for by City unless otherwise provided in the 36 Contract Documents. 37 38 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 39 in Paragraph SC 4.01 of the Supplementary Conditions. fn the event the necessary right- 40 of-way, easements, and/or permits are not obtained,the City reserves the right to cancel 41 the award of contract at any time before the Bidder begins any construction work on the 42 project. 43 44 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 45 way, easements, and/or permits, and shall submit a schedule to the City of how 46 construction will proceed in the other areas of the project that do not require permits 47 and/or easements. 48 49 6. Interpretations and Addenda 50 CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Number 100071 Revised August 21,2015 r' 0021 13-6 INSTRUCTIONS TO BIDDERS Page 6 of 10 1 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 2 City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions 3 received after this day may not be responded to. Interpretations or clarifications 4 considered necessary by City in response to such questions will be issued by Addenda 5 delivered to all parties recorded by City as having received the Bidding Documents, 6 Only questions answered by formal written Addenda will be binding. Oral and other 7 interpretations or clarifications will be without legal effect. 8 9 Address questions to: 10 11 City of Fort Worth 12 1000 Throckmorton Street 13 Fort Worth,TX 76102 14 Attn: Seiavash Mir, City of Fort Worth Water Department 15 Fax: 817-392-8410 16 Email: seiavash.nZir@fbrtworthtexas.gov 17 Phone: 817-392-8404 18 19 20 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 21 City. 22 23 6.3.Addenda or clarifications may be posted via Buzzsaw at <Insert Link to Doculnents>. 24 25 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 26 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 27 Project. Bidders are encouraged to attend and participate in the conference. City will 28 transmit to all prospective Bidders of record such Addenda as City considers necessary 29 in response to questions arising at the conference. Oral statements may not be relied 30 upon and will not be binding or legally effective. 31 32 7. Bid Security 33 34 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 35 (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 36 the requirements of Paragraphs 5.01 of the General Conditions. 37 38 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 39 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 40 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 41 default,rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 42 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 43 other Bidders whom City believes to have a reasonable chance of receiving the award 44 will be retained by City until final contract execution. 45 46 8. Contract Times 47 The number of days within which, or the dates by which, Milestones are to be achieved in 48 accordance with the General Requirements and the Work is to be completed and ready for 49 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 50 attached Bid Form. 51 CITY OF FORT WORTH Caylor SNIG Ground Storage Tank Repair and Repainting STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Number 100071 Revised August 21,2015 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 10 1 9. Liquidated Damages 2 Provisions for liquidated damages are set forth in the Agreement. 3 4 10. Substitute and "Or-Equal" Items 5 The Contract, if awarded,will be on the basis of materials and equipment described in the 6 Bidding Documents without consideration of possible substitute or "or-equal" items. 7 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or- 8 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 9 City, application for such acceptance will not be considered by City until after the Effective 10 Date of the Agreement. The procedure for submission of any such application by Contractor 11 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 12 Conditions and is supplemented in Section 0125 00 of the General Requirements. 13 14 11. Subcontractors, Suppliers and Others 15 16 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 17 12-2011 (as amended),the City has goals for the participation of minority business 18 and/or small business enterprises in City contracts. A copy of the Ordinance can be 19 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 20 SBE Utilization Form, Subcontractor/Supplier Utilization Form,Prime Contractor 21 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 22 Venture Form as appropriate. The Forms including documentation must be received 23 by the City no later than 2:00 P.M. CST, on the second business days after the bid 24 opening date. The Bidder shall obtain a receipt from the City as evidence the 25 documentation was received. Failure to comply shall render the bid as non- 26 responsive. 27 28 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 29 or organization against whom Contractor has reasonable objection. 30 31 12. Bid Form 32 33 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 34 obtained from the City. 35 36 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 37 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 38 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 39 price item listed therein. In the case of optional alternatives,the words "No Bid," 40 "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, 41 written in ink in both words and numerals, for which the Bidder proposes to do the 42 work contemplated or furnish materials required. All prices shall be written legibly. 43 In case of discrepancy between price in written words and the price in written 44 numerals,the price in written words shall govern. 45 46 12.3. Bids by corporations shall be executed in the corporate name by the president or a 47 vice-president or other corporate officer accompanied by evidence of authority to 48 sign. The corporate seal shall be affixed. The corporate address and state of 49 incorporation shall be shown below the signature. 50 CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Number 100071 Revised August 21,2015 0021 13-8 INSTRUCTIONS TO BIDDERS Page 8 of 10 1 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 2 partner, whose title must appear under the signature accompanied by evidence of 3 authority to sign. The official address of the partnership shall be shown below the 4 signature. 5 6 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 7 member and accompanied by evidence of authority to sign. The state of formation of 8 the firm and the official address of the firm shall be shown. 9 10 12.6. Bids by individuals shall show the Bidder's name and official address. 11 12 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 13 indicated on the Bid Form. The official address of the joint venture shall be shown. 14 15 12.8. All names shall be typed or printed in ink below the signature. 16 17 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of 18 which shall be filled in on the Bid Form. 19 20 12.10. Postal and e-mail addresses and telephone number for communications regarding the 21 Bid shall be shown. 22 23 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 24 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance 25 to State Law Non Resident Bidder. 26 27 13. Submission of Bids 28 Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents, 29 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 30 addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed 31 envelope,marked with the City Project Number, Project title,the name and address of 32 Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent 33 through the mail or other delivery system,the sealed envelope shall be enclosed in a separate 34 envelope with the notation "BID ENCLOSED" on the face of it. 35 36 14. Modification and Withdrawal of Bids 37 38 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 39 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 40 must be made in writing by an appropriate document duly executed in the manner 41 that a Bid must be executed and delivered to the place where Bids are to be submitted 42 at any time prior to the opening of Bids.After all Bids not requested for withdrawal 43 are opened and publicly read aloud,the Bids for which a withdrawal request has been 44 properly filed may, at the option of the City, be returned unopened. 45 46 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 47 time set for the closing of Bid receipt. 48 CITY OF FORT WORTH Caylor SMG Ground Storage Tank Repair and Repainting STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Number 100071 Revised August 21,2015 0021 13-9 INSTRUCTIONS TO BIDDERS Page 9 of 10 1 15. Opening of Bids 2 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 3 abstract of the amounts of the base Bids and major alternates(if any)will be made available 4 to Bidders after the opening of Bids. 5 6 16. Bids to Remain Subject to Acceptance 7 All Bids will remain subject to acceptance for the time period specified for Notice of Award 8 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 9 City's sole discretion,release any Bid and nullify the Bid security prior to that date. 10 11 17. Evaluation of Bids and Award of Contract 12 13 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 14 to reject any or all nonconforming,nonresponsive, unbalanced or conditional Bids 15 and to reject the Bid of any Bidder if City believes that it would not be in the best 16 interest of the Project to make an award to that Bidder,whether because the Bid is 17 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 18 meet any other pertinent standard or criteria established by City. City also reserves 19 the right to waive informalities not involving price, contract time or changes in the 20 Work with the Successful Bidder. Discrepancies between the multiplication of units 21 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 22 between the indicated sum of any column of figures and the correct sum thereof will 23 be resolved in favor of the correct sum. Discrepancies between words and figures 24 will be resolved in favor of the words. 25 26 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 27 among the Bidders, Bidder is an interested party to any litigation against City, 28 City or Bidder may have a claim against the other or be engaged in litigation, 29 Bidder is in arrears on any existing contract or has defaulted on a previous 30 contract,Bidder has performed a prior contract in an unsatisfactory manner, or 31 Bidder has uncompleted work which in the judgment of the City will prevent or 32 hinder the prompt completion of additional work if awarded. 33 34 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 35 other persons and organizations proposed for those portions of the Work as to which 36 the identity of Subcontractors, Suppliers, and other persons and organizations must 37 be submitted as provided in the Contract Documents or upon the request of the City. 38 City also may consider the operating costs, maintenance requirements,performance 39 data and guarantees of major items of materials and equipment proposed for 40 incorporation in the Work when such data is required to be submitted prior to the 41 Notice of Award. 42 43 17.3. City may conduct such investigations as City deems necessary to assist in the 44 evaluation of any Bid and to establish the responsibility, qualifications, and financial 45 ability of Bidders,proposed Subcontractors, Suppliers and other persons and 46 organizations to perform and furnish the Work in accordance with the Contract 47 Documents to City's satisfaction within the prescribed time. 48 49 17.4. Contractor shall perform with his own organization,work of a value not less than 50 35% of the value embraced on the Contract, unless otherwise approved by the City. 51 CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Number 100071 Revised August 21,2015 0021 13-10 INSTRUCTIONS TO BIDDERS Page 10 of 10 1 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 2 responsive Bidder whose evaluation by City indicates that the award will be in the 3 best interests of the City. 4 5 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award 6 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 7 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 8 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 9 comparable contract in the state in which the nonresident's principal place of 10 business is located. 11 12 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 13 to be awarded, City will award the Contract within 90 days after the day of the Bid 14 opening unless extended in writing. No other act of City or others will constitute 15 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 16 the City. 17 18 17.8. Failure or refirsal to comply with the requirements may result in rejection of Bid. 19 20 18. Signing of Agreement 21 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 22 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 23 Contractor shall sign and deliver the required number of counterparts of the Agreement to 24 City with the required Bonds, Certificates of Insurance, and all other required documentation. 25 City shall thereafter deliver one fully signed counterpart to Contractor. 26 27 28 29 END OF SECTION CITY OF FORT WORTH Caylor SMG Ground Storage Tank Repair and Repainting STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Number 100071 Revised August 21,2015 003513-1 CONFLICT OF INTEREST AFFIDAVIT Page 1 of I SECTION 00 3513 CONFLICT OF INTEREST AFFIDAVIT 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 Disclosure 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 documentation and is eligible to bid on City Work.The referenced forms may be downloaded from the website links provided below. htt Uwww�0iics,statetx us/iorrcis/CIQ:t�tlf http://www.ethics,sta tx.us/forms/ClS.pd CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary [-1 CIS Form is on File with City Secretary [_] CIS Form is being provided to the City Secretary BIDDER: C0 ti e V�C� By: Company Tease Print Signature: Address Title: VP z s� —ay, Se-(`V LC es City/State/Z' (Please Print) END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 3,2015 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2016-146247 Utility Service Co., Inc. Perry,GA United States Date Filed: 2 Name of governmental entity or state agency that is a parry tot the contract for which the-form Is 12/14/2016 being filed. City of Fort Worth Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. 02111 Caylor 5MG Ground Storage Tank Repair and Repainting Project Nature of interest 4 Name of Interested Party City,State Country(Place of business) (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. ❑ X 6 AFFIDAVIT I swear,or affirm,under penalty of perju that the above disclosure is true and correct. Y av CRISTYL SMITH n {Votary Public-State of Georgia * Peach County �oao�� My Comm.Expires Sep,19,2017 Signature ofauthorip4gent of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE Sworn to and subscribed before me,by the said . . this the �� day of-tom 20�_,to certify which,witness my hand and seal of office. Signature icor administering oath Printed name o tcer administering oath Title of officer admhisterling oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICELISEONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176,006, Local Government Code.An offense under this section is a misdemeanor. 1J Name of vendor who has a business relationship with local governmental entity. D2 -1 Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) -3J Name of local government officer about whom the information is being disclosed. Name of Officer 4 Describe each employment or other business relationship with the local government officer, or a family member of the officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? 1-1 Yes a No B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? Yes F-1 No 5 Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director,or holds an ownership interest of one percent or more. 6 Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003a)(2)(B), excluding gifts described in Section 176.003(a-1). 7 Signature of v or doing usiness wit the overnm tal ti Date V o ' e,,.th ervt �e Form provided by Texas Ethics Commission www.ethics.slate.tx.us Revised 11/30/2015 LOCAL GOVERNMENT OFFICER FORM CIS CONFLICTS DISCLOSURE STATEMENT (instructions for completing and filing this form are provided on the next page.) This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICEUSEONLY This is the notice to the appropriate local governmental entity that the following local government officer has become aware of facts that require the officer to file this statement Date Received in accordance with Chapter 176,Local Government Code. Name of Local Government Officer 2 Office Held 3 Name of vendor described by Sections 176.001(7)and 176.003(a), Local Government Code 4 Description of the nature and extent of each employment or other business relationship and each family relationship with vendor named in item 3. 5 List gifts accepted by the local government officer and any family member, if aggregate value of the gifts accepted from vendor named in item 3 exceeds$100 during the 12-month period described by Section 176.003(a)(2)(B). Date Gift Accepted Description of Gift Date Gift Accepted Description of Gift Date Gift Accepted Description of Gift (attach additional forms as necessary) 6 AFFIDAVIT I swear under penalty of perjury that the above statement is true and correct. I acknowledge that the disclosure applies to each family member (as defined by Section 176.001(2), Local Government Code) of this local government officer. I also acknowledge that this statement covers the 12-month period described by Section 176.003(a)(2)(B), Local Government Code. Signature of Local Government Officer AFFIX NOTARY STAMP ! SEAL ABOVE Sworn to and subscribed before me,by the said this the day Of 20 ,to certify which,witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 LOCAL GOVERNMENT OFFICER CONFLICTS DISCLOSURE STATEMENT Section 176.003 of the Local Government Code requires certain local government officers to file this form. A"local government officer"is defined as a member of the governing body of a local governmental entity;a director,superintendent, administrator,president,or other person designated as the executive officer of a local governmental entity;or an agent of a local governmental entity who exercises discretion in the planning,recommending,selecting,or contracting of a vendor. This form is required to be filed with the records administrator of the local governmental entity not later than 5 p.m.on the seventh business day after the date on which the officer becomes aware of the facts that require the filing of this statement. A local government officer commits an offense if the officer knowingly violates Section 176.003, Local Government Code. An offense under this section is a misdemeanor. Refer to chapter 176 of the Local Government Code for detailed information regarding the requirement to file this form. INSTRUCTIONS FOR COMPLETING THIS FORM The following numbers correspond to the numbered boxes on the other side. 1. Name of Local Government Officer. Enter the name of the local government officer filing this statement. 2. Office Held. Enter the name of the office held by the local government officer filing this statement. 3.Name of vendor described by Sections 176.001(7)and 176.003(a),Local Government Code. Enter the name of the vendor described by Section 176.001(7), Local Government Code, if the vendor: a) has an employment or other business relationship with the local government officer or a family member of the officer as described by Section 176.003(a)(2)(A),Local Government Code;b)has given to the local government officer or a family member of the officer one or more gifts as described by Section 176.003(a)(2)(B),Local Government Code;or c)has a family relationship with the local government officer as defined by Section 176.001(2-a),Local Government Code. 4. Description of the nature and extent of each employment or other business relationship and each family relationship with vendor named in item 3. Describe the nature and extent of the employment or other business relationship the vendor has with the local government officer or a family member of the officer as described by Section 176.003(a)(2)(A), Local Government Code,and each family relationship the vendor has with the local government officer as defined by Section 176.001(2-a),Local Government Code. 5. List gifts accepted, if the aggregate value of the gifts accepted from vendor named in item 3 exceeds$100. List gifts accepted during the 12-month period(described by Section 176.003(a)(2)(B), Local Government Code)by the local government officer or family member of the officer from the vendor named in item 3 that in the aggregate exceed$100 in value. 6.Affidavit. Signature of local government officer. Local Government Code§176.001(2-a): "Family relationship"means a relationship between a person and another person within the third degree by consanguinity or the second degree by affinity,as those terms are defined by Subchapter B,Chapter 573,Government Code. Local Government Code§176.003(a)(2)(A): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income,that exceeds$2,500 during the 12-month period preceding the date that the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed;or (ii) the local governmental entity is considering entering into a contract with the vendor. Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 0041 00 BID FORM Page 1 of 3 SECTION 00 4100 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: Caylor 5MG Ground Storage Tank Repair and Repainting Project City Project No.: 100071 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 20150821 00 4100 Bid FormFINAL 0041 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. Storage Tank Painting and Rehabilitation b. C. d. 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 150 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150621 00 41 00 Bid FormFINAL 00 41 00 BID FORM Page 3 of 3 Total Base Bid $0.00 Alternate Bid $0.00 Total Bid $0.00 7. Bid Submittal This Bid is submitted on bepe nber 14-;2,616 by the entity named below. Resp tfully submitted, Receipt is acknowledged of the following Addenda: Initial B : -c Addendum No. 1: Y (Signature) Addendum No.2: Addendum No. 3: urt Dimsdale jAddendurn No.4: (Printed Name) Title: 01pactor Of'BId Department Company: Utility,Servico Co., Inc. Corporate {dill!/ Address06.CoOttnpkOod e .914, t�;�•'pAfi •*% Ppirry; �31�16±� �.' C�► `•e State of Incorporation: G,eoga �� ��•. 000 .• •» Email: tirtlsetliitye .dotTi ��f��/�ylo••••••• q��` //illltlliii Phone: 476r9S -0.$0 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ' Form Revised 20150821 00 41 00 Bid FOrmFINAL THIS PAGE INTENTIONALLY LEFT BLANK 00 42 43 BID PROPOSAL -Page I oft SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application - Project Item Information Bidders Proposal Bidlist Description Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quantity -7 ; --- f ---- ------6�r�Ctorv6bifliation All LS 2 Complete Repair Items of Work 13 02 00 LS Repair by welding pits,holes and prior corrosion 13 02 00 3 damage up to 6"in dameter,per the Project EA 300 -K tD -5�, Lv:� --$np.gifigarto ,as,d Provide and install TNEMEC Series 216 Pit Filler per the 13 02 00 4 Project Specifications and as directed by the Engineer. Gal. 4 too Q, —— Pressure wash iMarfox of tank to remove soluble salt 130206-- 5 content as needed per the Project Specification,and as LS direr-ed by.JI1q.FnAIng Provide and operate dehumidification equipment to 13 02 00 maintain less than 60%relative humidity during all 6 Interior blasting,coating and curing operations,per the LS 7 Replace Interior Wet Area Coating System with 13 02 00 LS specified TNEMEC zinc/opoxyleo xy coating system Provide and install SSP6 bfi-sis*2A containment capable 13 02 00 8 of being operated in winds up to 26 mph,as described In LS the Replace Exterior Coating System with specified 13 02 00 9 TNEMEC zlnc/epoxylurethanelfluoropolymer coating LS 4RP,-13 0 C, --._.....system 10 Install 2 logos 13 02 00 LS 1 QOO 000_ 11 Disinfection&Cleanup.Disinfection to be performed by 13 02 00 ILS Cltv Via chlorine infection. 12 Contractor Demobilization 13 02 00 LS — Replace rafters severely damaged by corrosion,if 13 02 00 Alt.#1 required after abrasive blast cleaning and as directed by EA 25 Replace diagonal support beams severely damaged by 13 02 00 Alt.#2 corrosion,if required after abrasive blast cleaning and EA as directed by_Engineer. 25 Replace horizontal intermediate structural roof supports 13 02 00 Alt.#3 severely damaged by corrosion,If required after EA abrasive blast cleaning and as directed by Engineer. 4- Replace crow's nest assembly severely damaged by 13 02 00 Alt.#4 corrosion,if required after abrasive blast cleaning and LS Install new mixing system that enables proper mixing for 13 02 00 Alt#5 the size and capacity of the tank.Mixing system shall be LS GridBee GS Series Electric Potable Water Tank Mixer. Per SDaoificatilcma- ----1. Add or Deduct from the Base Bid to install Alternate 13 02 00 Alt.46 Coating System manufactured by Induron or Sherwin LS Williams,per Section 13 02 00,of the Project C1TYO11FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 00 4100 Bid Fom0NAL 00 42 43 DID PROPOSAL Page 2 of SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item No. Description Section No. Measure Quantity Unit Price Bid Value Bid Summary BaseBid Total Base Bid \,q -Alternate Bid Total Alternate Bldi � yy Total Did END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 00 4100 Bid FomiFINAL BID BOND TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Hartford, Connecticut 06183 CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place of business) Utility Service Co.,Inc. Travelers Casualty and Surety Company of America 535 Courtney Hodges BIvd. Bond&Financial Products Perry,GA 31069 One Tower Square Hartford,CT 06183 OWNER: (Name, legal status and address) City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102 BOND AMOUNT: Five Percent of Principals Bid 5% PROJECT: (Name, location or address, and Project number, if any) Caylor 5 MG Ground Storage Tank Repair and Repainting Project The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves,their heirs, executors, administrators,successors and assigns,jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either(1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. The Company executing this bond vouches that this document conforms to American Institute of Architects Document A310,2010 Edition 1 g;;• OFAT�t►'•R 15th December 16 = ' Signed and sealed this day of ,20 Utility Servic Q.,Inc. { (Principal) ri,''a (Witness) 1 ((itle) n an o, o an ervices Travelers Casualty and Surety Company of America (Surety) (Seal) (Witness)Anne Baker ('Title)J. Karl Sherrill, Attorney-in-Fact The Company executing this bond vouches that this document conforms to American institute of Architects Document A310,2010 Edition 2 WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERSFarmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 228661 Certificate No. O O 6 1 J 1 2 U U KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company,St. Paul Fire and Marine Insurance Company,St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Anne Baker,J.Karl Sherrill,Jr.,and Robert J.Allonier of the City of High Point State of North Carolina their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 10th day of March 2016 _ Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company ,yionffurtr �yti�'63t� J4ti'"x,r.y d�i?t.;tkSyA ,ay'°ia�oq,� euwr,-O" tip&5yxt , tiN�#.#A ` 7tl 97r7'�� a N'195RA1iEO rn xf.�sAuc�-.°�y. ibS6aSMEP94AA�At�lfamooc"i s4a�°tiFsW5R8"V»O`ARAMLtiFt°lvti„,. ii,r, { �� WS118Y9'6Vt o State of Connecticut By: City of Hartford ss. Robert L.Raney, enior Vice President On this the loth day of March 2016 before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer, ewr� '= In Witness Whereof,I hereunto set my hand and official seal.My Commission expires the 30th day of June,2016. Marie C,Tetreault,Notary Public 58440-8-12 Printed in U.S.A. W RNING:-THIS POWER OF ATIORNEYISINVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian'Insurance Company,St, Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this L S!ay of _LPL er'A&— .20 ( Kevin E.Hughes,Assistant Scc tary bUA�rf � Y119.c qy O,AN lNfG9 JQ't IH#Vq�. ``�4�Y•Wpb fYs w4gy� �� yaw. To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached, I I I I I I I I I I WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER , sue2 RESOLC7TIClN OP.BOAIW.OF IJ MCTORS OF Y SERVICE,CO.,INC. BE IT RESOLVED that Jonathan Cato, Vice President of Tank Services, of Utility Service Co.,Inc.,is hereby authorized and empowered by the Board of Directors as of December 20,2013 to execute any and all bid bonds,bid responses, and bid contracts on behalf of Utility Service Co.,Inc. UTILITY SERVICE CO., INC. By: �Noti pique Deniessz�rFcd__ CEO CERTIFICATE OF SECRETARY OF UTILITY SERVICE CO.,INC - I,J. Shane Albritton, as Secretary of Utility Service Co.,Inc.,do hereby certify that the er above Resolution was duly proposed,adopted, and resolved, during a meeting of Utility Service Co,,Inc., a corporation, on the 20th day of December, 2013. So executed on the 20th day of December,2013. J.Sh.- ir Albritton [Corporate Seal] N A I& Qac _"bows 0 Utility Service Co., Inc. 535 Courtney Hodges Blvd - P 0 Box 1350 - Perry, GA 31069 Local: 478.987.0303 1 Toll-Free: 855.526.4413 1 Fax: 478.987.9657 1 utilityserv ice.corn &AD s u le P. July 1, 2016 RE: Bid Law Preference in the State of Georgia To Whom It May Concern I am writing this letter on behalf of Utility Service Co., Inc. You will find Georgia's Public Works Bidding statute at O.C.G.A. § 36-91. Under Georgia law, resident vendors in the State of Georgia are to be granted the same preference over vendors resident in another state in the same manner, on the same basis, and to the same extent that preference is granted in awarding bids or proposals for the same goods or services by such other state to vendors resident therein over vendors resident in the State of Georgia. This preference issued for evaluation purposes only. All state agencies are required to apply this reciprocal preference. Should you need any further information, please feel free to contact my office. Sincerely, UTILITY SERVICE CO., INC. Diana N. Riner Assistant Contract Attorney Utility Service Group is now Suez Water I Advanced Solutions 535 Courtney Hodges Blvd • P O Box 1350 - Perry,GA 31069 Local: 478.987.0303 1 Toll-free: 800.223.3695 1 Fax; 478.987.96571 utilityservice,com 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 ofour principal place of business, are not required to underbid resident bidders. B.The principal place of business of our company or our parent company or majority owner is in the State of Texas. ❑ BIDDER: l_1 ,��SSec-y�ce�o. s "e. By, ado _ (Signature) Title: C�Sc �At��SecV�C�S Date: `LLQ END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Folin Revised 20151203 00 41 00 Bid Fortes 0045 11-1 BIDDERS PREQUALIFICATIONS Page 1 of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 3 4 1. Summary.All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12,Prequalification 6 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is 7 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor. The information must be submitted seven(7)days prior 12 to the date of the opening of bids. For example, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31 st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application,the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents(Corporate Charter,Articles 23 of Incorporation,Articles of Organization, Certificate of Formation,LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/taxpermit/and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun&Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects. The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification. These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 2. Prequalification Requirements 41 a. Financial Statements. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH Caylor 5MG Ground Slot-age Tank Repair and Repainting STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Number 100071 Revised July 1,2011 0045 11-2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1)express an unqualified opinion, or(2)express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital(working capital=current assets—current 26 liabilities)by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report,the notation of 37 "None"or"N/A" should be inserted. 38 (2) A minimum of five (5)references of related work must be provided. 39 Three(3) of the provided references must be for the repair and repainting 40 rehabilitation of a steel storage tank. 41 (3) Submission of an equipment schedule which indicates equipment under 42 the control of the Contractor and which is related to the type of work for 43 which the Contactor is seeking prequalification. The schedule must 44 include the manufacturer,model and general common description of 45 each piece of equipment. Abbreviations or means of describing 46 equipment other than provided above will not be accepted. 47 48 3. Eligibility to Bid 49 a. The City shall be the sole judge as to a contractor's prequalification. CITY OF FORT WORTH Caylor 511G Ground Storage Tank Repair and Repainting STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Number 100071 Revised July 1,2011 0045 11-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 b. The City may reject, suspend, or modify any prequalification for failure by the 2 contractor to demonstrate acceptable financial ability or performance. 3 c. The City will issue a letter as to the status of the prequalification approval. 4 d. If a contractor has a valid prequalification letter,the contractor will be eligible to bid 5 the prequalified work types until the expiration date stated in the letter. 6 7 8 9 10 11 END OF SECTION 12 CITY OF FORT WORTH Caylor 51IG Ground Storage Tank Repair and Repainting STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Number100071 Revised July 1,2011 THIS PAGE INTENTIONALLY LEFT BLANK 00 45 12 BID FORM Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Storage Tank Painting and 0 Rehabilitation W�+ u►ti►C, kwas t The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Company Name Here B �rdnted//Name Here Address Here sOC�t�- Address Here or Space (Signature) City, State Zip Code Here 00-0. 1 M'SC�CL�2.� � •�� �� """fit . tom`XIC ` Title: Title Here 31 q�J`7 • } � Date: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 00 41 00 Bid FormFINAL FORTWORTH SECTION 00 45 13 BIDDER PREQUALIFICAT10N APPLICATION Date of Balance Sheet of 3{ Lo i U C I� G C Lo, Mark only one: Individual Limited Partnership 4 wcp-' n1c. General Partnership Name undev,%hieh you wish to qualify Corporation Limited Liability Company Post Office Box City State Zip Code X315 C.04x ,a 11��es �vd. , RQj c, 3t) �6 Street Address(required) City State Zip Code qgr 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 7 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-Triches—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 X Water Storage Tank Painting&Rehabilitation 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 CITY OF FORT WORTH Cgylor 5d9G Ground Storage Tank Repair and Repainting STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Number 100071 Revised December 20,2012 Utility Service Co., Inc. Unaudited Balance Sheet For the Year Ended December 31, 2016 (in thousands of dollars) Assets Current Assets 111,882 Fixed Assets(net of Depreciation) 9,467 Other Assets 350,978 TOTAL ASSETS $ 472,327 Liabilities&Eauity Current Liabilities 22,812 Current Portion Long Term Debt - Long Term Debt - Other Liabilities(Deferred Income) 217,885 TOTAL LIABILITIES 240,697 TOTAL EQUITY 231,630 TOTAL LIABILITYS&EQUITY $ 472,327 Signed: E. Haddock Senior Manager, Financial Reporting f Utility Service Co., Inc. Unaudited Income Statement For the Year Ended December 31,2016 (in thousands of dollars) Total Income $ 138,185 100.0% Total COGS 107,685 Gross Profit 30,500 22.1% Total SG&A 21,138 Operating Income 9,362 6.8% Amortization, Depreciation& Interest 3,568 Other{Income}/Expense 246 Income before provision for income taxes 5,548 Provision for income taxes 2,747 Net Profit/(Loss) $ 2,801 2.0% Signed; - 411 E. Haddock Senior Manager, Financial Reporting Reference Packet &4 .sue2 Utility Service Co., Inc. 535 COURTNEY HODGES BLVD. P.O. BOX 1350 PERRY, GA 31069 Phone (478)987-0303 Fax (478)987-9657 To Whom It May Concern: Utility Service Co., Inc. is a Georgia corporation that was established in North Carolina in November of 1990. We have operated under this name since incorporated. We paint more than 1200 plus tanks per year and maintain potable water tanks for over 4,500 customers throughout the United States. We work on turn-key projects with specifications provided by the Owner's engineer,or our specifications negotiated prior to the signing of a contract. We seldom request additional monies on a job, or initiate change orders effecting the work or costs of a tank project. We have never failed to complete a project and we have never been involved in litigation as a plaintiff against an Owner or Engineering Firm. Utility Service Co., Inc. does business with the following bank: BBVA Compass Bank 5085 Westheimer Rd.,Ste 4700 Dallas,TX 77056 Contact: David Clerc (713)499-8692 Bonding Company: Travelers Casualty and Surety Company of America, Bond & Financial Products One Tower Square Hartford, CT 06183 Agent: Karl Sherrill,Jr. Senn, Dunn, Marsh, Roland PO Box 5969 High Point, NC 27265 Phone: (336)878-7800 Bonding Capacity: >$10,000,000 Equipment, personnel,jobs completed, and other references are listed on attachments to this submittal. Jobs in progress are too numerous to list(>$5,000,000). Respectfully submitted, Officers: Dominique Demessence—CEO Fernando Almirall—Treasurer Shane Albritton—Secretary Key Personnel: Don Belcher—Senior Vice President-Operations Jonathan Cato—Vice President of Tank Operations Rob Weaver—Health &Safety Manager Major Equipment Owned QuantitV Description Six 40,000 C.F.M. Dust Collectors Four 20,000 CFM Dust Collectors Six Titan Industrial Vacuum Units Thirty T.E.P.E. containment Systems Seven Decontamination Clean-Up Units Forty 22-ton bulk sand trailers Twelve Road Tractors Four ARS Steel Grit Recycling Units Two ADI Steel Grit Recycling Units Five Versablast Faster Blasters r Tank Project References City Water and Light(Jonesboro,AR) Robert Garland 870-219-5234 Craighead Tank 260,000 gallon Standpipe; Interior SP 10/3 Coats; Exterior SP 10/3 Coats with containment and Lead removal; several typical repairs Contract Amount: $164,500 Completed: December 2015 City Water and Light(Jonesboro,AR) Robert Garland 870-219-5234 Ottwell Tank 200,000 gallon EST; Interior SP 10/3 Coats; Exterior SP 10/3 Coats with containment and Lead paint removal;several typical repairs Contract Amount: $270,571 Completed: December 2015 Newport Chemical Depot Reuse Authority(Hillsdale,IN) Burns& McDonnell Engineering Co., Inc. (Joe Darlington) 630-724-3200 100,000 Gallon EST; Interior SP10/2 coats with Lead removal, Exterior SP10/3 coats with full containment and Lead removal; numerous typical repairs, replace cathodic protection system Contract Amount: $493,700 Completed: November 2015 New Hope Water Association (Mount Olive, Ms) Clearpoint Consulting Engineers(John Anglin, PE) 601-261-2609 Hwy 541 Tank—100EST; Exterior PW/2 coat overcoat; Interior SP10/3 coat;typical repair Contract Amount: $62,700 Completed: November 2015 Warren County Water District(Bowling Green, KY) Ryan Leisey, P.E. Manager of Engineering and Construction 270-842-0052 Ext.512 Plano Tank-500,000 Gallon EST; Interior SP10/3 Coats, Exterior PW/2 Coats,typical repairs Contract Amount: $186,300 Completed: October 2015 Van Buren Municipal Utilities(Van Buren,AR) Hawkins—Weir Engineers, Inc. (Brett Peters, PE) 479-474-1227 1MG EST; Interior SP10/3 Coats; Exterior SP6/3 Coats with Series 700 and containment(no Lead);typical repairs and electrical grounding ring for lightning protection Contract Amount: $428,940 Completed:September 2015 Tank Project References City of Thomaston,GA Atkins North America, Inc. (John Sims) 770-933-0280 500,000 gallon elevated water storage tank; Interior SP10/3 coat; Exterior SP10/3 coats with containment and Lead removal;typical repairs; Electrical work(replace FAA lighting) Contract Amount:$450,380 Completed:July 2015 City of Fulton,AR Spears Engineering Company(C. Glen Spears, PE) 870-774-3204 50,000 EST; Interior SP 10/3 Coats; Exterior SP 6/3 Coats with containment and Lead removal Contract Amount:$154,180 Completed:April 2015 Town of Mt.Jackson,VA Kreye Blankenship, Inc. (Terry Blankenship) 804-347-4684 500,000 gallon PED; Interior WET none; Interior DRY touch up only; Exterior SP10/3 Coats with Hydroflon and containment(no Lead);Apple Basket mural Contract Amount:$249,200 Completed: March 2015 Warren County Water District(Bowling Green, KY) Ryan Leisey, P.E. Manager of Engineering and Construction 270-842-0052 Ext.512 Greenwood Tank—250EST; Exterior PW/2 coat overcoat; Interior SP10/3 coat;typical repairs and logos Lover's Lane Tank—2MG Fluted Column; Exterior PW/1 coat overcoat;typical repairs and logos Contract Amount:$254,000 Completed:January 2015 Camp Blanding, FL State of Florida Department of Military Affairs (Fred Levinson) 904-823-0364 Overcoat exterior of two 650,000 gallon elevated water tanks with repairs Contract Amount: $277,000 Completed: February 2014 Lancaster County Water&Sewer District,SC DMB Engineers(Charlie McGoughan, P.E.) 336-629-3931 State Line Tank—500EST; Exterior PW/2 coats; Interior SP10/3 coat;typical repairs Contract Amount: $174,700 Completed: February 2014 Pollock, LA McManus Consulting Engineers (Kenneth C McManus) 318-343-5600 Blast& paint interior&exterior of(1)one 75,000 gallon elevated tank with lead containment and temporary pressure tank Contract Amount:$239,800 Tank Project References Completed: December 2013 MO American Water Mike Ryno—Sr. Specialist Maintenance Services 573-634-3801 ext. 1107 Oakville#1 Elevated Tank—150EST; Exterior SP6/3 coat with Containment and Lead removal; Interior SP10/3 coat;typical repairs Contract Amount: $273,335 Completed: December 2013 Rock Rapids Municipal Utilities,IA DGR Engineering(Gordon Krause) 712-472-2531 Blast and paint interior wet, overcoat interior dry and exterior of a 500,000 gallon hydropillar with containment and repairs. Pressure wash and spot repair a 100,000 gallon elevated tank. Contract Amount: $422,200 Completed: November 2013 Atoka, OK Wall Engineering(Brandon Wall, P.E.) 580-317-4104 DowntownTank—200EST; Exterior S136/3 coat with Hydroflon and Containment with Lead removal; Interior SP10/3 coat;typical repairs Contract Amount: $260,400 Completed: November 2013 Charles Town,WV RK&K Engineers(John Cole) 304-788-3370 Avis Street Tank-Pressure wash and painting the exterior and blast and paint the interior of a 500,000 gallon ground storage tank Contract Amount: $279,900 Completed: November 2013 Plainfield, IN Butler, Fairman,Seufert, Inc. (Jonathan D. Olson) 317-713-4615 Carr Road Tank-500EST; Exterior PW/2 coat with Hydroflon; Interior touchup;typical repairs and cathodic protection Contract Amount: $186,000 Completed: October 2013 Gilbert, LA McManus Consulting Engineers (Micah Ferguson) 318-343-5600 Hwy 15 Tank—50EST; Exterior SP6/3 coat with containment and Lead removal; Interior touchup; no repairs Contract Amount: $101,600 Completed:September 2013 Tank Project References Gila River Indian Community(Sacaton,AZ) Chris Huang, Project Manager—Department of Public Works 520-796-4532 Wild Horse Pass Booster Station#1 and#2 Tanks: 300k GST and 500k GST, Exterior PW/1 coat; Interior SP10/1 Coat 100%solids epoxy,typical repairs Contract Amount: $209,792 Completed: September 2013 Bowersville,GA Rindt-McDuff Associates, Inc. (Zach Handach) 770-531-5109 100k EST, Exterior PW/2 Coat; Interior SP10/3 coat;typical repairs Contract Amount: $56,100 Completed: September 2013 New London,WI AECOM (Dennis Saari, P.E.) 715-342-3041 300k PED; Exterior PW/2 coat with Hydroflon; Interior SP10/2 coat;typical repairs Contract Amount: $195,140 Completed:August 2013 Otterbein, IN Butler, Fairman, Seufert, Inc. (Jeremy Campbell) 317-443-2910 Meadow Street Tank—125EST; Exterior SP6/3 coat with containment and Lead removal; Interior touchup; typical repairs Contract Amount: $230,000 Completed: August 2013 Florence,SC URS Corporation (Nathan Ward, P.E.) 803-254-4400 Otis Way Tank—500EST; Exterior SP6/3 coat with containment and Hydroflon; Interior SP10/3 coat;typical repairs and logos Contract Amount: $329,550 Completed:July 2013 Jackson County RWD#1, KS Bartlett&West Engineers (Louis Funk) 785-272-2252 300k EST, Exterior PW/1 coat; Interior SP10/2 coat,typical repairs Contract Amount:$78,000 Closed SR: November 2013 Darlington County Water&Sewer Authority,SC Davis& Brown Engineering(Glenn Kervin) 843-665-6746 Office Tank—500k EST, Exterior PW/3 coat with Hydroflon; Interior SP10/3 coat; minor repairs Contract Amount:$190,000 Closed SR: November 2013 Tank Project References Barnwell,SC URS Engineering(Bryan Black) 803-254-4400 Main Street Tank—500k EST, Exterior S136/3 coat with Hydroflon &containment; Interior SP10/3 coat; typical repairs Contract Amount: $272,300 Closed SR: October 2013 Leigh, NE JEO Consulting Group, Inc. (Dale Bohac, P.E.) 402-371-6416 Village Tank—50k EST, Exterior PW/coat overcoat; Interior SP10/2 coat 100%solids Series 22;typical repairs Contract Amount: $65,100 Closed SR: September 2013 Jackson County,MO(PWSD#13) HDR Engineering(Scott Fleming, P.E.) 816-347-1354 Tank#1-1,000k EST, Exterior PW/2 coat; Interior SP10/3 coat;typical repairs Contract Amount: $289,900 Closed SR: May 2013 Albertville,AL KREBS Engineering(Scott Lee, P.E.) 205-987-7411 Beulah Tank—200k EST, Exterior SP6/3 coat wet blast; Interior SP10/3 coat;typical repairs Mary Tank—2.3MG GST, Exterior pressure wash 2 coat; Interior SP10/3 coat;typical repairs Contract Amount: $344,600 Closed SR:April 2013 Fernandina Beach, FL John Mandrick, Utilities Director 904-277-7380 Plant Tank(11`h Street)—500k PED, Interior SP10/Z/140/140 Contract Amount: $59,200 Closed SR:April 2013 Chanute AFB(Rantoul, IL) Environmental Chemical Corporation—Prime Contractor Amer Faihan 303-298-7607 WT44 Tank—300k EST, Exterior SP6/91/N69/1074 Class 1 containment w/lead removal; Interior SP10/Z/140/140;significant welding repairs WT120, 122, 968—demolition of three elevated water storage tanks Contract Amount: $822,190 Closed SR: December 2012 Tank Project References Blue Ridge Water Assoc. (Hays, NC) Municipal Engineering Services(Jim Woodie, P.E.) 919-772-5393 Airport Road Tank—100k EST, Interior SP10/Z/140/140, Exterior PW/spot 135/1028/1028 Contract Amount: $66,300 Closed SR: December 2012 City of Friend, NE Kirkham Michael (Scott Schmoker, PE) 812-295-2800 10th Street Tank—250k Ped; Interior Wet SP10/94/1\1140/1\1140; Interior Dry SP6/94/N140; Exterior SP6/94/1075/700 with containment Contract Amount:$205,400 Closed SR: December 2012 Greenville,SC URS Corporation (Nathan Ward, P.E.) 803-254-4400 Hillandale Tank—500k GST, Exterior SP6/91/1075/700 Class 1 containment w/lead removal; Interior SP10/Z/140/140;substantial welding repairs on roof,vent, hatch, manhole, etc.. Contract Amount: $271,900 Closed SR: December 2012 Greenville,SC URS Corporation (Nathan Ward, P.E.) 803-254-4400 Reservoir#3—8MG GST; Exterior overcoat Contract Amount:$77,300 Closed SR: November 2012 Huntingburg,IN Ladd Engineering, Inc. (Garry Ladd, P.E.) 765-482-9219 West Tank—1.4MG GST; Interior SP10/Z/22; Exterior touchup only; PAX Install PWM400/PCC405 (with electrical &SCADA) Contract Amount: $244,600 Completion Date: November 2012 City of Marietta,GA Atkins North America, Inc(John Sims, PE) 770-422-1902 Redwood Tank-500k EST; Interior SP10/91/N140/N140; Exterior overcoat 135/1028; moderate welding repairs Contract Amount:$154,200 Completion Date: October 2012 Tank Project References City of Salina, KS Martha Tasker—Director of Utilities 785-309-5725 Wyatt Tank—1MG EST; Interior SP10/94/N140/N140; Exterior touch up 135/1028; moderate welding repairs Gypsum Hill Tank-500k EST; Interior SP10/94/N140/N140; moderate welding repairs Key Acres Tank—500k Ped; Interior SP10/94/N140/N140; Exterior overcoat 1028; moderate welding repairs Markely Tank—500k Ped; Exterior overcoat 1028. Contract Amount:$421,500 Completion Date: October 2012 Rolla Municipal Utilities, MO(Rolla, MO) Vicki Cason, PE—Staff Engineer 573-364-1572 Hy Point#1 Tank—200k EST; Interior SP10/91/N140/N140; Exterior SP6/91/73/700 Contract Amount:$262,900 Completion Date:July 2012 City of Golden, MS Cook Coggin Engineers(Mark Weeden, PE) 662-842-7381 75k EST, Interior SP10/91/N140/N140; Exterior overcoat 135/10740; moderate welding repairs Contract Amount: $122,800 Completion Date:January 2012 City of Evansville, IN Ja'maal Charles 812.421.2120 3 Tanks; 500KG Pedisphere/1.5MG Composite/500KG Elevated; Interior SP10/Epoxy/Epoxy/Epoxy; Exterior Overcoat Epoxy/Urethane/Urethane. Few welding repairs. Contract Amount:$317,184 Work Completed: December 2011 City of Tupelo, MS Cook Coggin Engineers, Inc(Mark Weeden, PE) 662.842.7381 Mitchell Rd 500KG Elevated Storage Tank; Interior SP10/Zinc/Epoxy/Epoxy; Exterior Overcoat Epoxy/Urethane; Few welding repairs. Contract Amount:$136,000 Work Completed: December 2011 City of Fort Bliss,TX Mirador Enterprises, Inc(Ralph Lopez) 915.546.4111 150KG Elevated Storage Tank; Exterior SP10/Epoxy/Urethane; Lead Containment. Contract Amount:$175,000 Work Completed: December 2011 Tank Project References City of Philadelphia, PA Ed Kaewvichien 215-685-2120 1.5MMG elevated tank with full interior and exterior renovation with Class 1A containment Contract Amount: $2,612,500 Completion Date: July 2010 Winchester Municipal Utilties, KY Black&Veatch (Dan Kay) 513-931-5129 Interior and exterior renovation of the Industrial Park tank Contract Amount: $668,000 Completion Date: November 2010 City of Montgomery,AL CH2M Hill (Chris Griffin)Chris.Griffin@CH2M.com 334-271-1445 ext 707 31VIMG hydropillar—interior and exterior lead abatement with drape containment Contract Amount: $891,000 Completion Date: May 2008 City of Rogers,AR CB&I (Pat Askins, P.E.) PAskins@CBI.com 205-678-9224 Full interior and exterior renovation of a 2MMG hydropillar with drape containment Contract Amount: $518,000 Completion Date: October 2008 CURRENT PROJECTS UNDER CONSTRUCTION We have a large number of current projects in progress. We have listed a few for you. Fayetteville,AR GARVER(Chris Buntin, PE)479-527-9100 Baxter Tank 5,000,000 Gallon GST; Interior SP10/3 coats, Exterior Pressure Wash/2 Coats; numerous typical repairs Mt Sequoyah Tank 250,000 EST; Interior SP10/3 coats, Exterior Pressure Wash/2 Coats; numerous typical repairs; Contract Amount: $1,133,510 Completed: currently under construction Boldo,AL Nelson Engineering Associates, Inc. (Robert Nelson) 205-631-8398 Tank No. 2—150,000 Gallon EST; Interior SP10/2 coats, Exterior Pressure Wash/2 Coats;typical repairs Contract Amount: $59,200 Completed: currently under construction Burbank, OK Cowan Group Engineering(Michael Taylor, PE)405-463-3369 Elevated Tank—50,000 Gallon EST; Interior no work, Exterior SSPC-SP6/3 Coats with Containment and Lead coating removal;typical repairs Contract Amount: $162,730 Completed: currently under construction Sibley, IA DGR Engineering(Logan Smidt) 712-472-2531 Blast&paint interior&exterior of a 250,000-gallon PED; provide containment& perform several repairs Contract Amount: $281,500 Completed: currently under construction Charlotte, NC DiCon Consulting(Ralph Waters)910-575-6091 Blast& painting a 1,500,000-gallon EST; provide containment and perform repairs Contract Amount: $ 1,059,289 Completed: currently under construction Abilene,TX Jacob& Martin, LLC(Kirt Harle)325-695-1070 Highland Tank—Blast&paint interior&exterior of a 1,500,000-gallon EST with containment and repairs Five Points Business Park Tank—Blast& paint interior&overcoat exterior of a 200,000-gallon PED with repairs. Contract Amount: $ 1,304,400 Completed: currently under construction �- � ^ � � ` � Trade References � � TnemecCo, Inc. DeanDnehoff � ' Atlanta,GA � 770-242-9605 ' Sherwin Williams � Jim Ratliff � Global Account Manager ` 501'679-6648 " � Reed Minerals, Inc. Abrasives � v David Dewitt � v Memphis,TN 901-789-1573 ` Eagle Industries, Inc. � Containment Systems Mark Coulon � ` New Orleans, LA � 800-266'8246 � ^ ` � � � � � � x � � � � � � � � � � ^ � v � � � ` � ~ � ~ 0045 13-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 7 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF Georgia COUNTY OF Houston 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 accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. Curt Dimsdale being duly sworn, deposes and says that he/she is the Director of Sid Department of Utility Service Co.,Inc. , the entity described in and which executed the foregoing statement that he/she is familiar with 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. Firm Name: Utility Service Co.,Inc. Signature: '� � Curt Dimsdale,Director of Bid Department Sworn to before me this \3� day of C�-� , O �I r era CRI L SMITH Notary Public-State of Georgia \j Peach County c OR +My Comm.Expires Sep.19,2017 Notary Public Notary Public must not be an officer,director,or stockholder or relative thereof. f CITY OF FORT WORTH Caylor SMG Ground Storage Tank Repair and Repainting STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Number 100071 Revised December 20,2012 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of I 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 4 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 5 provides worker's compensation insurance coverage for all of its employees employed on City 6 Project No. 02111. Contractor further certifies that,pursuant to Texas Labor Code, Section 7 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 8 worker's compensation coverage. 9 10 CONTRACTOR: 11 12 Utility Service Co., Inc. By: Curt Dimsdale 13 Company (Please Print) 14 61A-4-0&1kSd_J, 15 _ 535 Courtney Hodges Blvd. Signature: 16 Address 17 18 Perry, GA 31069 Title: Director,of Bid Department 19 City/State/Zip (Please Print) 20 21 22 THE STATE OF SAS Georgia § 23 24 COUNTY OF TARRANT Houston § r 25 26 BEFORE ME,the undersigned authority, on this day personally appeared 27 Curt Dimsdale , known to me to be the person whose name is 28 subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as 29 the act and deed of Utility Service Co., Inc. for the purposes and 30 consideration therein expressed and in the capacity therein stated. 31 32 GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 33 ��e� , 20�n 34 35 36 CRls,+t STTYLSMITH 37 ° o Notary Public-State of Georgia Nota Publ i and for the State sof-Texas Georgia Peach'County ry 38 My Comm.Expires Sep.19,2017 39 END OF SECTION 40 r f CITY OF FORT WORTH Caylor SMG Ground Storage 74nk Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Number.9zIfi'77 Revised July 1,2011 j000-11 00 45 40-1 Minorit} Business Enterprise Specifications Page 1 of 2 1 SECTION 00 45 40 2 Minority Business Enterprise Specifications 3 [This(Ior)iincnl iS In hel)ril7lC(1 un "pink**paper in its final finrmJ 4 APPLICATION OF POLICY 5 If the total dollar value of the contract is greater than $50.000, then a MBE subcontracting goal is 6 applicable. 7 8 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 10 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 11 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 12 13 MBE PROJECT GOALS 14 The City's MBE goal on this project is 6"„ of the total bid value of the contract (Base bid applies to Parks 15 and Com unity Sefi,ices). 16 17 Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror 18 must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 19 20 COMPLIANCE TO BID SPECIFICATIONS 21 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 22 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 23 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation,or 24 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or 25 3. Good Faith Effort documentation,or; 26 4. Prime Waiver documentation. 27 28 SUBMITTAL OF REQUIRED DOCUMENTATION 29 The applicable documents must be received by the Purchasing Division, within the following times 30 allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall 31 deliver the MBE documentation in person to the appropriate employee of the purchasing division and 32 obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the 33 time allocated. A faxed and/or emailed copy will not be accepted. 34 1. Subcontractor Utilization Form., if received no later than 2:00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if day after the bid opening date, exclusive of the bid opening participation is less than stated goal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if no day after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening contracting/supplier work: date. 35 CITY OF FORT WORTH Cin-lor ilfG Ground Storage 711114 Repair and Repainting STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Prole,i Pr(q,rt\anther 101X)71 Revised June 9,2015 004540-2 Minorite Business Enterprise Specifications Page 2 of 2 1 5. Joint Venture Form, if goal is met received no later than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. '— FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE 3 WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. 4 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR 5 BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 6 7 Any Questions,Please Contact The M1WBE Office at (817) 212-2671. 8 END OF SECTION 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 CITY OF FORT WORTH r ,n Gu ?tIt_;r=;rnzrrrJ rnru, r IInrd RCIUir-und RL7wrnrrr>', STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS /ruj�•rl Prn�e'�'t.AnnrAw 1�iUn?I Re%iced.lune 9.2015 004541 -I SMALL BUSINESS ENTERPRISE GOAL Pagel of 2 1 SECTION 00 45 41 2 SMALL BUSINESS ENTERPRISE GOAL 3 4 [This document is to be printed on '1)ink"puper in its,finul.formJ 5 APPLICATION OF POLICY 6 If the total dollar value of the contract is $50,000 or more, then a SBE subcontracting goal is 7 applicable. 8 9 POLICY STATEMENT 10 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Small 11 Business Enterprises (SBE) in the procurement of all goods and services. All requirements and 12 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 13 14 SBE PROJECT GOAL 15 The City's SBE goal on this project is 66°a, of the base bid (Base bid applies to Parks and Conan noir 16 Services). 17 18 Note: If both MBE and SBE subcontracting goals are established for this project, then an 19 Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed 20 responsive. 21 22 COMPLIANCE TO BID SPECIFICATIONS 23 On City contracts $50,000 or more where a SBE subcontracting goal is applied Offerors are required 24 to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the 25 following: 26 1. Meet or exceed the above stated SBE goal through SBE subcontracting participation, or 27 2. Meet or exceed the above stated SBE goal through SBE Joint Venture participation,or 28 3. Good Faith Effort documentation,or; 29 4. Prime Waiver documentation. 30 31 SUBMITTAL OF REQUIRED DOCUMENTATION 32 The applicable documents must be received by the Purchase Division, within the following times 33 allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror 34 shall deliver the SBE documentation in person to the appropriate employee of the purchasing 35 division and obtain a date/time receipt. Such receipt shall be evidence that the City received the 36 documentation in the time allocated. A faxed and/or emailed 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 met or exceeded: day 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 Utilization Form,if participation is less than da}s after the bid opening date, exclusive of the bid opening stated goal: date. 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business Utilization Form, if no MBE participation: days after the bid opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if firm received no later than 2:00 p.m., on the second City business will perform all subcontracting/supplier work: days after the bid opening date, exclusive of the bid opening date. 37 CITY OF FORT WORTH Ca-vtor 511C,Gromi Siorage Tank Repuir anct Repainting STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Prgieet Prgiec7.\-umber 100071 Revised June 9.2015 004541 -2 SMALL BUSINESS ENTERPRISE GOAL Page 2 of 2 1 5. Joint Venture Form, if goal is met or received no later than 2:00 p.m., on the second City business exceeded: days after the bid opening date, exclusive of the bid opening date. 2 3 FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE 4 ORDINANCE WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO 5 SPECIFICATIONS. 6 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN 7 THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL 8 RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. 9 THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A 10 DISQUALIFICATION PERIOD OF THREE YEARS. 1 I Any questions, please contact the M/WBE Office at(817)212-2674 12 13 END OF SECTION CITY OF FORT WORTH Ca.1 for i 1/6 Ground Storage TtmA Repair and Repainting STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Project Number MON-1 Revised June 9-2015 005243-1 Agreement Page 1 of 4 1 SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on is made by and between the City of Forth 5 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 6 ("City"), and Utility Service Company,Inc. , 7 authorized to do business in Texas, acting by and through its duly authorized representative, 8 ("Contractor"). 9 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 10 follows: 11 Article 1. WORK 12 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 13 Project identified herein. 14 Article 2.PROJECT 15 The project for which the Work under the Contract Documents may be the whole or only a part is 16 generally described as follows: 17 Cc -SMG Ground Sto1°age Tank Repair and Repainting Project 18 Project Number 100071 19 Article 3. CONTRACT TIME 20 3.1 Time is of the essence. 21 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 22 Documents are of the essence to this Contract. 23 3.2 Final Acceptance. 24 The Work will be complete for Final Acceptance within 150 days after the date when the 25 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 26 3.3 Liquidated damages 27 Contractor recognizes that time is of the essence of this Agreement and that City will 28 suffer financial loss if the Work is not completed within the times specified in Paragraph 29 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the 30 General Conditions. The Contractor also recognizes the delays, expense and difficulties 31 involved in proving in a legal proceeding the actual loss suffered by the City if the Work 32 is not completed on time. Accordingly, instead of requiring any such proof, Contractor 33 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 34 City tivo hundred frfty Dollars ($250) for each day that expires after the time specified in 35 Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH Caylor 511IG Ground Storage Tank Repair and Repainting STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Project Number 100071 Revised February 2,2016 005243-2 Agreement Page 2 of 4 36 Article 4. CONTRACT PRICE 37 City agrees to pay Contractor for performance of the Work in accordance with the Contract 3 8 Documents an amount in current funds of eight hundred and fifty-two thousand four hundred and thirty-five Dollars 39 ($_852,435.00 ). 40 Article 5. CONTRACT DOCIIIVIENTS 41 5.1 CONTENTS: 42 A. The Contract Documents which comprise the entire agreement between City and 43 Contractor concerning the Work consist of the following: 44 1. This Agreement. 45 2. Attachments to this Agreement: 46 a. Bid Form 47 1) Proposal Form 48 2) Vendor Compliance to State Law Non-Resident Bidder 49 3) Prequalification Statement 50 4) State and Federal documents (project specific) 51 b. Current Prevailing Wage Rate Table 52 c. Insurance ACORD Form(s) 53 d. Payment Bond 54 e. Performance Bond 55 f. Maintenance Bond 56 g. Power of Attorney for the Bonds 57 h. Worker's Compensation Affidavit 58 i. MBE and/or SBE Commitment Form /1 59 j. Form 1295 Certification No. ) 4 60 3. General Conditions. 61 4. Supplementary Conditions. 62 5. Specifications specifically made a part of the Contract Documents by attachment 63 or, if not attached, as incorporated by reference and described in the Table of 64 Contents of the Project's Contract Documents. 65 6. Drawings. 66 7. Addenda. 67 8. Documentation submitted by Contractor prior to Notice of Award. 68 9. The following which may be delivered or issued after the Effective Date of the 69 Agreement and, if issued, become an incorporated part of the Contract Documents: 70 a. Notice to Proceed. 71 b. Field Orders. 72 c. Change Orders. 73 d. Letter of Final Acceptance. 74 75 CITY OF FORT WORTH Caylor 51IG Ground Storage Tank Repair and Repainting STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Number 100071 Revised February 2,2016 005243-3 Agreement Page 3 of 4 76 Article 6.INDEMNIFICATION 77 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 78 expense, the city, its officers, servants and employees, from and against any and all 79 claims arising out of, or alleged to arise out of, the work and services to be performed 80 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 81 under this contract. This indemnification provision is specifically intended to operate 82 and be effective even if it is alleged or proven that all or some of the damaLres beim 83 sought were caused,in whole or in part,by any act, omission or negligence of the city. 84 This indemnity provision is intended to include, without limitation, indemnity for 85 costs, expenses and legal fees incurred by the city in defending against such claims and 86 causes of actions. 87 88 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 89 the city,its officers,servants and employees,from and against any and all loss,damage 90 or destruction of property of the city,arising out of,or alleged to arise out of,the work 91 and services to be performed by the contractor, its officers, agents, employees, 92 subcontractors, licensees or invitees under this contract. This indemnification 93 provision is specifically intended to operate and be effective even if it is alleged or 94 proven that all or some of the damages being sought were caused, in whole or in part, 95 by any act,omission or negligence of the city. 96 97 Article 7.MISCELLANEOUS 98 7.1 Terms. 99 ' Terms used in this Agreement which are defined in Article 1 of the General Conditions will 100 have the meanings indicated in the General Conditions. 101 7.2 Assignment of Contract. 102 This Agreement, including all of the Contract Documents may not be assigned by the 103 Contractor without the advanced express written consent of the City. 1'04 7.3 Successors and Assigns. 105 = City and Contractor each binds itself, its partners, successors, assigns and legal 106 representatives to the other party hereto, in respect to all covenants, agreements and 107 obligations contained in the Contract Documents. 108 7.4 Severability. 109 Any provision or part of the Contract Documents held to be unconstitutional, void or 110 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 111 remaining provisions shall continue to be valid and binding upon CITY and 112 CONTRACTOR. 113 7.5 Governing Law and Venue. 114 This Agreement, including all of the Contract Documents is performable in the State of 115 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 116 Northern District of Texas,Fort Worth Division. CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Project Number OUFJ-J Revised February 2,2016 005243-4 Agreement Page 4 of 4 117 7.6 Other Provisions. 118 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 119 classified, promulgated and set out by the City, a copy of which is attached hereto and 120 made a part hereof the same as if it were copied verbatim herein. 121 7.7 Authority to Sign. 122 Contractor shall attach evidence of authority to sign Agreement, if other than duly 123 authorized signatory of the Contractor. 124 125 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 126 counterparts. 127 128 This Agreement is effective as of the last date signed by the Parties("Effective Date"). 129 Contractor: //�� City of Fort Worth o`�����luu►ul,,. Nv ,ServiC r log Tc- , Jesus J Chapa Bq: •� Ul.� �r- Assistant City Manager (Signature) ti ;•Ok/� - Date r �" r ° c7tms dole C� Attest: (Printed Name) City Sec tart' I (Seal) Title: r irecl6f �� 3rc� lP 4rnen4 F Address: Ove e �S ll T�' M&C G ' ztof Date: y-IGS-1} Z City/State/zip: errg ,4) 3 to Approved as to Form and Legali Date Douglas W.Black Assistant City Attorney 130 131 132 APPROVAL RECOMMENDED: 133 134 / 135 136 John Robert Carman 137 DIRECTOR, 138 Water Department 139 OFFICIAL RECORD CITY $T.1 V1tORTHO` l CITY OF FORT WORTHCaylor SMG Ground Storage Tank Repair and Repainting STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Project Nmnbe*'Q00 Revised February 2,2016 Contract Compliance Manager By signing I acknowledge that I am the person responsible For the monitoring and administration of this contract, including Ensuring all performance and reporting requirements. Signature Seiavash Mir Name of Employee Project manager Title 0061 13-1 PERFORMANCE BOND Pagel of 2 Bond Number: 106601038 1 SECTION 00 6113 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Utility Service Co.,Inc. ,known as 9 "Principal"herein and Travelers Casualty and Surety Company of America ,a corporate 10 surety(sureties,if more than one)duly authorized to do business in the State of Texas,known as 11 "Surety"herein(whether one or more),are held and firmly bound unto the City of Fort Worth,a 12 municipal corporation created pursuant to the laws of Texas,known as"City"herein,in the penal 13 SUM of, Eight Hundred Fifty Two Thousand Four Hundred Thirty Five&001100 Dollars 14 ($ 852,435.00 ),lawful money of the United States,to be paid in Fort Worth, 15 Tarrant County, Texas for the payment of which sum well and truly to be made,we bind 16 ourselves,our heirs,executors,administrators, successors and assigns,jointly and severally, 17 firmly by these presents. 18 WHEREAS,the Principal has entered into a certain written contract with the City 19 awarded the 14-fK day of rg q&uA2y, ,20 17 ,which Contract is hereby referred to and 20 made a part hereof for all purposes as if fully set forth herein,to furnish all materials,equipment 21 labor and other accessories defined by law,in the prosecution of the Work,including any Change 22 Orders,as provided for in said Contract designated as Caylor SMG Ground Storage Tank Repair 23 and Repainting Project, City Project Number-P2444. 24 NOW,THEREFORE,the condition of this obligation is such that if the said Principal 25 shall faithfully perform it obligations under the Contract and shall in all respects duly and 26 faithfully perform the Work,including Change Orders,under the Contract,according to the plans, 27 specifications,and contract documents therein referred to,and as well during any period of 28 extension of the Contract that may be granted on the part of the City,then this obligation shall be 29 and become null and void,otherwise to remain in full force and effect. 30 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 31 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 32 Worth Division. CITY OF FORT WORTH Caylor SMG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Number• _24-1T Revised July 1,2011 000-71 0061 13-2 PERFORMANCE BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code,as amended,and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 1 day of 6 ��Rr ,20A. 7 PRINCIPAL: 8 Utility Service Co.,Inc. 9 10 L h 1 11 BY: Signature J0�p'.(el5 Curt Dimsdale Director of Bid Department 16 (l Ijnci Secretary Shane Albritton Name and Title a,-) C0 cc .p Address: 535 Courtney Hodges Blvd 1V O:•p Perry,GA 31069 i 7••. 20 fitness as t rincipal 23 SURETY: 24 Travelers Casualty and Surety Company of America 25 26 n 27 BY: 28 Signature 29 30 J.Karl Sherrill,Jr.,Attorney-in-Fact 31 Name and Title 32 33 Address: 1400 Eastchester Drive 34 High Point,NC 27265 35 36 37 Witness as to Surety Anne Baker Telephone Number: 336-878-7800 38 39 40 41 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 42 from the by-laws showing that this person has authority to sign such obligation. If 43 Surety's physical address is different from its mailing address,both must be provided. 44 The date of the bond shall not be prior to the date the Contract is awarded. 45 CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Number-FRIT' Revised July 1,2011 /Q*"1 f 0061 14-1 PAYMENT BOND Page 1 of 2 Bond Number: 106601038 1 SECTION 00 61 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Utility Service Co.,Inc. known as 9 "Principal" herein, and Travelers Casualty and Surety Company of America a 10 corporate surety (sureties), duly authorized to do business in the State of Texas, known as 11 "Surety"herein(whether one or more), are held and firmly bound unto the City of Fort Worth, a` 12 municipal corporation created pursuant to the laws of the State of Texas,known as "City"herein,. 13 in the penal sum of Eight Hundred Fifty Two Thousand Four Hundred Thirty Five&00/100 Dollars 14 ($ 852,435.00 ), lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County,Texas, for the payment of which sum well and truly be made,we bind ourselves, 16 our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these 17 presents: 18 WHEREAS,Principal has entered into a certain written Contract with City, awarded the 19 (4B .day of &J5tzuad11 , 20J_Z, which Contract is hereby referred to and 20 made a part hereof for all purposes as if fully set forth herein,to furnish all materials, equipment, 21 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 22 said Contract and designated as Caylor SMG Ground Storage Tank Repair and Repainting 23 Project, City Project Number 24 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 25 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 26 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 27 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 28 force and effect. 29 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 30 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 31 accordance with the provisions of said statute. 32 CITY OF FORT WORTH Caylor SMG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Number424-H Revised July 1,2011 0061 14-2 PAYMENT BOND Page 2 of 2 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the day of 3 L O.�n1 rN ,20 4 PRINCIPAL: Utility Service Co.,Inc. ATTEST: BY: Signature ®®® ®•900 °°° Curt Dimsdale,Director of Bid Department o ® ®« t I al Secreta Shane Albritton Name and Title rlrl'®p )Secretary ®® �/ ��, Address: 535 Courtney Hodges Blvd Perry,GA 31069 e®� p 1-... YVs,s as to P ' cipal SURETY: Travelers Casualty and Surety Company of America ATTEST: BY: J . dx�k SignatureCU J.Karl Sherrill,Jr.,Attorney-in-Fact ( *fxxxaetW Anita Chick, Witness as to Surety Name and Title Address: 1400 Eastchester Drive High Point,NC 27265 A-A" Witness as to Surety Anne Baker Telephone Number: 336-878-7800 5 6 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 7 bylaws showing that this person has authority to sign such obligation. If Surety's physical 8 address is different from its mailing address,both must be provided. 9 10 The date of the bond shall not be prior to the date the Contract is awarded. 11 END OF SECTION 12 CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ProjectNttmberO2711T Revised July 1,2011 /l ocn 1 0061 19-1 MAINTENANCE BOND Page 1 of 3 Bond Number: 106601038 1 SECTION 00 6119 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Utility Service Co.,Inc. ,known as 9 "Principal"herein and Travelers Casualty and Surety Company of America ,a corporate surety 10 (sureties,if more than one)duly authorized to do business in the State of Texas,known as 11 "Surety"herein(whether one or more),are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of the State of Texas,known as"City"herein, 13 in the sum of Eight Hundred Fifty Two Thousand Four Hundred Thirty Five&00/1J011arS 14 ($ 852,435.00 ),lawful money of the United States,to be paid in Fort Worth, 15 Tarrant County,Texas, for payment of which sum well and truly be made unto the City and its 16 successors,we bind ourselves,our heirs,executors,administrators, successors and assigns,jointly 17 and severally,firmly by these presents. 18 19 WHEREAS,the Principal has entered into a certain written contract with the City awarded 20 the I4V day of��(;RUAizw' ,20-17,which Contract is hereby 21 referred to and a made part hereof for all purposes as if fully set forth herein,to furnish all 22 materials,equipment labor and other accessories as defined by law,in the prosecution of the 23 Work, including any Work resulting from a duly authorized Change Order(collectively herein, 24 the"Work")as provided for in said contract and designated as Caylor 5MG Ground Storage Tank 25 Repair and Repainting Project, City Project NumberWnd 26 27 WHEREAS,Principal binds itself to use such materials and to so construct the Work in 28 accordance with the plans,specifications and Contract Documents that the Work is and will 29 remain free from defects in materials or workmanship for and during the period of two(2)years 30 after the date of Final Acceptance of the Work by the City("Maintenance Period"); and 31 32 WHEREAS,Principal binds itself to repair or reconstruct the Work in whole or in part 33 upon receiving notice from the City of the need therefor at any time within the Maintenance 34 Period. CITY OF FORT WORTH Caylor SMG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Number Revised July 1,2011 /CV 0061 19-2 MAINTENANCE BOND Page 2 of 3 1 2 NOW THEREFORE,the condition of this obligation is such that if Principal shall 3 remedy any defective Work,for which timely notice was provided by City,to a completion 4 satisfactory to the City,then this obligation shall become null and void; otherwise to remain in 5 full force and effect. 6 7 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely 8 noticed defective Work,it is agreed that the City may cause any and all such defective Work to 9 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 10 the Surety under this Maintenance bond; and 11 12 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 13 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 14 Worth Division; and 15 16 PROVIDED FURTHER,that this obligation shall be continuous in nature and 17 successive recoveries may be had hereon for successive breaches. 18 19 20 CITY OF FORT WORTH Caylor SMC Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Number a24g1 Revised July I,2011 1 "1 t 0061 19-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the114 day of rte/y 3 ,20—LL. 4 5 PRINCIPAL: 6 Utility Service Co.,Inc. 7 8 9 BY: U LL 10 Signature ATTEST: \����� �nC.12 / Curt Dimsdale,Director of Bid Department meq,•Qf- 14 ttrinVal) cretary Shane Albritton Name and Title ZZ :O Address: 535 Courtney Hodges Blvd �0 C/i 7 Q::p Perry,GA 31069 180 20tness as to Nncipal SURETY: 22 Travelers Casualty and Surety Company of America 23 24 4 25 BY: 26 Signature 27 28 J. Karl Sherrill, Jr.,Attorney-in-Fact 29 ATTEST: Name and Title ( 30 31 Address: 1400 Eastchester Drive 32 (SwVyXSxmxxyxx Anita Chick, Witness as to Surety High Point,NC 27265 33 34 f 35 Witness as to Surety Anne Baker Telephone Number: 336-878-7800 36 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, both must be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded. 4 41 r f CITY OF FORT WORTH Caviar 5XIG Groami Storage Truck Repair mrd Repainfing Proiect STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project:Numherlk24-H Revised July 1,2011 /00011 I 4 IMPORTANT NOTICE To obtain information or make a complaint: You may call Travelers Casualty and Surety Company of America and its affiliates'toll- free telephone number for information or to make a complaint at: 1-800-328-2189 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: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: Con sumerProtection(a td i.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your Agent or Travelers 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 and is given to comply with Texas legal and regulatory requirements. (PN-042-B) Ed.10.18.07 WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT RED BORDER -� POWER OF ATTORNEY F � Farmington Casualty Company St.Paul Mercury Insurance Company t Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company f Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America l 1 St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company ( i St.Paul Guardian Insurance Company l t i I� Attorney-In Fact No. 228661 Certificate No. 006731454 Q t- KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a l corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Anne Baker,J.Karl Sherrill,Jr.,and Robert J.Allonier of the City of High Point State of North Carolina their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 10th rr� day of March 2016 1 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America Q St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company GPSUq� ty yf1RE 6 *K f ''�Q .�1NS ...�.9 s yJ R �tW?�„�F7!•C �p� �0�, 1977 FORAYED eN �r a u rco o' � HARTFORD, 5S'tiARfFORO, �s a � 11Ep ( y6gy L 1951 . _`:SE AGiod '-�:$TSAL%3o t �, CONN. c I�CQVH £ N rE d fiti O�� L.. b•. y • F .� A tirVl,ANCE.�F f .�a� �1,V�'•... ..:ad bb dp 1 ,�� ./ �.;T,„!�� •nnw�' F R'd� q State of Connecticut By: City of Hartford ss. Robert L.Raney,kenior Vice President 1� On this the 10th day of March 2016 before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof,I hereunto set my hand and official seal. My Commission expires the 30th day of June,2016. * i7 Marie C.Tetreault,Notary Public t 6� / 58440-8-12 Printed in U.S.A. 1. �. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for put-poses only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force;and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of 120 M Kevin E.Hughes,Assistant Secr tary ' GAS U,tF} &RE [�,03 i zs ,,, >W r oOAPOPATf:t�° s �nxaa'esAtto e a HARTFORD. •c HARTFGRD, y" s e o 1951 ms j`'•S E A L o w COF7N. n £ n 1696 . y` tFy � N�• O'-� 7`:• '7 i.�Ti'�.L.3: a A "U/� t� �S�. G �y........r�'a�r� �6.•('. .'aD f y $C s�, �`,� `Y./ .,t(� -" P To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER DATE(MM/DDNYYY) A�R" CERTIFICATE OF LIABILITY INSURANCE 02/16/2017 1 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 I 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 MARSH USA,INC. PHONE FAX 1 445 SOUTH STREET A/C No Ext): A/C No): MORRISTOWN,NJ 07962-1966 E-MAIL Attn:Morristown.CertRequest@marsh.com Fax:212-948-0979 ADDRESS: 1 INSURERS AFFORDING COVERAGE NAIC# 100055-USG-GAWUP-16-18 INSURER A:Liberty Mutual Fire Insurance Company 23035 INSURED UTILITY SERVICE CO.,INC. INSURER B:National Union Fire Insurance Company 19445 . 1 PO BOX 1350 INSURER C:Liberty Insurance Corporation 42404 PERRY,GA 31069 INSURER D:ACE American Insurance Company 22667 INSURER E: ( INSURER F: COVERAGES CERTIFICATE NUMBER: NYC-008731197-01 REVISION NUMBER:2 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD 1 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. 'NSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY M IC EXP LIMITS _TR ( A X COMMERCIAL GENERAL LIABILITY TB2-641-444728-046 03/01/2016 03/01/2017 EACH OCCURRENCE $ 2,000,000 1 DAMAGES( RENTED CLAIMS-MADE OCCUR PREMISES Ea occurrence) $ 2,000,000 MED EXP(Any one person) $ 10,000 1 PERSONAL&ADV INJURY $ 2,000,000 1 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 3,000,000 I PRO- POLICY LOC PRODUCTS-COMP/OP AGG $ 3,000,000 1 OTHER: $ 1 A AUTOMOBILE LIABILITY A52-641-444728-066 03/01/2016 03/01/2017 COMBINED SINGLE LIMIT $ 2,000,000 Ea accident X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS HIRED AUTOS NON-OWNED PROPERTY DAMAGE $ AUTOS Per accident 1 B X UMBRELLA LIAB X OCCUR 12318741 01/01/2017 01/01/2018 EACH OCCURRENCE $ 25,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 25,000,000 DEDFX RETENTION$10,000 $ C WORKERS COMPENSATION WA7-640444728-016 (AOS) 03/01/2016 03/01/2017 X IPER STATUTE ERH AND EMPLOYERS'LIABILITY — 1 Y ANY PROPRIETOR/PARTNER/EXECUTIVE N N1 E.L.EACH ACCIDENT $ _ 2,000,000 OFFICERIMEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 2,000,000 1 If yes,describe under 2,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ I D CONTRACTORS POLLUTION AND COOG2737220A003 07/24/2016 07/24/2017 PER OCCURRENCE: 20,000,000 ERRORS&OMISSIONS SIR-$250,000 AGGREGATE: 20,000,000 1 DESCRIPTION OF OPERATIONS/LOCATIONS i VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space Is required) ?e:Caylor 5MG Ground Storage Tank Repair and Repainting Project I City of Fort Worth and Dunham Engineering,Inc.,and their respective officers,directors,agents and employees as their interest may appear are included as additional insured(except workers compensation)where squired by written contract. This insurance is primary and non-contributory over any existing insurance and limited to liability arising out of the operations of the named insured and where required by written contract. Waiver of subrogation provided in favor of additional insured under the general liability,auto liability and workers compensation. , I `I <. „ERTIFICATE HOLDER CANCELLATION City of Fort Worth SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 1 1000 Throckmorton STTHE EXPIRATION 'DATE THEREOF, NOTICE WILL BE DELIVERED IN 1 Fort Worth,TX 76102 ACCORDANCE WITH THE POLICY PROVISIONS. 1 AUTHORIZED REPRESENTATIVE of Marsh USA Inc. ( Manashi Mukhe'ee ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD 00 72 00 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnimy2,2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 —Definitions and Terminology..........................................................................................................1 1.01 Defined Terms...............................................................................................................................l 1.02 Tenninology..................................................................................................................................6 Article2—Preliminary Matters.........................................................................................................................7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time;Notice to Proceed................................................................7 2.03 Starting the Worl...........................................................................................................................8 2.04 Before Starting Construction........................................................................................................8 2.05 Preconstruction Conference..........................................................................................................8 2.06 Public Meeting..............................................................................................................................8 2.07 Initial Acceptance of Schedules....................................................................................................8 Article 3 —Contract Documents: Intent,Amending, Reuse............................................................................8 3.01 Intent..............................................................................................................................................8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resolving Discrepancies.......................................................................................9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................l l Article 4—Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points...........................................................................................................11 4.01 Availability of Lands .................................................................................................................. 11 4.02 Subsurface and Physical Conditions ..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities ...............................................................................................................13 4.05 Reference Points .........................................................................................................................14 4.06 Hazardous Enviromnental Condition at Site..............................................................................14 Article5—Bonds and Insurance .....................................................................................................................16 5.01 Licensed Sureties and Insurers ...................................................................................................16 5.02 Performance,Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6—Contractor's Responsibilities........................................................................................................ 19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnimy2,2016 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 Worlc...................................................................................................................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 -City's Observation Status During Construction...........................................................................37 Article 9 9.01 City's Project Manager ............................................................................................................37 9.02 Visits to Site................................................................................................................................37 9.03 Authorized Variations in Worl. ..................................................................................................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 f, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 F Article 10-Changes in the Work; Claims; Extra Work................................................................................38 10.01 Authorized Changes in the Work...............................................................................................38 10.02 Unauthorized Changes in the Worlc ...........................................................................................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 1 I -Cost of the Work;Allowances; Unit Price Work; Plans Quantity Measurement......................41 11.01 Cost of the Work.........................................................................................................................41 11.02 Allowances 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 Worlc.............................................................................................................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 Terinination........................................................................................57 15.01 City May Suspend Work.............................................................................................................57 15.02 City May Terminate for Cause...................................................................................................58 15.03 City May Terminate For Convenience.......................................................................................60 Article16-Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 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 r CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-I GENERAL CONDITIONS Page 1 of 63 ARTICLE 1 –DEFINITIONS AND TERMINOLOGY 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 ternns 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 SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-I 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 parry 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 SPECIFICATION DOCUMENTS Revision:Febnuvy2,2016 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. Dral7)ings--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 firni 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 orkspecified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnuary2,2016 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 fiaction 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 SPECIFICATION DOCUMENTS Revision:Febmary2,2016 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 Manager—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 SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-I 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 contact 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 1.02.B 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 SPECIFICATION DOCUMENTS Revision:Febniary2,2016 007200-1 GENERAL CONDITIONS Page 7 of 63 I. 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 "hnstall" 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 SPECIFICATION DOCUMENTS Revision:Febtnty2,2016 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 SPECIFICATION DOCUMENTS Revision:Febniary2,2016 007200-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, farrnat 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 SPECIFICATION DOCUMENTS Revision:Febmary2,2016 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 shallgovern 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. Contactor 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 SPECIFICATION DOCUMENTS Revision:Febnuary2,2016 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 perforined. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February2,2016 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 SPECIFICATION DOCUMENTS Revision:February 2,2016 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 i£ E 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 SPECIFICATION DOCUMENTS Revision:Febnuiy2,2016 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 F CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 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 inunediately: (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 fi°om 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 SPECIFICATION DOCUMENTS Revision:February 2,2016 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 bantaupt 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 iability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febwary2,2016 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 SPECIFICATION DOCUMENTS Revision:Febmary2,2016 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 conforin 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 f CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 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 SPECIFICATION DOCUMENTS Revision:Febmaiy2,2016 007200-I 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, Contactor 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, Contactor 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 SPECIFICATION DOCUMENTS Revision:Febnary2,2016 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 013 2 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 SPECIFICATION DOCUMENTS Revision:Febmary2,2016 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. tems: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 SPECIFICATION DOCUMENTS Revision:Febmary2,2016 r 007200-I 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 SPECIFICATION DOCUMENTS Revision:Febmary2,2016 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. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended)by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE 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. Material misrepresentation of any nature will 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 SPECIFICATION DOCUMENTS Revision:Febmary2,2016 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 Govenm-lent 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 inforination, 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 detennination. 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 SPECIFICATION DOCUMENTS Revision:Febmary2,2016 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 fidlest 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 infi°ingement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnkuy2,2016 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 Worlc. 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 pen-nits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Enviromnental 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 SPECIFICATION DOCUMENTS Revision:Febniary2,2016 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 tune 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.us/taxinfo/taxforms/93-forms.html 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 f area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 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 6.21, 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 conforrn 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 mamler 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 SPECIFICATION DOCUMENTS Revision:Febnuary2,2016 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 J CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnuaty2,2016 007200-1 GENERAL CONDITIONS Page 3 l 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. Subn-dt 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 SPECIFICATION DOCUMENTS Revision:Febniary2,2016 007200-I 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 Workand 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 SPECIFICATION DOCUMENTS Revision:Febmaty 2,2016 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 I CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 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 r CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 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 pant 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 SPECIFICATION DOCUMENTS Revision:Febmary2,2016 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 S—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. f CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnuvy2,2016 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 Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is < insert name here >, or his/her successor pursuant to written notification from the Director of < insert managing department here>. 9.02 Visits to Site A. City's Project Manager 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 Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager 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 Manager'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 Manager'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 SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager 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 Manager 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 Manager 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 SPECIFICATION DOCUMENTS Revision:Febniary 2,2016 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 Wank 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 SPECIFICATION DOCUMENTS Revision:Febmary2,2016 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 Contactor, 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 SPECIFICATION DOCUMENTS Revision:February2,2016 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 tern Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.0l.B, 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 11.013, 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 SPECIFICATION DOCUMENTS Revision:Febmary2,2016 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. £ 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. F CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnkvy2,2016 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 11.0l.A.1 or specifically covered by Paragraph 11.0l.A.4, 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 detennined 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 SPECIFICATION DOCUMENTS Revision:Febmary2,2016 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 SPECIFICATION DOCUMENTS Revision:February2,2016 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 SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non-site specific Contracts, the pians 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 12.01.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, 11.0l.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 11.01.A.4 and 11.01.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 SPECIFICATION DOCUMENTS Revision:Febnuvy2,2016 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%) 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 tirne 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 SPECIFICATION DOCUMENTS Revision:Febniary2,2016 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 SPECIFICATION DOCUMENTS Revision:Febmary2,2016 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 SPECIFICATION DOCUMENTS Revision:Febmary2,2016 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 SPECIFICATION DOCUMENTS Revision:Febmary2,2016 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 Iun 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 perforin 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 SPECIFICATION DOCUMENTS Revision:Febniaiy2,2016 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. Applicationsfor 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 SPECIFICATION DOCUMENTS Revision:February 2,2016 r 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 SPECIFICATION DOCUMENTS Revision:Febmary2,2016 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. etainage: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 SPECIFICATION DOCUMENTS Revision:Febnuaty2,2016 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 SPECIFICATION DOCUMENTS Revision:Febmary2,2016 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 SPECIFICATION DOCUMENTS Revision:Febntary2,2016 007200-I 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 SPECIFICATION DOCUMENTS Revision:Febmary2,2016 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 #20020-12-201lestablished 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 commenceperformance 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 SPECIFICATION DOCUMENTS Revision:Febmary2,2016 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 perforin 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 SPECIFICATION DOCUMENTS Revision:Febivary2,2016 007200-I 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. E CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS t Revision:Feb imy2,2016 007200-I 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 SPECIFICATION DOCUMENTS Revision:Febniary2,2016 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. £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 SPECIFICATION DOCUMENTS Revision:Febniaiy2,2016 007200-I GENERAL CONDITIONS Page 63 of 63 17.04 Suri)ival 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 SPECIFICATION DOCUMENTS Revision:Febniary2,2016 007300-1 SUPPLEMENTARY CONDITIONS Page 1 of 6 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 6 7 Supplementary Conditions 8 9 These Supplementary Conditions modify and supplement Section 00 72 00 -General Conditions,and other 10 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 11 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions 12 of the General Conditions which are not so modified or supplemented remain in full force and effect. 13 14 Defined Terms 15 16 The terms used in these Supplementary Conditions which are defined in the General Conditions have the 17 meaning assigned to them in the General Conditions,unless specifically noted herein. 18 19 Modifications and Supplements 20 21 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 22 other Contract Documents. 23 24 SC-3.03B.2,"Resolving Discrepancies" 25 26 Plans govern over Specifications. 27 28 SC-4.01A 29 30 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 31 Upon receiving the final easements descriptions,Contractor shall compare them to the lines shown on the 32 Contract Drawings. 33 34 SC-4.01A.1.,"Availability of Lands" 35 36 The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of 37 November 1, 2016: 38 39 Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION None 40 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 41 and do not bind the City. 42 43 If Contractor considers the final easements provided to differ materially fi•om the representations on the 44 Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, 45 notify City in writing associated with the differing easement line locations. 46 47 SC-4.01A.2,"Availability of Lands" CITY OF FORT WORTH CaJ,lor 511G Ground Storage Tank Repair and Repainting STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Project Number 100071 f' Revised January 22,2016 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 6 1 2 Utilities or obstructions to be removed,adjusted,and/or relocated 3 4 The following is list of utilities and/or obstructions that have not been removed, adjusted,and/or relocated 5 as of November 1, 2016 6 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT None 7 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 8 and do not bind the City. 9 10 SC-4.02A.,"Subsurface and Physical Conditions" 11 12 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 13 14 An Engineer's Report of Inspection, dated September 26,2016,prepared by Dunham Engineering, Inc, a 15 consultant of the City,providing additional information on the Caylor SMG Ground Storage Tank. 16 17 The following are drawings of physical conditions in or relating to existing surface and subsurface 18 structures(except Underground Facilities)which are at or contiguous to the site of the Work: 19 See Site Plan in Draivings Section 20 21 SC-4.06A.,"Hazardous Environmental Conditions at Site" 22 23 The following are reports and drawings of existing hazardous environmental conditions known to the City: 24 None. 25 26 SC-5.03A.,"Certificates of Insurance" 27 28 The entities listed below are "additional insureds as their interest may appear"including their respective 29 officers,directors, agents and employees. 30 31 (1) City 32 (2) Consultant: Dunham Engineering, Inc. 33 (3) Other: None 34 35 [Obtain aphronal for the knits shown for SC 5.04A thru 5.04D.front City before finalizing Contract 36 Documents] 37 38 SC-5.04A.,"Contractor's Insurance" 39 40 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 41 coverages for not less than the following amounts or greater where required by laws and regulations: 42 43 5.04A.Workers'Compensation,under Paragraph GC-5.04A. 44 45 Statutory limits 46 Employer's liability 47 $100,000 each accident/occurrence 48 $100,000 Disease-each employee 49 $500,000 Disease-policy limit CITY OF FORT WORTH Caylor 5MG Ground Slorage Tank Repair and Repainting STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Project Number 100071 Revised January 22,2016 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 6 1 2 SC-5.04B.,"Contractor's Insurance" 3 4 5.04B. Commercial General Liability,under Paragraph GC-5.0413. Contractor's Liability Insurance 5 under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with 6 minimum limits of. 7 8 $1,000,000 each occurrence 9 $2,000,000 aggregate limit 10 11 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the 12 General Aggregate Limits apply separately to each job site. 13 14 The Commercial General Liability Insurance policies shall provide"X","C", and"U"coverage's. 15 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 16 17 SC 5.04C., "Contractor's Insurance" 18 5.04C. Automobile Liability,under Paragraph GC-5.04C. Contractor's Liability Insurance under 19 Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: 20 21 (1) Automobile Liability-a commercial business policy shall provide coverage on"Any Auto", 22 defined as autos owned,hired and non-owned. 23 24 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 25 least: 26 27 $250,000 Bodily Injury per person/ 28 $500,000 Bodily hVur3�per accident/ 29 $100,000 Property Damage 30 31 SC-5.04D.,"Contractor's Insurance" 32 33 The Contractor's construction activities will require its employees, agents,subcontractors, equipment, and 34 material deliveries to cross railroad properties and tracks oinned and operated by:None. 35 36 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 37 hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 38 or other property. Such operations on railroad properties may require that Contractor to execute a"Right of 39 Entry Agreement"with the particular railroad company or companies involved, and to this end the 40 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 41 the right-of-entry(if any)required by a railroad company.The requirements specified herein likewise relate 42 to the Contractor's use of private and/or construction access roads crossing said railroad company's 43 properties. 44 45 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 46 coverage for not less than the following amounts, issued by companies satisfactory to the City and to the 47 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 48 occupy,or touch railroad property: 49 50 (1) General Aggregate: $Confrrin Limits with Raib-oad 51 52 (2) Each Occurrence: $Corina Limits withRailroad 53 54 Required for this Contract X Not required for this Contract 55 CITY OF FORT WORTH Caylor 5dIG Ground Storage Tmik Repair and Repatnttng STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Project Number 100071 Revised January 22,2016 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 6 1 2 With respect to the above outlined insurance requirements,the following shall govern: 3 4 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in 5 the name of the railroad company. However, if more than one grade separation or at-grade 6 crossing is affected by the Project at entirely separate locations on the line or lines of the same 7 railroad company, separate coverage may be required, each in the amount stated above. 8 9 2. Where more than one railroad company is operating on the same right-of-way or where several 10 railroad companies are involved and operated on their own separate rights-of-way, the Contractor 11 may be required to provide separate insurance policies in the name of each railroad company. 12 13 3. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a 14 railroad company's right-of-way at a location entirely separate fi•om the grade separation or at- 15 grade crossing, insurance coverage for this work must be included in the policy covering the grade 16 separation. 17 18 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- 19 way, all such other work may be covered in a single policy for that railroad, even though the work 20 may be at two or more separate locations. 21 22 No work or activities on a railroad company's property to be performed by the Contractor shall be 23 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 24 for each railroad company named,as required above. All such insurance must be approved by the City and 25 each affected Railroad Company prior to the Contractor's beginning work. 26 27 The insurance specified above must be carried until all Work to be performed on the railroad right-of-way 28 has been completed and the grade crossing, if any,is no longer used by the Contractor. In addition, 29 insurance roust be carried during all maintenance and/or repair work performed in the railroad right-of-way. 30 Such insurance must name the railroad company as the insured,together with any tenant or lessee of the 31 railroad company operating over tracks involved in the Project. 32 33 SC-6.04.,"Project Schedule" 34 35 Project schedule shall be tier 3 for the project. 36 37 SC-6.07.,"Wage Rates" 38 39 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 40 Appendixes: CFW Vertical Wage Rate Table. 41 42 SC-6.09.,"Permits and Utilities" 43 44 SC-6.09A.,"Contractor obtained permits and licenses" 45 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 46 All required construction permits are to be obtained crud paid,for U1,Contractor. 47 48 SC-6.0913."City obtained permits and licenses" 49 The following are known permits and/or licenses required by the Contract to be acquired by the City: None 50 51 SC-6.09C. "Outstanding permits and licenses" 52 53 The following is a list of known outstanding permits and/or licenses to be acquired, if any as of November 54 1, 2016: 55 CITY OF FORT WORTH Caytor 5A/G Ground Storage Tank Repair and Repainting STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Project Number 100071 Revised January 22,2016 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 6 1 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None 2 3 <Insert the following if Federal assistance is provided for in this Contract> 4 SC-6.24B.,"Title VI,Civil Rights Act of 1964 as amended" 5 6 During the performance of this Contract,the Contractor,for itself, its assignees and successors in interest 7 (hereinafter referred to as the "Contractor")agrees as follows: 8 9 1. Compliance with Regulations: The Contractor shall comply with the Regulation relative to 10 nondiscrimination in Federally-assisted programs of the Department of Transportation(hereinafter, 11 "DOT")Title 49,Code of Federal Regulations,Part 21,as they may be amended from time to time, 12 (hereinafter referred to as the Regulations),which are herein incorporated by reference and made a part 13 of this contract. 14 15 2. Nondiscrimination: The Contractor,with regard to the work performed by it during the contract,shall 16 not discriminate on the grounds of race, color, or national origin, in the selection and retention of 17 subcontractors, including procurements of materials and leases of equipment. The Contractor shall not 18 participate either directly or indirectly in the discrimination prohibited by 49 CFR, section 21.5 of the 19 Regulations, including employment practices when the contract covers a program set forth in 20 Appendix B of the Regulations. 21 22 3. Solicitations for Subcontractors,Including Procurements of Materials and Equipment: In all 23 solicitations either by competitive bidding or negotiation made by the contractor for work to be 24 performed under a subcontract,including procurements of materials or leases of equipment, each 25 potential subcontactor or supplier shall be notified by the Contractor of the Contractor's obligations 26 under this contract and the Regulations relative to nondiscrimination on the grounds of race, color,or 27 national origin. 28 29 4. Information and Reports: The Contractor shall provide all information and reports required by the 30 Regulations or directives issued pursuant thereto,and shall permit access to its books,records, 31 accounts,other sources of information and its facilities as may be determined by City or the Texas 32 Department of Transportation to be pertinent to ascertain compliance with such Regulations, orders 33 and instructions. Where any information required of a contractor is in the exclusive possession of 34 another who fails or refuses to furnish this information the contractor shall so certify to the City, or the 35 Texas Department of Transportation, as appropriate, and shall set forth what efforts it has made to 36 obtain the information. 37 38 5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the 39 nondiscrimination provisions of this Contract, City shall impose such contract sanctions as it or the 40 Texas Departrnent of Transportation may determine to be appropriate,including,but not limited to: 41 42 a. withholding of payments to the Contractor under the Contract until the Contractor 43 complies,and/or 44 b. cancellation,termination or suspension of the Contract,in whole or in part. 45 46 6. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs(1)through 47 (6)in every subcontract, including procurements of materials and leases of equipment, unless exempt 48 by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with 49 respect to any subcontract or procurement as City or the Texas Department of Transportation may 50 direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, CITY OF FORT WORTH Caylor 51V9G Ground Storage Tank Repair and Repainting STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Project Number 100071 Revised January 22,2016 007300-6 SUPPLEMENTARY CONDITIONS Page 6 of 6 1 however,that, in the event a contractor becomes involved in, or is threatened with, litigation with a 2 subcontractor or supplier as a result of such direction,the contractor may request City to enter into 3 such litigation to protect the interests of City,and, in addition,the contactor may request the United 4 States to enter into such litigation to protect the interests of the United States. 5 6 Additional Title VI requirements can be found in the Appendix. 7 8 SC-7.02.,"Coordination" 9 10 The individuals or entities listed below have contacts with the City for the performance of other work at 11 the Site: 12 Vendor Scope of Work Coordination Authority None None Cit), 13 14 15 SC-8.01,"Communications to Contractor" 16 17 See Section 13 02 00 18 19 SC-9.01.,"City's Project Manager" 20 21 The City's Project Manager for this Contract is <Insert Name>,or his/her successor pursuant to written 22 notification from the Director of the mater Department. 23 24 SC-13.03C.,"Tests and Inspections" 25 26 Contractor is responsible for his own qualio) control(QC). Engineer will provide quality assurance(QA) 27 inspection on a hold-point basis. 28 29 SC-16.01C.1,"Methods and Procedures" 30 31 None. 32 33 34 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative"wording changed to City's Project Manager, CITY OF FORT WORTH Cajlor 5/1 IG Ground Storage Tank Repair and Repainting STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Project Number 100071 Revised January 22,2016 011100-1 SUMMARY OF WORK Page 1 of 3 1 SECTION 01 11 00 2 SUMMARY OF WORK 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 3. Division 13 —Special Construction 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Work Covered by Contract Documents 20 1. Work is to include furnishing all labor, materials, and equipment, and performing 21 all Work necessary for this construction project as detailed in the Drawings and 22 Specifications. 23 2. Caylor 5MG Ground Storage Tank Repair and Repainting Project 24 a. See Section 13 02 00—Ground Water Storage Tank Rehabilitation 25 B. Subsidiary Work 26 1. Any and all Work specifically governed by documentary requirements for the 27 project, such as conditions imposed by the Drawings or Contract Documents in 28 which no specific item for bid has been provided for in the Proposal and the item is 29 not a typical unit bid item included on the standard bid item list,then the item shall 30 be considered as a subsidiary item of Work,the cost of which shall be included in 31 the price bid in the Proposal for various bid items. 32 C. Use of Premises 33 1. Coordinate uses of premises under direction of the City. 34 2. Assume full responsibility for protection and safekeeping of materials and 35 equipment stored on the Site. 36 3. Use and occupy only portions of the public streets and alleys, or other public places 37 or other rights-of-way as provided for in the ordinances of the City, as shown in the 38 Contract Documents, or as may be specifically authorized in writing by the City. CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised December 20,2012 01 1100-2 SUMMARY OF WORK Page 2 of 3 1 a. A reasonable amount of tools, materials, and equipment for construction 2 purposes may be stored in such space, but no more than is necessary to avoid 3 delay in the construction operations. 4 b. Excavated and waste materials shall be stored in such a way as not to interfere 5 with the use of spaces that may be designated to be left free and unobstructed 6 and so as not to inconvenience occupants of adjacent property. 7 c. If the street is occupied by railroad tracks,the Work shall be carried on in such 8 manner as not to interfere with the operation of the railroad. 9 1) All Work shall be in accordance with railroad requirements set forth in 10 Division 0 as well as the railroad permit. 11 D. Work within Easements 12 1. Do not enter upon private property for any purpose without having previously 13 obtained permission from the owner of such property. 14 2. Do not store equipment or material on private property unless and until the 15 specified approval of the property owner has been secured in writing by the 16 Contractor and a copy furnished to the City. 17 3. Unless specifically provided otherwise, clear all rights-of-way or easements of 18 obstructions which must be removed to make possible proper prosecution of the 19 Work as a part of the project construction operations. 20 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 21 lawns, fences, culverts, curbing, and all other types of structures or improvements, 22 to all water, sewer, and gas lines,to all conduits, overhead pole lines, or 23 appurtenances thereof, including the construction of temporary fences and to all 24 other public or private property adjacent to the Work. 25 5. Notify the proper representatives of the owners or occupants of the public or private 26 lands of interest in lands which might be affected by the Work. 27 a. Such notice shall be made at least 48 hours in advance of the beginning of the 28 Work. 29 b. Notices shall be applicable to both public and private utility companies and any 30 corporation, company, individual, or other, either as owners or occupants, 31 whose land or interest in land might be affected by the Work. 32 c. Be responsible for all damage or injury to property of any character resulting 33 from any act, omission,neglect, or misconduct in the manner or method or 34 execution of the Work, or at any time due to defective work, material, or 35 equipment. 36 6. Fence 37 a. Restore all fences encountered and removed during construction of the Project 38 to the original or a better than original condition. 39 b. Erect temporary fencing in place of the fencing removed whenever the Work is 40 not in progress and when the site is vacated overnight, and/or at all times to 41 provide site security. 42 c. The cost for all fence work within easements, including removal, temporary 43 closures and replacement, shall be subsidiary to the various items bid in the 44 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised December 20,2012 01 1100-3 SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised December 20,2012 THIS PAGE INTENTIONALLY LEFT BLANK 012500-1 SUBSTITUTION PROCEDURES Page 1 of 4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to.a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not "or-equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 —General Requirements 19 3. Division 13 —Special Construction 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Work associated with this Item is considered subsidiary to the various items bid. 23 No separate payment will be allowed for this Item. 24 1.3 REFERENCES [NOT USED] 25 1.4 ADMINISTRATIVE REQUIREMENTS 26 A. Request for Substitution - General 27 1. Within 30 days after award of Contract(unless noted otherwise),the City will 28 consider formal requests from Contractor for substitution of products in place of 29 those specified. 30 2. Certain types of equipment and kinds of material are described in Specifications by 31 means of references to names of manufacturers and vendors,trade names, or 32 catalog numbers. 33 a. When this method of specifying is used, it is not intended to exclude from 34 consideration other products bearing other manufacturer's or vendor's names, 35 trade names, or catalog numbers, provided said products are "or-equals," as 36 determined by City. 37 3. Other types of equipment and kinds of material may be acceptable substitutions 38 under the following conditions: CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised July 1,2011 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 1 a. Or-equals are unavailable due to strike, discontinued production of products 2 meeting specified requirements, or other factors beyond control of Contractor; 3 or, 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 5 1.5 SUBMITTALS 6 A. See Request for Substitution Form (attached) 7 B. Procedure for Requesting Substitution 8 1. Substitution shall be considered only: 9 a. After award of Contract 10 b. Under the conditions stated herein 11 2. Submit 3 copies of each written request for substitution, including: 12 a. Documentation 13 1) Complete data substantiating compliance of proposed substitution with 14 Contract Documents 15 2) Data relating to changes in construction schedule,when a reduction is 16 proposed 17 3) Data relating to changes in cost 18 b. For products 19 1) Product identification 20 a) Manufacturer's name 21 b) Telephone number and representative contact name 22 c) Specification Section or Drawing reference of originally specified 23 product, including discrete name or tag number assigned to original 24 product in the Contract Documents 25 2) Manufacturer's literature clearly marked to show compliance of proposed 26 product with Contract Documents 27 3) Itemized comparison of original and proposed product addressing product 28 characteristics including, but not necessarily limited to: 29 a) Size 30 b) Composition or materials of construction 31 c) Weight 32 d) Electrical or mechanical requirements 33 4) Product experience 34 a) Location of past projects utilizing product 35 b) Name and telephone number of persons associated with referenced 36 projects Imowledgeable concerning proposed product 37 c) Available field data and reports associated with proposed product 38 5) Samples 39 a) Provide at request of City. 40 b) Samples become the property of the City. 41 c. For construction methods: 42 1) Detailed description of proposed method 43 2) Illustration drawings 44 C. Approval or Rejection 45 1. Written approval or rejection of substitution given by the City 46 2. City reserves the right to require proposed product to comply with color and pattern 47 of specified product if necessary to secure design intent. CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised July 1,2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 1 3. In the event the substitution is approved,the resulting cost and/or time reduction 2 will be documented by Change Order in accordance with the General Conditions. 3 4. No additional contract time will be given for substitution. 4 5. Substitution will be rejected if: 5 a. Submittal is not through the Contractor with his stamp of approval 6 b. Request is not made in accordance with this Specification Section 7 c. In the City's opinion, acceptance will require substantial revision of the original 8 design 9 d. In the City's opinion, substitution will not perform adequately the function 10 consistent with the design intent 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE 15 A. In making request for substitution or in using an approved product,the Contractor 16 represents that the Contractor: 17 1. Has investigated proposed product, and has determined that it is adequate or 18 superior in all respects to that specified, and that it will perform function for which 19 it is intended 20 2. Will provide same guarantee for substitute item as for product specified 21 3. Will coordinate installation of accepted substitution into Work, to include building 22 modifications if necessary,making such changes as may be required for Work to be 23 complete in all respects 24 4. Waives all claims for additional costs related to substitution which subsequently 25 arise 26 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 27 1.11 FIELD [SITE] CONDITIONS [NOT USED] 28 1.12 WARRANTY [NOT USED] 29 PART 2 - PRODUCTS [NOT USED] 30 PART 3 - EXECUTION [NOT USED] 31 END OF SECTION 32 Revision Log DATE NAME SUMMARY OF CHANGE 33 CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised July 1,2011 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED ITEM 9 10 11 Proposed Substitution: 12 Reason for Substitution: 13 Include complete information on changes to Drawings and/or Specifications which proposed 14 substitution will require for its proper installation. 15 16 Fill in Blanks Below: 17 A. Will the undersigned contractor pay for changes to the building design, including engineering 18 and detailing costs caused by the requested substitution? 19 20 21 B. What effect does substitution have on other trades? 22 23 24 C. Differences between proposed substitution and specified item? 25 26 27 D. Differences in product cost or product delivery time? 28 29 30 E. Manufacturer's guarantees of the proposed and specified items are: 31 32 Equal Better(explain on attachment) 33 The undersigned states that the function, appearance and quality are equivalent or superior to the 34 specified item. 35 Submitted By: For Use by City 36 37 Signature Recommended Recommended 38 as noted 39 40 Firm Not recommended _Received late 41 Address By 42 Date 43 Date Remarks 44 Telephone 45 46 For Use by City: 47 48 Approved Rejected 49 City Date CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised July 1,2011 013119-1 PRECONSTRUCTION MEETING Page I of 3 1 SECTION 013119 2 PRECONSTRUCTION MEETING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 3. Division 13 —Special Construction 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Attend preconstruction meeting. 22 2. Representatives of Contractor, subcontractors and suppliers attending meetings 23 shall be qualified and authorized to act on behalf of the entity each represents. 24 3. Meeting administered by City may be tape recorded. 25 a. If recorded,tapes will be used to prepare minutes and retained by City for 26 future reference. 27 B. Preconstruction Meeting 28 1. A preconstruction meeting will be held within 14 days after the execution of the 29 Agreement and before Work is started. 30 a. The meeting will be scheduled and administered by the City. 31 2. The Project Representative will preside at the meeting, prepare the notes of the 32 meeting and distribute copies of same to all participants who so request by fully 33 completing the attendance form to be circulated at the beginning of the meeting. 34 3. Attendance shall include: 35 a. Project Representative 36 b. Contractor's project manager 37 c. Contractor's superintendent CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised August 17,2012 013119-2 PRECONSTRUCTION MEETING Page 2 of 3 1 d. Any subcontractor or supplier representatives whom the Contractor may desire 2 to invite or the City may request 3 e. Other City representatives 4 f. Others as appropriate 5 4. Construction Schedule 6 a. Prepare baseline construction schedule in accordance with Section 01 32 16 and 7 provide at Preconstruction Meeting. 8 b. City will notify Contractor of any schedule changes upon Notice of ` 9 Preconstruction Meeting. 10 5. Preliminary Agenda may include: 11 a. Introduction of Project Personnel 12 b. General Description of Project 13 c. Status of right-of-way, utility clearances, easements or other pertinent permits 14 d. Contractor's work plan and schedule 15 e. Contract Time 16 f. Notice to Proceed 17 g. Construction Staking 18 h. Progress Payments 19 i. Extra Work and Change Order Procedures 20 j. Field Orders 21 k. Disposal Site Letter for Waste Material 22 1. Insurance Renewals 23 m. Payroll Certification 24 n. Material Certifications and Quality Control Testing 25 o. Public Safety and Convenience 26 p. Documentation of Pre-Construction Conditions 27 q. Weekend Work Notification 28 r. Legal Holidays 29 s. Trench Safety Plans 30 t. Confined Space Entry Standards 31 u. Coordination with the City's representative for operations of existing water 32 systems 33 v. Storm Water Pollution Prevention Plan 34 w. Coordination with other Contractors 35 x. Early Warning System 36 y. Contractor Evaluation 37 z. Special Conditions applicable to the project 38 aa. Damages Claims 39 bb. Submittal Procedures 40 cc. Substitution Procedures 41 dd. Correspondence Routing 42 cc. Record Drawings 43 ff. Temporary construction facilities 44 gg. M/WBE or MBE/SBE procedures 45 hh. Final Acceptance 46 ii. Final Payment 47 J. Questions or Comments CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised August 17,2012 013119-3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised August 17,2012 THIS PAGE INTENTIONALLY LEFT BLANK 013120-1 PROJECT MEETINGS Page 1 of 3 1 SECTION 013120 2 PROJECT MEETINGS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 —General Requirements 14 3. Division 13 —Special Construction 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES [NOT USED] 20 1.4 ADMINISTRATIVE REQUIREMENTS 21 A. Coordination 22 1. Schedule, attend and administer as specified, periodic progress meetings, and 23 specially called meetings throughout progress of the Work. 24 2. Representatives of Contractor, subcontractors and suppliers attending meetings 25 shall be qualified and authorized to act on behalf of the entity each represents. 26 3. Meetings administered by City may be tape recorded. 27 a. If recorded,tapes will be used to prepare minutes and retained by City for 28 future reference. 29 4. Meetings, in addition to those specified in this Section, may be held when requested 30 by the City, Engineer or Contractor. 31 B. Pre-Construction Neighborhood Meeting 32 1. After the execution of the Agreement, but before construction is allowed to begin, 33 attend I Public Meeting with affected residents to: 34 a. Present projected schedule, including construction start date 35 b. Answer any construction related questions 36 2. Meeting Location 37 a. Location of meeting to be determined by the City. 38 3. Attendees CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised July 1,2011 013120-2 PROJECT MEETINGS Page 2 of 3 1 a. Contractor 2 b. Project Representative 3 c. Other City representatives 4 4. Meeting Schedule 5 a. In general,the neighborhood meeting will occur within the 2 weeks following 6 the pre-construction conference. 7 b. In no case will construction be allowed to begin until this meeting is held. 8 C. Progress Meetings 9 1. Formal project coordination meetings will be held periodically. Meetings will be 10 scheduled and administered by Project Representative. 11 2. Additional progress meetings to discuss specific topics will be conducted on an as- 12 needed basis. Such additional meetings shall include,but not be limited to: 13 a. Coordinating shutdowns 14 b. Installation of piping and equipment 15 c. Coordination between other construction projects 16 d. Resolution of construction issues 17 e. Equipment approval 18 3. The Project Representative will preside at progress meetings, prepare the notes of 19 the meeting and distribute copies of the same to all participants who so request by 20 fully completing the attendance form to be circulated at the beginning of each 21 meeting. 22 4. Attendance shall include: 23 a. Contractor's project manager 24 b. Contractor's superintendent 25 c. Any subcontractor or supplier representatives whom the Contractor may desire 26 to invite or the City may request 27 d. Engineer's representatives 28 e. City's representatives 29 f. Others, as requested by the Project Representative 30 5. Preliminary Agenda may include: 31 a. Review of Work progress since previous meeting 32 b. Field observations,problems, conflicts 33 c. Items which impede construction schedule 34 d. Review of off-site fabrication, delivery schedules 35 e. Review of construction interfacing and sequencing requirements with other 36 construction contracts 37 f. Corrective measures and procedures to regain projected schedule 38 g. Revisions to construction schedule 39 h. Progress, schedule, during succeeding Work period 40 i. Coordination of schedules 41 j. Review submittal schedules 42 k. Maintenance of quality standards 43 1. Pending changes and substitutions 44 in. Review proposed changes for: 45 1) Effect on construction schedule and on completion date 46 2) Effect on other contracts of the Project 47 n. Review Record Documents 48 o. Review monthly pay request CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised July 1,2011 013120-3 PROJECT MEETINGS Page 3 of 3 I p. Review status of Requests for Information 2 6. Meeting Schedule 3 a. Progress meetings will be held periodically as determined by the Project 4 Representative. 5 1) Additional meetings may be held at the request of the: 6 a) City 7 b) Engineer 8 c) Contractor 9 7. Meeting Location 10 a. The City will establish a meeting location. 11 1) To the extent practicable, meetings will be held at the Site. 12 1.5 SUBMITTALS [NOT USED] 13 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 14 1.7 CLOSEOUT SUBMITTALS [NOT USED] 15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 16 1.9 QUALITY ASSURANCE [NOT USED] 17 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 18 1.11 FIELD [SITE] CONDITIONS [NOT USED] 19 1.12 WARRANTY [NOT USED] 20 PART 2 - PRODUCTS [NOT USED] 21 PART 3 - EXECUTION [NOT USED] 22 END OF SECTION 23 Revision Log DATE NAME SUMMARY OF CHANGE 24 CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised July 1,2011 THIS PAGE INTENTIONALLY LEFT BLANK 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 1 SECTION 013216 2 CONSTRUCTION PROGRESS SCHEDULE 3 PARTl - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 3. Division 13 —Special Construction 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Definitions 22 1. Schedule Tiers 23 a. Tier 1 -No schedule submittal required by contract. Small, brief duration 24 proj ects 25 b. Tier 2 -No schedule submittal required by contract, but will require some 26 milestone dates. Small, brief duration projects 27 c. Tier 3 - Schedule submittal required by contract as described in the 28 Specification and herein. Majority of City projects, including all bond program 29 projects 30 d. Tier 4- Schedule submittal required by contract as described in the 31 Specification and herein. Large and/or complex projects with long durations 32 1) Examples: large water pump station project and associated pipeline with 33 interconnection to another governmental entity 34 e. Tier 5- Schedule submittal required by contract as described in the 35 Specification and herein. Large and/or very complex projects with long 36 durations, high public visibility 37 1) Examples might include a water or wastewater treatment plant 38 2. Baseline Schedule-Initial schedule submitted before work begins that will serve 39 as the baseline for measuring progress and departures from the schedule. CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised July 1,2011 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 3. Progress Schedule-Monthly submittal of a progress schedule documenting 2 progress on the project and any changes anticipated. 3 4. Schedule Narrative-Concise narrative of the schedule including schedule 4 changes, expected delays, key schedule issues, critical path items, etc 5 B. Reference Standards 6 1. City of Fort Worth Schedule Guidance Document 7 1.4 ADMINISTRATIVE REQUIREMENTS 8 A. Baseline Schedule 9 1. General 10 a. Prepare a cost-loaded baseline Schedule using approved software and the 11 Critical Path Method(CPM) as required in the City of Fort Worth Schedule 12 Guidance Document. 13 b. Review the draft cost-loaded baseline Schedule with the City to demonstrate 14 understanding of the work to be performed and known issues and constraints 15 related to the schedule. 16 c. Designate an authorized representative (Project Scheduler)responsible for 17 developing and updating the schedule and preparing reports. 18 B. Progress Schedule 19 1. Update the progress Schedule monthly as required in the City of Fort Worth 20 Schedule Guidance Document. 21 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 22 3. Change Orders 23 a. Incorporate approved change orders, resulting in a change of contract time, in 24 the baseline Schedule in accordance with City of Fort Worth Schedule 25 Guidance Document. 26 C. Responsibility for Schedule Compliance 27 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 28 Report that delays to the critical path have resulted and the Contract completion 29 date will not be met, or when so directed by the City, make some or all of the 30 following actions at no additional cost to the City 31 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 32 outlining: 33 1) A written statement of the steps intended to take to remove or arrest the 34 delay to the critical path in the approved schedule 35 2) Increase construction manpower in such quantities and crafts as will 36 substantially eliminate the backlog of work and return current Schedule to 37 meet projected baseline completion dates 38 3) Increase the number of working hours per shift, shifts per day,working 39 days per week, the amount of construction equipment, or any combination 40 of the foregoing, sufficiently to substantially eliminate the backlog of work 41 4) Reschedule activities to achieve maximum practical concurrency of 42 accomplishment of activities, and comply with the revised schedule CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised July 1,2011 013216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 2. If no written statement of the steps intended to take is submitted when so requested 2 by the City,the City may direct the Contractor to increase the level of effort in 3 manpower(trades), equipment and work schedule (overtime, weekend and holiday 4 work, etc.)to be employed by the Contractor in order to remove or arrest the delay 5 to the critical path in the approved schedule. 6 a. No additional cost for such work will be considered. 7 D. The Contract completion time will be adjusted only for causes specified in this 8 Contract. 9 a. Requests for an extension of any Contract completion date must be 10 supplemented with the following: 11 1) Furnish justification and supporting evidence as the City may deem 12 necessary to determine whether the requested extension of time is entitled 13 under the provisions of this Contract. 14 a) The City will, after receipt of such justification and supporting 15 evidence, make findings of fact and will advise the Contractor, in 16 writing thereof. 17 2) If the City finds that the requested extension of time is entitled,the City's 18 determination as to the total number of days allowed for the extensions 19 shall be based upon the approved total baseline schedule and on all data 20 relevant to the extension. 21 a) Such data shall be included in the next updating of the Progress 22 schedule. 23 b) Actual delays in activities which, according to the Baseline schedule, 24 do not affect any Contract completion date shown by the critical path in 25 the network will not be the basis for a change therein. 26 2. Submit each request for change in Contract completion date to the City within 30 27 days after the beginning of the delay for which a time extension is requested but 28 before the date of final payment under this Contract. 29 a. No time extension will be granted for requests which are not submitted within 30 the foregoing time limit. 31 b. From time to time, it may be necessary for the Contract schedule or completion 32 time to be adjusted by the City to reflect the effects of job conditions, weather, 33 technical difficulties, strikes, unavoidable delays on the part of the City or its 34 representatives, and other unforeseeable conditions which may indicate 35 schedule adjustments or completion time extensions. 36 1) Under such conditions,the City will direct the Contractor to reschedule the 37 work or Contract completion time to reflect the changed conditions and the 38 Contractor shall revise his schedule accordingly. 39 a) No additional compensation will be made to the Contractor for such 40 schedule changes except for unavoidable overall contract time 41 extensions beyond the actual completion of unaffected work, in which 42 case the Contractor shall take all possible action to minimize any time 43 extension and any additional cost to the City. 44 b) Available float time in the Baseline schedule may be used by the City 45 as well as by the Contractor. 46 3. Float or slack time is defined as the amount of time between the earliest start date 47 and the latest start date or between the earliest finish date and the latest finish date 48 of a chain of activities on the Baseline Schedule. CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised July 1,2011 013216-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 a. Float or slack time is not for the exclusive use or benefit of either the 2 Contractor or the City. 3 b. Proceed with work according to early start dates, and the City shall have the 4 right to reserve and apportion float time according to the needs of the project. 5 c. Acknowledge and agree that actual delays, affecting paths of activities 6 containing float time,will not have any effect upon contract completion times, 7 providing that the actual delay does not exceed the float time associated with 8 those activities. 9 E. Coordinating Schedule with Other Contract Schedules 10 1. Where work is to be performed under this Contract concurrently with or contingent 11 upon work perfoarmed on the same facilities or area under other contracts,the 12 Baseline Schedule shall be coordinated with the schedules of the other contracts. 13 a. Obtain the schedules of the other appropriate contracts from the City for the 14 preparation and updating of Baseline schedule and make the required changes 15 in his schedule when indicated by changes in corresponding schedules. 16 2. In case of interference between the operations of different contractors,the City will 17 determine the work priority of each contractor and the sequence of work necessary 18 to expedite the completion of the entire Project. 19 a. In such cases,the decision of the City shall be accepted as final. 20 b. The temporary delay of any work due to such circumstances shall not be 21 considered as justification for claims for additional compensation. 22 1.5 SUBMITTALS 23 A. Baseline Schedule 24 1. Submit Schedule in native file format and pdf format as required in the City of Fort 25 Worth Schedule Guidance Document. 26 a. Native file format includes: 27 1) Primavera(P6 or Primavera Contractor) 28 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and 29 bring in hard copy to the meeting for review and discussion. 30 B. Progress Schedule 31 1. Submit progress Schedule in native file format and pdf format as required in the 32 City of Fort Worth Schedule Guidance Document. 33 2. Submit progress Schedule monthly no later than the last day of the month. 34 C. Schedule Narrative 35 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 36 Schedule Guidance Document. 37 2. Submit schedule narrative monthly no later than the last day of the month. 38 D. Submittal Process 39 1. The City administers and manages schedules through Buzzsaw. 40 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 41 Guidance Document. 42 3. Once the project has been completed and Final Acceptance has been issued by the 43 City, no further progress schedules are required. CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised July 1,2011 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the construction Progress Schedule shall be 6 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS [NOT USED] 15 PART 3 - EXECUTION [NOT USED] 16 END OF SECTION 17 Revision Log DATE NAME SUMMARY OF CHANGE 18 CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised July 1,2011 THIS PAGE INTENTIONALLY LEFT BLANK 013300-1 SUBMITTALS Page I of 8 1 SECTION 0133 00 2 SUBMITTALS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work-related submittals: 8 a. Shop Drawings 9 b. Product Data(including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 3. Division 13 —Special Construction 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Coordination 25 1. Notify the City in writing, at the time of submittal, of any deviations in the 26 submittals from the requirements of the Contract Documents. 27 2. Coordination of Submittal Times 28 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 29 performing the related Work or other applicable activities, or within the time 30 specified in the individual Work Sections, of the Specifications. 31 b. Contractor is responsible such that the installation will not be delayed by 32 processing times including, but not limited to: 33 a) Disapproval and resubmittal (if required) 34 b) Coordination with other submittals 35 c) Testing 36 d) Purchasing r 37 e) Fabrication 38 f) Delivery 39 g) Similar sequenced activities CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised December 20,2012 013300-2 SUBMITTALS Page 2 of 8 1 c. No extension of time will be authorized because of the Contractor's failure to 2 transmit submittals sufficiently in advance of the Work. 3 d. Make submittals promptly in accordance with approved schedule, and in such 4 sequence as to cause no delay in the Work or in the work of any other 5 contractor. 6 B. Submittal Numbering 7 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- 8 reference identification numbering system in the following manner: 9 a. Use the first 6 digits of the applicable Specification Section Number. 10 b. For the next 2 digits number use numbers 01-99 to sequentially number each 11 initial separate item or drawing submitted under each specific Section number. 12 c. Last use a letter,A-Z, indicating the resubmission of the same drawing(i.e. 13 A=2nd submission, B=3rd submission,C=4th submission, etc.). A typical 14 submittal number would be as follows: 15 16 03 30 00-08-B 17 18 1) 03 30 00 is the Specification Section for Concrete 19 2) 08 is the eighth initial submittal under this Specification Section 20 3) B is the third submission(second resubmission) of that particular shop 21 drawing 22 C. Contractor Certification 23 1. Review shop drawings,product data and samples, including those by 24 subcontractors,prior to submission to determine and verify the following: 25 a. Field measurements 26 b. Field construction criteria 27 c. Catalog numbers and similar data 28 d. Conformance with the Contract Documents 29 2. Provide each shop drawing, sample and product data submitted by the Contractor 30 with a Certification Statement affixed including: 31 a. The Contractor's Company name 32 b. Signature of submittal reviewer 33 c. Certification Statement 34 1) `By this submittal,I hereby represent that I have determined and verified 35 field measurements, field construction criteria, materials, dimensions, 36 catalog numbers and similar data and I have checked and coordinated each 37 item with other applicable approved shop drawings." 38 D. Submittal Format 39 1. Fold shop drawings larger than 8 %inches x 11 inches to 8 1/2 inches x l finches. 40 2. Bind shop drawings and product data sheets together. 41 3. Order 42 a. Cover Sheet 43 1) Description of Packet 44 2) Contractor Certification 45 b. List of items/Table of Contents 46 c. Product Data/Shop Drawings/Samples/Calculations 47 E. Submittal Content CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised December 20,2012 013300-3 SUBMITTALS Page 3 of 8 1 1. The date of submission and the dates of any previous submissions 2 2. The Project title and number 3 3. Contractor identification 4 4. The names of: 5 a. Contractor 6 b. Supplier 7 c. Manufacturer 8 5. Identification of the product,with the Specification Section number, page and 9 paragraph(s) 10 6. Field dimensions, clearly identified as such 11 7. Relation to adjacent or critical features of the Work or materials 12 8. Applicable standards, such as ASTM or Federal Specification numbers 13 9. Identification by highlighting of deviations from Contract Documents 14 10. Identification by highlighting of revisions on resubmittals 15 11. An 8-inch x 3-inch blank space for Contractor and City stamps 16 F. Shop Drawings 17 1. As specified in individual Work Sections includes,but is not necessarily limited to: 18 a. Custom-prepared data such as fabrication and erection/installation (working) 19 drawings 20 b. Scheduled information 21 c. Setting diagrams 22 d. Actual shopwork manufacturing instructions 23 e. Custom templates 24 f. Special wiring diagrams 25 g. Coordination drawings 26 h. Individual system or equipment inspection and test reports including: 27 1) Performance curves and certifications 28 i. As applicable to the Work 29 2. Details 30 a. Relation of the various parts to the main members and lines of the structure 31 b. Where correct fabrication of the Work depends upon field measurements 32 1) Provide such measurements and note on the drawings prior to submitting 33 for approval. 34 G. Product Data 35 1. For submittals of product data for products included on the City's Standard Product 36 List, clearly identify each item selected for use on the Project. 37 2. For submittals of product data for products not included on the City's Standard 38 Product List, submittal data may include, but is not necessarily limited to: 39 a. Standard prepared data for manufactured products (sometimes referred to as 40 catalog data) 41 1) Such as the manufacturer's product specification and installation 42 instructions 43 2) Availability of colors and patterns 44 3) Manufacturer's printed statements of compliances and applicability 45 4) Roughing-in diagrams and templates 46 5) Catalog cuts CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised December 20,2012 013300-4 SUBMITTALS Page 4 of 8 1 6) Product photographs 2 7) Standard wiring diagrams 3 8) Printed performance curves and operational-range diagrams 4 9) Production or quality control inspection and test reports and certifications 5 10) Mill reports 6 11) Product operating and maintenance instructions and recommended 7 spare-parts listing and printed product warranties 8 12) As applicable to the Work 9 H. Samples 10 1. As specified in individual Sections, include, but are not necessarily limited to: 11 a. Physical examples of the Work such as: 12 1) Sections of manufactured or fabricated Work 13 2) Small cuts or containers of materials 14 3) Complete units of repetitively used products color/texture/pattern swatches 15 and range sets 16 4) Specimens for coordination of visual effect 17 5) Graphic symbols and units of Work to be used by the City for independent 18 inspection and testing, as applicable to the Work 19 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 20 be fabricated or installed prior to the approval or qualified approval of such item. 21 1. Fabrication performed, materials purchased or on-site construction accomplished 22 which does not conform to approved shop drawings and data is at the Contractor's 23 risk. 24 2. The City will not be liable for any expense or delay due to corrections or remedies 25 required to accomplish conformity. 26 3. Complete project Work,materials,fabrication, and installations in conformance 27 with approved shop drawings, applicable samples, and product data. 28 J. Submittal Distribution 29 1. Electronic Distribution 30 a. Confirm development of Project directory for electronic submittals to be 31 uploaded to City's Buzzsaw site, or another external FTP site approved by the 32 City. 33 b. Shop Drawings 34 1) Upload submittal to designated project directory and notify appropriate 35 City representatives via email of submittal posting. 36 2) Hard Copies 37 a) 3 copies for all submittals 38 b) If Contractor requires more than 1 hard copy of Shop Drawings 39 returned, Contractor shall submit more than the number of copies listed 40 above. 41 c. Product Data 42 1) Upload submittal to designated project directory and notify appropriate 43 City representatives via email of submittal posting. 44 2) Hard Copies 45 a) 3 copies for all submittals 46 d. Samples 47 1) Distributed to the Project Representative CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised December 20,2012 013300-5 SUBMITTALS Page 5 of 8 1 2. Hard Copy Distribution(if required in lieu of electronic distribution) 2 a. Shop Drawings 3 1) Distributed to the City 4 2) Copies ,q 5 a) 8 copies for mechanical submittals 6 b) 7 copies for all other submittals 7 c) If Contractor requires more than 3 copies of Shop Drawings returned, 8 Contractor shall submit more than the number of copies listed above. 9 b. Product Data 10 1) Distributed to the City 11 2) Copies 12 a) 4 copies 13 c. Samples 14 1) Distributed to the Project Representative 15 2) Copies 16 a) Submit the number stated in the respective Specification Sections. 17 3. Distribute reproductions of approved shop drawings and copies of approved 18 product data and samples, where required,to the job site file and elsewhere as 19 directed by the City. 20 a. Provide number of copies as directed by the City but not exceeding the number 21 previously specified. 22 K. Submittal Review 23 1. The review of shop drawings, data and samples will be for general conformance 24 with the design concept and Contract Documents. This is not to be construed as: 25 a. Permitting any departure from the Contract requirements 26 b. Relieving the Contractor of responsibility for any errors, including details, 27 dimensions, and materials 28 c. Approving departures from details furnished by the City, except as otherwise 29 provided herein 30 2. The review and approval of shop drawings, samples or product data by the City 31 does not relieve the Contractor from his/her responsibility with regard to the 32 fulfillment of the terms of the Contract. 33 a. All risks of error and omission are assumed by the Contractor, and the City will 34 have no responsibility therefore. 35 3. The Contractor remains responsible for details and accuracy, for coordinating the 36 Work with all other associated work and trades, for selecting fabrication processes, 37 for techniques of assembly and for performing Work in a safe manner. 38 4. If the shop drawings, data or samples as submitted describe variations and show a 39 departure from the Contract requirements which City finds to be in the interest of 40 the City and to be so minor as not to involve a change in Contract Price or time for 41 performance,the City may return the reviewed drawings without noting an 42 exception. 43 5. Submittals will be returned to the Contractor under 1 of the following codes: 44 a. Code 1 45 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or t 46 comments on the submittal. 47 a) When returned under this code the Contractor may release the 48 equipment and/or material for manufacture. CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised December 20,2012 013300-6 SUBMITTALS Page 6 of 8 1 b. Code 2 2 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 3 the notations and comments IS NOT required by the Contractor. 4 a) The Contractor may release the equipment or material for manufacture; 5 however, all notations and comments must be incorporated into the 6 final product. 7 c. Code 3 8 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 9 assigned when notations and comments are extensive enough to require a 10 resubmittal of the package. 11 a) The Contractor may release the equipment or material for manufacture; 12 however, all notations and comments must be incorporated into the 13 final product. 14 b) This resubmittal is to address all comments, omissions and 15 non-conforming items that were noted. 16 c) Resubmittal is to be received by the City within 15 Calendar Days of 17 the date of the City's transmittal requiring the resubmittal. 18 d. Code 4 19 1) "NOT APPROVED" is assigned when the submittal does not meet the 20 intent of the Contract Documents. 21 a) The Contractor must resubmit the entire package revised to bring the 22 submittal into conformance. 23 b) It may be necessary to resubmit using a different manufacturer/vendor 24 to meet the Contract Documents. 25 6. Resubmittals 26 a. Handled in the same manner as first submittals 27 1) Corrections other than requested by the City 28 2) Marked with revision triangle or other similar method 29 a) At Contractor's risk if not marked 30 b. Submittals for each item will be reviewed no more than twice at the City's 31 expense. 32 1) All subsequent reviews will be performed at times convenient to the City 33 and at the Contractor's expense, based on the City's or City 34 Representative's then prevailing rates. 35 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 36 all such fees invoiced by the City. 37 c. The need for more than 1 resubmission or any other delay in obtaining City's 38 review of submittals,will not entitle the Contractor to an extension of Contract 39 Time. 40 7. Partial Submittals 41 a. City reserves the right to not review submittals deemed partial, at the City's 42 discretion. 43 b. Submittals deemed by the City to be not complete will be returned to the 44 Contractor, and will be considered "Not Approved" until resubmitted. 45 c. The City may at its option provide a list or mark the submittal directing the 46 Contractor to the areas that are incomplete. CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised December 20,2012 013300-7 SUBMITTALS Page 7 of 8 1 8. If the Contractor considers any correction indicated on the shop drawings to 2 constitute a change to the Contract Documents,then written notice must be 3 provided thereof to the City at least 7 Calendar Days prior to release for 4 manufacture. 5 9. When the shop drawings have been completed to the satisfaction of the City,the 6 Contractor may carry out the construction in accordance therewith and no further 7 changes therein except upon written instructions from the City. 8 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 9 following receipt of submittal by the City. 10 L. Mock ups 11 1. Mock Up units as specified in individual Sections, include, but are not necessarily 12 limited to, complete units of the standard of acceptance for that type of Work to be 13 used on the Project. Remove at the completion of the Work or when directed. 14 M. Qualifications 15 1. If specifically required in other Sections of these Specifications, submit a P.E. 16 Certification for each item required. 17 N. Request for Information(RFI) 18 1. Contractor Request for additional information 19 a. Clarification or interpretation of the contract documents 20 b. When the Contractor believes there is a conflict between Contract Documents 21 a. When the Contractor believes there is a conflict between the Drawings and 22 Specifications 23 1) Identify the conflict and request clarification 24 2. Use the Request for Information(RFI)form provided by the City. 25 3. Numbering of RFI 26 a. Prefix with"RFI" followed by series number, "-xxx",beginning with"01" and 27 increasing sequentially with each additional transmittal. 28 4. Sufficient information shall be attached to permit a written response without further 29 information. 30 5. The City will log each request and will review the request. 31 a. If review of the project information request indicates that a change to the 32 Contract Documents is required,the City will issue a Field Order or Change 33 Order, as appropriate. 34 1.5 SUBMITTALS [NOT USED] 35 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 36 1.7 CLOSEOUT SUBMITTALS [NOT USED] 37 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 38 1.9 QUALITY ASSURANCE [NOT USED] 39 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 40 1.11 FIELD [SITE] CONDITIONS [NOT USED] 41 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised December 20,2012 013300-8 SUBMITTALS Page 8 of 8 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8.Working Days modified to Calendar Days 5 CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised December 20,2012 014523-1 TESTING AND INSPECTION SERVICES Page 1 of 2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 3. Division 13 —Special Construction 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various Items bid. 16 No separate payment will be allowed for this Item. 17 a. Contractor is responsible for performing, coordinating, and payment of all 18 Quality Control testing. 19 b. City is responsible for performing and payment for first set of Quality 20 Assurance testing. 21 1) If the first Quality Assurance test performed by the City fails,the 22 Contractor is responsible for payment of subsequent Quality Assurance 23 testing until a passing test occurs. 24 a) Final acceptance will not be issued by City until all required payments 25 for testing by Contractor have been paid in full. 26 1.3 REFERENCES [NOT USED] 27 1.4 ADMINISTRATIVE REQUIREMENTS 28 A. Testing 29 1. Complete testing in accordance with the Contract Documents. 30 2. Coordination 31 a. When testing is required to be performed by the City, notify City, sufficiently 32 in advance, when testing is needed. 33 b. When testing is required to be completed by the Contractor, notify City, 34 sufficiently in advance,that testing will be performed. 35 3. Distribution of Testing Reports 36 a. Electronic Distribution 37 1) Confirm development of Project directory for electronic submittals to be 38 uploaded to City's Buzzsaw site, or another external FTP site approved by 39 the City. CITY OF.FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised July 1,2011 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution(if required in lieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute 1 hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered load of 11 Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS [NOT USED] 27 PART 3 - EXECUTION [NOT USED] 28 END OF SECTION 29 Revision Log DATE NAME SUMMARY OF CHANGE 30 CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised July 1,2011 015000-1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 —General Requirements 18 3. Division 13 —Special Construction 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various Items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Temporary Utilities 26 1. Obtaining Temporary Service 27 a. Make arrangements with utility service companies for temporary services. 28 b. Abide by rules and regulations of utility service companies or authorities 29 having jurisdiction. 30 c. Be responsible for utility service costs until Work is approved for Final 31 Acceptance. 32 1) Included are fuel, power, light,heat and other utility services necessary for 33 execution, completion,testing and initial operation of Work. 34 2. Water 35 a. Contractor to coordinate with City regarding water needs. City to provide 36 Contractor with water for construction at no cost to the Contractor. 37 3. Electricity and Lighting 38 a. Provide and pay for electric powered service as required for Work, including 39 testing of Work. Existing power at site may be utilized by Contractor. CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised July 1,2011 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 1) Provide power for lighting, operation of equipment, or other use. 2 b. Electric power service includes temporary power service or generator to 3 maintain operations during scheduled shutdown. 4 4. Telephone 5 a. Provide emergency telephone service at Site for use by Contractor personnel 6 and others performing work or furnishing services at Site. 7 5. Temporary Heat and Ventilation 8 a. Provide temporary heat as necessary for protection or completion of Work. 9 b. Provide temporary heat and ventilation to assure safe working conditions. 10 B. Sanitary Facilities 11 1. Provide and maintain sanitary facilities for persons on Site. 12 a. Comply with regulations of State and local departments of health. 13 2. Enforce use of sanitary facilities by construction personnel at job site. 14 a. Enclose and anchor sanitary facilities. 15 b. No discharge will be allowed from these facilities. 16 c. Collect and store sewage and waste so as not to cause nuisance or health 17 problem. 18 d. Haul sewage and waste off-site at no less than weekly intervals and properly 19 dispose in accordance with applicable regulation. 20 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 21 4. Remove facilities at completion of Project 22 C. Storage Sheds and Buildings 23 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 24 above ground level for materials and equipment susceptible to weather damage. 25 2. Storage of materials not susceptible to weather damage may be on blocks off 26 ground. 27 3. Store materials in a neat and orderly manner. 28 a. Place materials and equipment to permit easy access for identification, 29 inspection and inventory. 30 4. Equip building with lockable doors and lighting, and provide electrical service for 31 equipment space heaters and heating or ventilation as necessary to provide storage 32 environments acceptable to specified manufacturers. 33 5. Fill and grade site for temporary structures to provide drainage away from 34 temporary and existing buildings. 35 6. Remove building from site prior to Final Acceptance. 36 D. Temporary Fencing 37 1. Provide and maintain for the duration or construction when requited in contract 38 documents 39 E. Dust Control 40 1. Contractor is responsible for maintaining dust control through the duration of the 41 project. 42 a. Contractor remains on-call at all times 43 b. Must respond in a timely manner 44 F. Temporary Protection of Construction CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised July 1,2011 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor or subcontractors are responsible for protecting Work from damage due 2 to weather. 3 1.5 SUBMITTALS [NOT USED] 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 3.1 INSTALLERS [NOT USED] 14 3.2 EXAMINATION [NOT USED] 15 3.3 PREPARATION [NOT USED] 16 3.4 INSTALLATION 17 A. Temporary Facilities 18 1. Maintain all temporary facilities for duration of construction activities as needed. 19 3.5 [REPAIR] / [RESTORATION] 20 3.6 RE-INSTALLATION 21 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 22 3.8 SYSTEM STARTUP [NOT USED] 23 3.9 ADJUSTING [NOT USED] 24 3.10 CLEANING [NOT USED] 25 3.11 CLOSEOUT ACTIVITIES 26 A. Temporary Facilities 27 1. Remove all temporary facilities and restore area after completion of the Work,to a 28 condition equal to or better than prior to start of Work. CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised July 1,2011 015000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 3.12 PROTECTION [NOT USED] 2 3.13 MAINTENANCE [NOT USED] 3 3.14 ATTACHMENTS [NOT USED] 4 END OF SECTION 5 Revision Log DATE NAME SUMMARY OF CHANGE 6 CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised July 1,2011 015813-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 1 SECTION 0158 13 2 TEMPORARY PROJECT SIGNAGE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 3. Division 13 —Special Construction 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various Items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 19 1.5 SUBMITTALS [NOT USED] 20 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 21 1.7 CLOSEOUT SUBMITTALS [NOT USED] 22 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 23 1.9 QUALITY ASSURANCE [NOT USED] 24 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS 28 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 29 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 30 A. Design Criteria CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised July I,2011 01 58 13-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 1. Provide free standing Project Designation Sign in accordance with City's Standard 2 Details for project signs. 3 B. Materials 4 1. Sign 5 a. Constructed of%-inch fir plywood, grade A-C (exterior) or better 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION [NOT USED] 12 3.4 INSTALLATION 13 A. General 14 1. Provide vertical installation at extents of project. 15 2. Relocate sign as needed, upon request of the City. 16 B. Mounting options 17 a. Skids 18 b. Posts 19 c. Barricade 20 3.5 REPAIR/RESTORATION [NOT USED] 21 3.6 RE-INSTALLATION [NOT USED] 22 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 23 3.8 SYSTEM STARTUP [NOT USED] 24 3.9 ADJUSTING [NOT USED] 25 3.10 CLEANING [NOT USED] 26 3.11 CLOSEOUT ACTIVITIES [NOT USED] 27 3.12 PROTECTION [NOT USED] 28 3.13 MAINTENANCE 29 A. General 30 1. Maintenance will include painting and repairs as needed or directed by the City. 31 3.14 ATTACHMENTS [NOT USED] 32 END OF SECTION 33 CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised July 1,2011 0158 13-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised July 1,2011 THIS PAGE INTENTIONALLY LEFT BLANK 01 60 00-1 PRODUCT REQUIREMENTS Page 1 of 2 1 SECTION 0160 00 2 PRODUCT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 3. Division 13 —Special Construction 13 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 14 1.3 REFERENCES [NOT USED] 15 1.4 ADMINISTRATIVE REQUIREMENTS 16 A. A list of City approved products for use is located on Buzzsaw as follows: 17 1. Resources\02 -Construction Documents\Standard Products List 18 B. Only products specifically included on City's Standard Product List in these Contract 19 Documents shall be allowed for use on the Project. 20 1. Any subsequently approved products will only be allowed for use upon specific 21 approval by the City. 22 C. Any specific product requirements in the Contract Documents supersede similar 23 products included on the City's Standard Product List. 24 1. The City reserves the right to not allow products to be used for certain projects even 25 though the product is listed on the City's Standard Product List. 26 D. Although a specific product is included on City's Standard Product List, not all 27 products from that manufacturer are approved for use, including but not limited to,that 28 manufacturer's standard product. 29 E. See Section 01 33 00 for submittal requirements of Product Data included on City's 30 Standard Product List. 31 1.5 SUBMITTALS [NOT USED] 32 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised December 20,2012 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 1 110 DELIVERY, STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D.Johnson Modified Location of City's Standard Product List 8 CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised December 20,2012 01 66 00-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include,but are not necessarily limited to: 14 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 —General Requirements 16 3. Division 13 —Special Construction 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS [NOT USED] 24 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 25 1.7 CLOSEOUT SUBMITTALS [NOT USED] 26 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 27 1.9 QUALITY ASSURANCE [NOT USED] 28 1.10 DELIVERY AND HANDLING 29 A. Delivery Requirements 30 1. Schedule delivery of products or equipment as required to allow timely installation 31 and to avoid prolonged storage. 32 2. Provide appropriate personnel and equipment to receive deliveries. 33 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 34 for personnel or equipment to receive the delivery. CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised July 1,2011 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors,public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off-site storage and protection when on-site storage is not adequate. 25 a. Provide addresses of and access to off-site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet,unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised July 1,2011 01 6600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR/RESTORATION [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD [OR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non-Conforming Work 15 1. Reject all products or equipment that are damaged, used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised July 1,2011 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised July 1,2011 017000-1 MOBILIZATION AND REMOBILIZATION Page I of 4 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel, equipment, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel, equipment, and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from 1 location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel,equipment, and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor's personnel, equipment, and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies, and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a) Transportation of Contractor's personnel,equipment, and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be made for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time 43 c) Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects 45 a. Mobilization and Demobilization CITY OF FORT WORTH Caytor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised December 20,2012 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel, equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel, equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 —General Requirements 24 3. Division 13 —Special Construction 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Mobilization and Demobilization 28 a. Measure 29 1) This Item is considered subsidiary to the various Items bid. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 are subsidiary to the various Items bid and no other compensation will be R 33 allowed. 34 2. Remobilization for suspension of Work as specifically required in the Contract 35 Documents 36 a. Measurement 37 1) Measurement for this Item shall be per each remobilization performed. 38 b. Payment 39 1) The work performed and materials furnished in accordance with this Item 40 and measured as provided under"Measurement"will be paid for at the unit 41 price per each"Specified Remobilization"in accordance with Contract 42 Documents. 43 c. The price shall include: 44 1) Demobilization as described in Section 1.1.A.2.a.1) 45 2) Remobilization as described in Section 1.1.A.2.a.2) CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised December 20,2012 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 d. No payments will be made for standby, idle time, or lost profits associated this 2 Item. 3 3. Remobilization for suspension of Work as required by City 4 a. Measurement and Payment 5 1) This shall be submitted as a Contract Claim in accordance with Article 10 6 of Section 00 72 00. 7 2) No payments will be made for standby, idle time, or lost profits associated 8 with this Item. 9 4. Mobilizations and Demobilizations for Miscellaneous Projects 10 a. Measurement 11 1) Measurement for this Item shall be for each Mobilization and 12 Demobilization required by the Contract Documents 13 b. Payment 14 1) The Work performed and materials furnished in accordance with this Item 15 and measured as provided under"Measurement"will be paid for at the unit 16 price per each"Work Order Mobilization" in accordance with Contract 17 Documents. Demobilization shall be considered subsidiary to mobilization 18 and shall not be paid for separately. 19 c. The price shall include: 20 1) Mobilization as described in Section 1.1.A.3.a.1) 21 2) Demobilization as described in Section I.1.A.3.a.2) 22 d. No payments will be made for standby, idle time, or lost profits associated this 23 Item. 24 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 25 a. Measurement 26 1) Measurement for this Item shall be for each Mobilization and 27 Demobilization required by the Contract Documents 28 b. Payment 29 1) The Work performed and materials furnished in accordance with this Item 30 and measured as provided under"Measurement'will be paid for at the unit 31 price per each"Work Order Emergency Mobilization" in accordance with 32 Contract Documents. Demobilization shall be considered subsidiary to 33 mobilization and shall not be paid for separately. 34 c. The price shall include 35 1) Mobilization as described in Section I.1.A.4.a) 36 2) Demobilization as described in Section 1.1.A.3.a.2) 37 d. No payments will be made for standby, idle time, or lost profits associated this 38 Item. 39 1.3 REFERENCES [NOT USED] 40 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 41 1.5 SUBMITTALS [NOT USED] 42 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 43 1.7 CLOSEOUT SUBMITTALS [NOT USED] 44 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised December 20,2012 01 7000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 1.9 QUALITY ASSURANCE [NOT USED] 2 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART 2 - PRODUCTS [NOT USED] 6 PART 3 - EXECUTION [NOT USED] 7 END OF SECTION 8 Revision Log DATE NAME SUMMARY OF CHANGE 9 CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised December 20,2012 01 7423-1 CLEANING Page I of 1 SECTION 0174 23 2 CLEANING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 3. Division 13 —Special Construction 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE,AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised July 1,2011 017423-2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS � 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised July 1,2011 01 74 23-3 CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City,the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 19 5. Prior to storm events,thoroughly clean site of all loose or unsecured items,which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other 23 foreign materials from sight-exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts, blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior(Site or Right of Way)Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re-seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks,pieces of asphalt, concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including,but not limited to, vaults, manholes, structures, 42 junction boxes and inlets. CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised July 1,2011 017423-4 CLEANING Page 4 of 4 1 4. If no longer required for maintenance of erosion facilities, and upon approval by 2 City, remove erosion control from site. 3 5. Clean signs, lights, signals,etc. 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 10 CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised July 1,2011 01 77 19-1 CLOSEOUT REQUIREMENTS Page 1 of 3 1 SECTION 0177 19 2 CLOSEOUT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 3. Division 13 —Special Construction 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various Items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Guarantees,Bonds and Affidavits 20 1. No application for final payment will be accepted until all guarantees, bonds, 21 certificates, licenses and affidavits required for Work or equipment as specified are 22 satisfactorily filed with the City. 23 B. Release of Liens or Claims 24 1. No application for final payment will be accepted until satisfactory evidence of 25 release of liens has been submitted to the City. 26 1.5 SUBMITTALS 27 A. Submit all required documentation to City's Project Representative. 28 29 30 31 32 33 34 35 36 37 38 CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised July 1,2011 01 77 19-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 0178 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 12 B. Prior to requesting Final Inspection,perform final cleaning in accordance with Section 13 01 7423. 14 C. Final Inspection 15 1. After final cleaning, provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection,the City will notify the Contractor, in 19 writing within 10 business days, of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City, immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice, inform the City,that the required Work has been completed. Upon receipt 26 of this notice,the City, in the presence of the Contractor,will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include,but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f. Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment 39 D. Notice of Project Completion CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised July 1,2011 0177 19-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory,the City will issue a Notice of Project Completion(Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: 6 a. Final Payment Request 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent of Surety to Final Payment 10 e. Pipe Report(if required) 11 f. Contractor's Evaluation of City 12 g. Performance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting 15 Documentation, in accordance with General Conditions, City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR/RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 29 CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Repair and Repainting Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100071 Revised July 1,2011 THIS PAGE INTENTIONALLY LEFT BLANK 01 7839-1 PROJECT RECORD DOCUMENTS Page 1 of 5 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 3. Division 13 —Special Construction 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 24 1.5 SUBMITTALS 25 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 26 City's Project Representative. 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE 31 A. Accuracy of Records 32 1. Thoroughly coordinate changes within the Record Documents, making adequate 33 and proper entries on each page of Specifications and each sheet of Drawings and 34 other Documents where such entry is required to show the change properly. CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Reapair and Repainting STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Project Number 100071 Revised July 1,2011 01 7839-2 PROJECT RECORD DOCUMENTS Page 2 of 5 1 2. Accuracy of records shall be such that future search for items shown in the Contract 2 Documents may rely reasonably on information obtained from the approved Project 3 Record Documents. 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 5 information that the change has occurred. 6 4. Provide factual information regarding all aspects of the Work, both concealed and 7 visible, to enable future modification of the Work to proceed without lengthy and 8 expensive site measurement, investigation and examination. 9 1.10 STORAGE AND HANDLING 10 A. Storage and Handling Requirements 11 1. Maintain the job set of Record Documents completely protected from deterioration 12 and from loss and damage until completion of the Work and transfer of all recorded 13 data to the final Project Record Documents. 14 2. In the event of loss of recorded data, use means necessary to again secure the data 15 to the City's approval. 16 a. In such case, provide replacements to the standards originally required by the 17 Contract Documents. 18 1.11 FIELD [SITE] CONDITIONS [NOT USED] 19 1.12 WARRANTY [NOT USED] 20 PART 2 - PRODUCTS 21 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 22 2.2 RECORD DOCUMENTS 23 A. Job set 24 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 25 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 26 B. Final Record Documents 27 1. At a time nearing the completion of the Work and prior to Final Inspection,provide 28 the City 1 complete set of all Final Record Drawings in the Contract. CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Reapair and Repainting STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Project Number 100071 Revised July 1,2011 01 7839-3 PROJECT RECORD DOCUMENTS Page 3 of 5 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 MAINTENANCE DOCUMENTS 8 A. Maintenance of Job Set 9 1. Immediately upon receipt of the job set, identify each of the Documents with the 10 title, "RECORD DOCUMENTS -JOB SET". 11 2. Preservation 12 a. Considering the Contract completion time,the probable number of occasions 13 upon which the job set must be taken out for new entries and for examination, 14 and the conditions under which these activities will be performed, devise a 15 suitable method for protecting the job set. 16 b. Do not use the job set for any purpose except entry of new data and for review 17 by the City, until start of transfer of data to final Project Record Documents. 18 c. Maintain the job set at the site of work. 19 3. Coordination with Construction Survey 20 a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, 21 clearly mark any deviations fi•om Contract Documents associated with 22 installation of the infrastructure. 23 4. Making entries on Drawings 24 a. Record any deviations from Contract Documents. 25 b. Use an erasable colored pencil(not ink or indelible pencil), clearly describe the 26 change by graphic line and note as required. 27 c. Date all entries. 28 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 29 e. In the event of overlapping changes, use different colors for the overlapping 30 changes. 31 5. Conversion of schematic layouts 32 a. In some cases on the Drawings, arrangements of conduits, circuits,piping, 33 ducts, and similar items, are shown schematically and are not intended to 34 portray precise physical layout. 35 1) Final physical arrangement is determined by the Contractor, subject to the 36 City's approval. 37 2) However, design of future modifications of the facility may require 38 accurate information as to the final physical layout of items which are 39 shown only schematically on the Drawings. 40 b. Show on the job set of Record Drawings, by dimension accurate to within 1 41 inch,the centerline of each run of items. 42 1) Final physical arrangement is determined by the Contractor, subject to the 43 City's approval. CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Reapair and Repainting STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Project Number 100071 Revised July 1,2011 017839-4 PROJECT RECORD DOCUMENTS Page 4 of 5 1 2) Show, by symbol or note,the vertical location of the Item("under slab", "in 2 ceiling plenum", "exposed", and the like). 3 3) Make all identification sufficiently descriptive that it may be related 4 reliably to the Specifications. 5 a. The City may waive the requirements for conversion of schematic layouts 6 where, in the City's judgment, conversion serves no useful purpose. However, 7 do not rely upon waivers being issued except as specifically issued in writing 8 by the City. 9 B. Final Project Record Documents 10 1. Transfer of data to Drawings 11 a. Carefully transfer change data shown on the job set of Record Drawings to the 12 corresponding final documents, coordinating the changes as required. 13 b. Clearly indicate at each affected detail and other Drawing a fiill description of 14 changes made during construction, and the actual location of items. 15 c. Call attention to each entry by drawing a "cloud" around the area or areas 16 affected. 17 d. Make changes neatly, consistently and with the proper media to assure 18 longevity and clear reproduction. 19 2. Transfer of data to other Documents 20 a. If the Documents, other than Drawings,have been kept clean during progress of 21 the Work, and if entries thereon have been orderly to the approval of the City, 22 the job set of those Documents, other than Drawings,will be accepted as final 23 Record Documents. 24 b. If any such Document is not so approved by the City, secure a new copy of that 25 Document from the City at the City's usual charge for reproduction and 26 handling, and carefillly transfer the change data to the new copy to the approval 27 of the City. 28 3.5 REPAIR/RESTORATION [NOT USED] 29 3.6 RE-INSTALLATION [NOT USED] 30 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 31 3.8 SYSTEM STARTUP [NOT USED] 32 3.9 ADJUSTING [NOT USED] 33 3.10 CLEANING [NOT USED] 34 3.11 CLOSEOUT ACTIVITIES [NOT USED] 35 3.12 PROTECTION [NOT USED] 36 3.13 MAINTENANCE [NOT USED] 37 3.14 ATTACHMENTS [NOT USED] 38 END OF SECTION 39 CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Reapair and Repainting STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Project Number 100071 Revised July 1,2011 017839-5 PROJECT RECORD DOCUMENTS Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE i CITY OF FORT WORTH Caylor 5MG Ground Storage Tank Reapair and Repainting STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Project Number 100071 Revised July 1,2011 THIS PAGE INTENTIONALLY LEFT BLANK 130200-1 ELEVATED WATER STORAGE TANK REHABILITATION Page 1 of 18 1 SECTION 13 02 00 2 Water Storage Tank Rehabilitation 3 4 PART 1 -GENERAL 5 6 1) Summary of Work 7 8 i) Scope of Contract 9 10 (1) The City of Fort Worth has a five million gallon, welded-steel water 11 storage tank that is to be rehabilitated and repainted under the terms of 12 this contract. General information on the tank is provided at the end of 13 this document in the Engineering Report of Inspection dated September 7, 14 2016. The work to be performed under these specifications includes the 15 rehabilitation, repainting and structural steel repairs of the water storage 16 tank. 17 18 (2) The tank is located at 12701 North Caylor Road in Fort Worth, Texas. 19 Containment is required during the exterior abrasive blasting operations 20 to protect the environment. The existing protective coating systems 21 contain less than 1% lead by weight. A laboratory analysis of the coating is 22 provided in the Appendix in the Engineer's Report of Inspection. F 23 24 (3) It shall be the responsibility of the bidders to carefully inspect the site and 25 all pertinent parts and devices on the tank to ascertain the quantity of 26 surface preparation, necessary repairs and painting required to clean the 27 tank properly, paint,repair and place the tank back into operation in 28 accordance with these contract specifications. The information on the tank 29 provided in the Engineer's Report of Inspection is general in nature and 30 should not be relied upon to determine bid quantities or other bidding 31 factors. 32 33 ii) Related Documents 34 Drawings and the general provisions of this document, including General 35 Conditions,Supplemental Conditions,Special Provisions and other Division 36 1 Sections apply to work in this section. DUNHAM ENGINEERING Caylor 5.OMG Ground Storage Tank Repair and Repainting Project Revised October,2016 Project No. 100071 130200-2 ELEVATED WATER STORAGE TANK REHABILITATION Page 2 of 18 37 38 2) References 39 The latest version of the following Specifications, Codes and Standards are 40 incorporated by reference, including comments, recommendations and best 41 practices. This list is not exhaustive. 42 43 i) American Institute of Steel Construction (AISC) 44 5335 -Specification for Structural Steel Buildings 45 46 ii) American Water Works Association (AWWA) 47 C652 - Disinfection of Water Storage Facilities 48 D100 -Welded Steel Tanks for Water Storage 49 D102 - Coating Steel Water Storage Tanks 50 51 iii) Federal Aviation Administration (FAA) 52 70/7560-11-1 - Obstruction Marking and Lighting 53 54 iv) NACE International (NACE) 55 SP0178 - Design, Fabrication and Surface Finish for Immersion Service 56 SP0188 - Discontinuity Testing of New Protective Coatings for Conductive 57 Substrates 58 59 v) National Fire Protection Association (NFPA) 60 NEC - National Electric Code 61 78 - Standard for the Installation of Lightning Protection Systems 62 63 vi) National Sanitation Foundation (NSF) 64 61 -Standard for Drinking Water System Components 65 66 vii)Occupational Safety and Health Administration (OSHA) 67 29 CFR 1926 - Safety and Health Regulations for Construction 68 69 viii) Society for Protective Coatings (SSPC) 70 Guide 6 - Containing Debris During Paint Removal Operations 71 Guide 12 - Illumination of Industrial Painting Projects 72 VIS-1 -Visual Standard for Abrasive Blast Cleaned Steel 73 PA-1 - Shop, Field and Maintenance Painting of Steel 74 PA-2 - Procedure for Determining Conformation to Dry Coating Thickness 75 Requirements. DUNHAM ENGINEERING Caylor 5.OMG Ground Storage Tank Repair and Repainting Project Revised October,2016 Project No. 100071 13 02 00-3 ELEVATED WATER STORAGE TANK REHABILITATION Page 3 of 18 76 SP-6 - Commercial Blast Cleaning 77 SP-7- Brush-off Blast Cleaning 78 SP-10 - Near-White Metal Blast Cleaning 79 80 ix) Texas Commission on Environmental Quality (TCEQ) 81 Chapter 290 - Public Drinking Water 82 83 3) Submittals 84 The successful bidder shall submit the following to the Engineer prior to the 85 start of work 86 87 i) Construction Schedule 88 Submit a detailed scheduled indicating anticipated start and completion dates 89 for each major phase, including,but not limited to,welding repairs, surface 90 preparation, interior coating application, and exterior coating application. 91 92 Contractor shall update submitted schedule as needed. 93 94 ii) Schedule of Values 95 Submit a schedule of values which includes an itemized list of all work items 96 and prices for each item of work. 97 98 iii) Contact Information 99 Submit contact information for all key field and office staff on the project 100 including foreman and project manager. 101 102 iv) Subcontractor Information 103 If subcontractors will be used to perform any work under these specifications, 104 submit contact information and references for the subcontractors. Provide the 105 location, capacity, owner contact with phone number and year completed. 106 107 v) Welder Certifications 108 Submit certifications and welding procedures for all welders that will be 109 performing work on the tank. 110 111 vi) Containment 112 Submit a detailed drawing of the containment system to be installed. The 113 information provided on the drawing shall include,but is not limited to, DUNHAM ENGINEERING Caylor 5.OMG Ground Storage Tank Repair and Repainting Project Revised October,2016 Project No. 100071 130200-4 ELEVATED WATER STORAGE TANK REHABILITATION Page 4 of 18 114 number and size of outriggers, materials to be used,wind speed to which the 115 containment can hold up, and size of dust collector if one will be used. 116 117 vii)Appurtenances 118 Submit catalog cuts of all appurtenant equipment which will be installed on 119 the tank 120 121 viii)Abrasive Material 122 Submit manufacturers' product data sheets and Material Safety Data Sheets 123 for all abrasive materials to be used on the tank. 124 125 ix) Coating Materials 126 Submit manufacturer's product data sheets and Material Safety Data Sheets 127 for all coating materials to be applied to the tank. Provide color samples of all 128 coating products. 129 130 x) Logo Drawing 131 Submit Logo drawings once tank measurements have been field verified. 132 133 4) Guarantees 134 The Contractor shall guarantee the structure, appurtenant equipment and 135 accessories provided under these specifications against defective design, 136 workmanship or materials for a period of one year from the date of final 137 completion. It shall be the responsibility of the Contractor to schedule and 138 meet with the Engineer and inspect the tank eleven and one half (111/2) 139 months from the date of final acceptance to identify and correct all 140 deficiencies under the warranty. 141 142 All guarantees for materials, and accessories provided under this section shall 143 be obtained by the Contractor and submitted. 144 145 Part 2- MATERIALS 146 147 1) Materials 148 i) Steel 149 All appurtenances, supports and steel members shall be constructed of Type 150 A36 mild carbon steel, unless otherwise specified and shall be in accordance 151 with AWWA D100 and TCEQ Chapter 290. 152 DUNHAM ENGINEERING Caylor 5.OMG Ground Storage Tank Repair and Repainting Project Revised October,2016 Project No. 100071 130200-5 ELEVATED WATER STORAGE TANK REHABILITATION Page 5 of 18 153 ii) Accessories and Appurtenances 154 All accessories shall comply with the minimum requirements of the 155 Specifications, Codes and Standards listed in paragraph 1.02, current 156 applicable safety regulations and the operation requirements of the structure. 157 Dissimilar metals shall be properly isolated. All stainless steel appurtenances, 158 piping, and weirs inside the tank shall be blasted and coated per the specified 159 interior wet area coating system. All hardware and hinges for hatches and 160 openings shall be stainless steel. 161 162 iii) Electrical and Lighting 163 164 (1) General 165 All work shall be performed and all materials shall be provided in 166 accordance with National Electric Code and the governing electrical, 167 safety and inspection codes, regulations and ordinances. 168 169 (2) Materials 170 (a) Interior Lights 171 Fixtures shall be enclosed and gasketed, 150 (one hundred and fifty) 172 watt incandescent type with aluminum body, clear glass globe and 173 guard. Aluminum mounting hardware are brackets shall be provided 174 to suit the installation. 175 176 (b) Exterior Door Lights 177 Fixtures shall be enclosed and gasketed, 100 (one hundred) watt high 178 pressure sodium wall mount type with aluminum base housing, 179 polycarbonate cover, prismatic refractor, internal reflector and low 180 temperature ballast. Fixture shall be vandal resistant and provided 181 with photo control. 182 183 (c) Obstruction Lighting 184 Obstruction lighting shall be provided in accordance with FAA 185 standards. 186 187 The obstruction light shall be a steady burning, dual fixture type with 188 a lamp-out relay switch. The fixture shall be weather sealed, corrosion 189 resistant with aluminum base and housing. Red globes with 116 (one 190 hundred and sixteen) watt clear traffic signal lamps rated at 8000 191 (eight thousand) hour life shall be provided. A pilot light located near DUNHAM ENGINEERING Caylor 5.OMG Ground Storage Tank Repair and Repainting Project Revised October,2016 Project No. 100071 13 02 00-6 ELEVATED WATER STORAGE TANK REHABILITATION Page 6 of 18 192 the electrical panel shall be provided to indicate when the primary 193 bulb has failed. 194 195 iv) Steel Tank Painting 196 197 (1) Abrasive Material 198 All exterior abrasive material used in the removal of protective coating 199 systems shall be silica free and low dust producing. Materials such as 200 copper slag and Green Diamond are permitted. Abrasive derived from 201 coal or petroleum products that leave an oily residue on the surface of the 202 steel are also NOT permitted. Submit abrasive selection for approval. 203 204 (2) Coating Material 205 The Contractor shall use the materials specified, or materials of another 206 manufacturer that are deemed equal in the opinion of the City to the 207 materials specified. The quality of the specified materials shall be the 208 Standard of Quality specified. All interior paint shall conform to Standard 209 61 of the National Sanitation Foundation (NSF) and will be on the NSF 210 approved list of inside finish materials. In the event the Contractor 211 desires to substitute the products of another manufacturer, he shall apply 212 to the Engineer in writing at least fourteen (14) days prior to the bid date 213 requesting substitution, and shall furnish with his request complete 214 descriptive materials on the products along with NSF Certification, plus 215 full manufacturer's recommendations of surface preparation and 216 application. 217 218 All paints, thinners and associated products used in the application of the 219 protective coating systems will be manufactured by The TNEMEC 220 Company of Kansas City, MO, unless an alternate coating system is 221 selected as provided for above or in Paragraph 10 - Alternate Coating 222 Systems. 223 224 PART 3 - EXECUTION 225 226 1) Site and Fencing 227 Contractor may remove existing gate on site in order to provide large truck 228 access to site. If the gate is removed, it must be reinstalled at the conclusion of the 229 project. DUNHAM ENGINEERING Caylor 5.OMG Ground Storage Tank Repair and Repainting Project Revised October,2016 Project No. 100071 13 02 00-7 ELEVATED WATER STORAGE TANK REHABILITATION Page 7 of 18 230 231 Site must remain secured throughout the project. 232 233 Submit gate removal and reinstallation plans and site plans if gate is to be 234 removed. 235 236 2) Welding 237 Welding procedures and general welding requirements shall be in accordance 238 with AWWA D100, AWS Structural Welding Code D1.1, and these 239 Specifications. All fillet welds shall be full fillet welds unless otherwise 240 specified. 241 242 Grinding of weld contour shall approximate Condition"D" of NACE 243 Standard SP0178 244 245 All welding repairs shall be completed before any paint is applied to the 246 structure. All appurtenances, supports and steel members shall be 247 constructed of Type A36 mild carbon steel unless otherwise specified and be 248 in accordance with AWWA D100, RISC 13th Edition, and TCEQ Chapter 290. 249 250 3) Repair Items of Work 251 252 i) Replace existing air vent and hatch cover system with a new system of the 253 same size as noted in engineer's report. New vent to be as shown in Drawings 254 section. 255 256 ii) Provide and install four new 24" diameter air vents at equidistant points of 257 the roof, approx. 50% the radius. Exact locations to be determined by 258 engineer's representative. Vents to be designed as in Drawings section. 259 260 iii) Replace the top 10' of the interior ladder sized to match the existing ladder. 261 Ladder to be as designed in the drawings section. 262 263 iv) Remove the existing cathodic protection system. 264 265 v) Cover cathodic protection holes in roof with welded 1/4" thick steel plates. 266 DUNHAM ENGINEERING Caylor 5.OMG Ground Storage Tank Repair and Repainting Project Revised October,2016 Project No. 100071 13 02 00-8 ELEVATED WATER STORAGE TANK REHABILITATION Page 8 of 18 267 vi) Install new handrails along the edge of the roof, rolled to the curvature of the 268 tank, extending six linear feet to each side of the top of the roof access stairs' 269 existing handrails. Handrails are to be as designed in Drawings section. 270 271 vii)Install new handrails along the edge of the roof, rolled to the curvature of the 272 tank, twelve linear feet in length, centered at the maintenance roof access 273 hatch. Handrails are to be as designed in Drawings section. 274 275 viii) Install new gasket and triple-dipped galvanized steel nuts and bolts for all 276 manways after all painting is completed and properly cured. Ensure 277 manways are water-tight. 278 279 ix) Remove and replace existing roof access hatch covers to open towards the 280 center of the roof. 281 282 x) Remove existing 4" diameter pipes on the east and west sides of the storage 283 tank. Pipes to be removed flush to the existing re-pad. Weld a3/4" thick, 6" 284 diameter plate over the resulting hole. 285 286 xi) Install new 1" diameter sample tap on exterior of tank approximately 4'above 287 the foundation of the tank. Location to be determined by engineer's field 288 representative. 289 290 xii) Install new lock box similar to the lock box found in the engineers report 291 near the new 1" sample tap. Location to be determined by engineer's field 292 representative. r 293 294 4) Repair of Pits and Prior Corrosion Damage 295 After abrasive blast cleaning, Engineer's Field Representative will inspect the 296 steel surface to determine the repair procedure. The repairs may be made by 297 using TNEMEC Series 215100% solids epoxy pit filler, or by welding as directed 298 by the Engineer. Those pits deeper than 1/8" will be repaired by welding pit 299 flush with the surface of the tank. Pits less than 1/8" will be repaired with 100% 300 solids epoxy after prime coat application. Repairs may be performed after zinc 301 rich primer has been applied per the appropriate coating specification in this 302 document. Quantities contained in the unit price bid are only an estimate. DUNHAM ENGINEERING Caylor 5.OMG Ground Storage Tank Repair and Repainting Project Revised October,2016 Project No.100071 130200-9 ELEVATED WATER STORAGE TANK REHABILITATION Page 9 of 18 303 Actual field repairs will be performed as directed by Engineer and will be paid 304 per repair at the unit price bid supplied by the Contractor. 305 Approximately two (4) gallons of epoxy pit filler are expected to be required to 306 repair shallow pits. 307 It is estimated that after abrasive blast cleaning;repair by welding will be 308 required for approximately 300 pits, holes or other corrosion damaged areas up 309 to 6" in diameter. Large pits (greater than 2"diameter or multiple pits clustered 310 closely together) shall be repaired by welding 1/4" steel plates to the tank per 311 AWS D1.1 (3/16" thickness is acceptable above the HWL). Blast and prime entire 312 area affected by repairs according to the appropriate coating specification in this 313 document. 314 315 5) Protective Coating Replacement 316 317 i) General 318 All coating operations shall be performed in accordance with SSPC PA-1, 319 SSPC PA-2, AWWA D102 and these Specifications. 320 321 Surfaces to be painted shall be clean and free of scale, rust, dirt, oil, grease, 322 moisture, or other foreign matter prior to coating. Surfaces shall be free from 323 blisters, rough welds, sharp edges, pits or other imperfections prior to 324 painting. Slag, weld metal accumulation and splatter shall be removed by 325 chipping and grinding. 326 327 Paint application shall not proceed when the temperature is below 50 degrees 328 Fahrenheit, during precipitation or fog, or if there is moisture on the surfaces 329 to be painted. Exceptions to the temperature limit will be allowed in 330 accordance with the manufacturer's printed literature. Each coat of paint shall 331 dry thoroughly as specified by the manufacturer prior to application of 332 successive coats. Do not immerse coating until specified dry film thickness 333 has been obtained and finish coating system has been allowed to cure as 334 recommended by the paint manufacturer. 335 336 All paint shall be thoroughly agitated prior to use and shall be kept agitated 337 while in use. All ready-mixed paint shall be applied as received from the 338 manufacturer,without addition of any kind of drier or thinner except as DUNHAM ENGINEERING Caylor 5.OMG Ground Storage Tank Repair and Repainting Project Revised October,2016 Project No. 100071 130200-10 ELEVATED WATER STORAGE TANK REHABILITATION Page 10 of 18 339 permitted by the manufacturer. Paint shall be applied according to 340 manufacturer's recommendations. 341 342 Each coat shall be applied at the rate specified and in the manner specified by 343 the manufacturer. Deficiencies in tested dry film thickness shall be corrected 344 by application of additional coat(s) of paint. 345 346 All paint materials shall be evenly spread without runs, sags, drips or other 347 faults. Finished surfaces shall be uniform in thickness, color and appearance 348 and shall be free from brush marks. All lines of demarcation between paints 349 of different colors or shades shall be carefully drawn so as to be true and free 350 from blurred edges. 351 352 All sharp edges,weld seams, nuts, bolts, and other items difficult to coat shall 353 receive a brush applied coat of the specified polyamide epoxy coating 354 thinned as much as allowable in accordance with the manufacturer's written 355 directions, liberally worked in after the prime coat and prior to the 356 intermediate coat of paint. 357 358 During and after final application of each coating, all metal surfaces shall be 359 checked with appropriate wet and dry mil gauges to ensure that the required 360 thickness of coating is being obtained. The Contractor shall provide a set of 361 standards with the gauge so that accuracy of the gauge can be checked. 362 363 Each coat shall be sprayed or rolled on in accordance with manufacturer's 364 recommendations. Rolling interior paint is not permitted. The type of spray 365 nozzle, the fluid pressure at the gun, the distance from the gun to the surface 366 being painted and the speed of travel of the gun shall be as recommended by 367 the manufacturer. Thinning shall be done as recommended. All paint in the 368 fluid pot and lines shall be cleaned out with thinner before application of the 369 paint is begun. The thinner may be used also for cleaning the painting 370 equipment at the end of each day's operations. 371 372 Each coat shall be dry to touch before the next coat is applied. Follow the 373 manufacturer's directions explicitly. 374 375 ii) Interior Surface Preparation and Coating 376 377 (1) General DUNHAM ENGINEERING Caylor 5.OMG Ground Storage Tank Repair and Repainting Project Revised October,2016 Project No. 100071 13 02 00-11 ELEVATED WATER STORAGE TANK REHABILITATION Page 11 of 18 378 The work covered by this part of the specification includes painting the 379 entire interior surface area of the structure. This includes but is not limited 380 to all ladders, condensate floors and interior piping. The Contractor shall 381 furnish all materials required for the painting and shall install them in 382 accordance with the manufacturer's written directions and these 383 specifications. 384 385 The Contractor is cautioned that small amounts of paint are intoxicating 386 and large amounts tend to be toxic. The Contractor shall make provisions 387 to keep the tank well ventilated during the spraying and drying 388 operations to protect the personnel and to facilitate drying of the coating 389 by solvent evaporation. During the actual spraying operations, all 390 personnel within the tank shall be furnished with either an appropriate 391 respirator or source of external air such as a compressed air line to a 392 sandblasting helmet. At least two men shall be in the tank during spraying 393 operations. 394 395 (2) Surface Preparation 396 Abrasive blast clean all areas to SSPC SP-6 Commercial Blast Standard. A 397 suitable angular anchor profile of at least 2.0 mils as determined by Testex 398 strips shall be established. All areas shall be pressure washed with clean 399 water per SSPC SP-1 prior to blasting to prevent embedment of 400 contaminants from existing coating. 401 402 Remove all blast debris from tank and inspect the interior surface area for 403 pits and soluble salt contamination. Soluble iron salt concentration and 404 chloride concentration shall be sampled via a Chlor*Test SCAT Kit with 405 latex sleeve and tested with a chloride titrator tube and ferrous ion test 406 strips in accordance with SSPC Guide 15 and the manufacturer's 407 instructions. If alternate method is to be used, submit to Engineer for 408 approval. 409 410 After proper surface sampling via SCAT kit, test collected sample in latex 411 sleeve with chloride titrator tube and ferrous ion test strips. If ferrous ion 412 salt content or chloride ion content is above 10 gg/cm2 (equal to 10 ppm 413 when SCAT test is used), pressure wash per SSPC SP-1 all blast cleaned 414 areas to reduce soluble salt content to less than the above limits. 415 DUNHAM ENGINEERING Caylor 5.OMG Ground Storage Tank Repair and Repainting Project Revised October,2016 Project No. 100071 13 02 00-12 ELEVATED WATER STORAGE TANK REHABILITATION Page 12 of 18 416 When soluble salt concentrations and conductivity are below the limits, 417 set above and all repairs have been made, install desiccant 418 dehumidification equipment and abrasive blast clean all interior surfaces 419 including areas above HWL to near-white standard per SSPC SP-10. 420 421 Dehumidification equipment must remain operational and running from 422 the time the near-white blast commences and run 24 (twenty-four) hours 423 per day until five days after the final coat of paint is applied. The unit 424 must control the environment to keep the air inside the tank and riser at 425 less than 50% (fifty) relative humidity at all times. Minimum desiccant 426 dehumidification equipment required is an HC-9000 GA and a HC-4500 427 GA desiccant with 75 KW generator as supplied by DH Technologies, or 428 equal. 429 430 (3) Coating Application 431 432 (a) Coating System 433 Apply following NSF approved three coat system of zinc rich primer 434 top coated with two coats of polyamide epoxy to all interior surfaces. 435 436 Prime coat: TNEMEC Series 94 H2O Hydro-Zinc at 2.5-3.5 mils DFT. 437 Stripe coat: TNEMEC Series 20 or 140 polyamide epoxy thinned as 438 much as allowable and brushed into all weld seams. 439 Intermediate and Finish coats: TNEMEC Series 20 or 140 polyamide 440 epoxy applied at 4-6 mils DFT. 441 Seam Sealer &Pit Filler: Apply Sikaflex to all interior un-welded 442 seams above the HWL, including rafters and ceiling plates. Apply 443 TNEMEC Series FC22 to any un-welded seams below the HWL. 444 445 Minimum thickness required for the total system is 12 mils DFT. Each 446 succeeding coat of paint will vary from the preceding in color so as to 447 be able to verify coverage. Color of finish coat of paint shall be 448 TNEMEC Tank White. 449 450 (b) Holiday Testing 451 After the paint thickness meets these specifications and has cured for 452 at least five days, the Contractor shall test the entire surface of the 453 paint system, including above the HWL,for holidays with a low DUNHAM ENGINEERING Caylor 5.OMG Ground Storage Tank Repair and Repainting Project Revised October,2016 Project No. 100071 13 02 00-13 ELEVATED WATER STORAGE TANK REHABILITATION Page 13 of 18 454 voltage wet sponge detector in accordance with NACE SP0188. 455 Holidays shall be marked and reworked until no further holidays 456 appear. After all holiday checking is complete, the point of ground 457 connection shall be carefully coated. 458 459 iii) Exterior Area Surface Preparation and Coating 460 (1) General 461 The work covered by this part of the specification includes painting the 462 entire exterior surface area of the tank. It also includes painting any steel 463 outside the tank such as vents, hatches, steel retaining rings, exposed yard 464 piping and all other items outside the tank. Data plates shall not be 465 painted over. The Contractor shall furnish all materials and equipment 466 required for the painting and shall install them in accordance with the 467 manufacturer's written direction and these specifications. Stainless steel 468 shall be coated only if specifically directed by Engineer's Field 469 Representative. 470 471 (2) Containment 472 The existing exterior coating system contains less than 1% lead by weight. 473 Containment is required during the exterior abrasive blasting and coating 474 operations to prevent nuisance dust per TCEQ. 475 476 Sufficient outriggers must be mounted on the tank to allow a fully 477 operational shroud system in winds of up to 25 mph. Containment plan 478 must be submitted to Engineer for approval. 479 480 Shroud exterior of tank with Class 2A shroud including top cap per SSPC 481 Guide 6 (CON). See SSPC Guide 6 - Table A in Drawings Section for 482 specifics of shroud system. Alternate containment systems such as use of 483 Blast-Tracs or vapor blasting will be considered, if Contractor can show he 484 has successfully used these technologies in similar applications. 485 486 All rigging clips shall be removed from the tank after exterior coating 487 work is complete. These areas will be ground smooth, spot blasted and 488 coated in accordance with the specified coating system. 489 490 (3) Surface Preparation 491 Abrasive blast clean the entire exterior surface area to SSPC SP-6 492 Commercial Blast Standard. A suitable angular anchor profile of at least DUNHAM ENGINEERING Caylor 5.OMG Ground Storage Tank Repair and Repainting Project Revised October,2016 Project No. 100071 13 02 00-14 ELEVATED WATER STORAGE TANK REHABILITATION Page 14 of 18 493 2.0 mils as determined by Testex strips shall be established. All areas shall 494 be pressure washed with clean water per SSPC SP-1 prior to blasting to 495 prevent embedment of contaminants from existing coating 496 497 (4) Repair deep pits by welding. Shallow pits shall be repaired with 100% 498 solids epoxy paste after zinc-rich primer is applied. Quantities specified 499 above. 500 501 (5) Apply following four coat Zinc Rich 502 Primer/Epoxy/Polyurethane/Fluoropolymer system: 503 504 Prime coat: TNEMEC Series 94 H2O Hydro-Zinc applied at 2.5-3.5 mils 505 DFT. 506 Stripe coat: TNEMEC Series 20 or 66 polyamide epoxy thinned as much 507 as allowable and brushed into all weld seams. 508 1St Intermediate coat: TNEMEC Series 20 or 66 polyamide epoxy applied 509 at 4-6 mils DFT. 510 2nd Intermediate coat: TNEMEC Series 1075 polyurethane applied at 2-3 511 mils DFT. 512 Finish coat: TNEMEC Series 700 Hydroflon fluoropolymer applied @ 2-3 513 mils DFT. 514 Total system thickness must be 12.0 mils DFT minimum. Each 515 succeeding coat of paint will vary from the preceding in color so as to be 516 able to verify coverage. Color(s) of finish coat shall be selected by 517 Owner after Contractor submits color choices chart. 518 (a) Logo 519 After all exterior painting is complete, install two logos. Logos shall be 520 similar to existing. Use specified finish coat product for logos. All 521 dimensions to be field verified by Contractor prior to ordering pounce 522 patterns, Contractor shall use DuPont Tyvek pounce patterns, or equal, 523 as provided by TankLogos.com of Nashville, TN. Phone: (615) 473- 524 0272. Final Logo Detail to be provided by Engineer prior to start of 525 Logo work. 526 527 iv) Coating Repair Procedure 528 If coating repairs are required for any reason, the repairs shall be made in a 529 manner that will not damage surrounding coated surfaces. The area to be DUNHAM ENGINEERING Caylor 5.OMG Ground Storage Tank Repair and Repainting Project Revised October,2016 Project No. 100071 13 02 00-15 ELEVATED WATER STORAGE TANK REHABILITATION Page 15 of 18 530 repaired shall be free of rust, dirt, oil, grease, moisture and other foreign 531 material prior to coating application. The surrounding coating shall be 532 feathered to eliminate sharp edges. The repaired coating shall be applied and 533 inspected in the same manner as specified above. All requirements of the 534 coating specifications shall apply to coating repairs. 535 536 6) Cleaning 537 The tank will be drained and the Contractor will be responsible for cleaning 538 any accumulated sand and silt prior to start of work. All materials used in the 539 blasting operations, sediment in the tank, rust, paint and scale accumulated 540 from the cleaning operations and all other material in the tank, shall be 541 removed from the tank by the Contractor and properly disposed of. 542 543 7) Disinfection 544 The disinfection of the tank will be performed via chlorine injection by the 545 City. City to provide all chlorine and City personnel to perform chlorine 546 injection. If this method fails, the Contractor shall provide labor only and use 547 chlorination methods as specified in AWWA C652 to disinfect the tank. The 548 Owner will fill the tank and perform bacteriological testing. The Contractor 549 shall ensure the tank is watertight and perform any maintenance necessary to 550 make the tank watertight and in compliance with all TCEQ Chapter 290 Rules 551 and Regulations prior to vacating the site. Job is not substantially complete 552 until tank passes bacteriological testing and is in compliance with TCEQ 553 Chapter 290. 554 555 8) Guarantee and Cleanup 556 Upon completion of all work, the Contractor shall remove all surface 557 materials and rubbish and dispose of them in accordance with directions of 558 the Engineer. The Contractor shall repair all damage caused by his workers 559 and shall leave the premises in a clean and orderly condition equal to that of 560 when he found it. 561 562 9) Inspection 563 iii) General 564 The Engineer's Field Representative will perform quality assurance 565 inspections on the Contractor's work on a hold-point basis. The Contractor is 566 required to perform his own quality control. 567 DUNHAM ENGINEERING Caylor 5.OMG Ground Storage Tank Repair and Repainting Project Revised October,2016 Project No. 100071 13 02 00-16 ELEVATED WATER STORAGE TANK REHABILITATION Page 16 of 18 568 No work will progress beyond the designated hold-point until approved by 569 the Engineer's Field Representative. 570 571 The Contractor is required to coordinate with the inspector and provide 24 572 hour notice to request a hold-point inspection. Hold-point inspections shall 573 NOT be scheduled during weekends or Federal Holidays. 574 575 The Contractor shall submit daily weather and progress reports, including 576 anticipated work schedule for the next 7 days, to Engineer and Engineer's 577 Field Representative via email. 578 579 The Contractor is responsible for providing safe rigging to gain access to all 580 work areas to be inspected. All rigging must conform to OSHA Standard 581 1910. 582 583 The Contractor is responsible for providing recommended lighting per SSPC 584 Technology Guide 12 to illuminate the work and inspection areas. 585 586 If the Contractor does not provide adequate lighting or safe rigging to 587 properly inspect the work, the inspection will be postponed until such time as 588 the Engineer can schedule an inspection to determine if the work may 589 progress beyond the hold-point. 590 591 iv) Hold Points 592 The following hold-points are designated: 593 (1) All welding repairs completed prior to painting 594 (2) Containment erection completed 595 (3) Surface contaminants removed (if required) 596 (4) Concrete forms and reinforcement approved prior to pour 597 (5) Blast profile obtained and degree of blast completed 598 (6) Prime coat completed 599 (7) Stripe coat completed 600 (8) Intermediate coat completed 601 (9) Finish coat completed 602 (10) Holiday detection test of interior completed 603 (11) Cure test of interior completed 604 605 10)ALTERNATE COATING SYSTEMS DUNHAM ENGINEERING Caylor 5.OMG Ground Storage Tank Repair and Repainting Project Revised October,2016 Project No. 100071 13 02 00-17 ELEVATED WATER STORAGE TANK REHABILITATION Page 17 of 18 606 Contractors may provide alternate pricing for the following coating systems: 607 A. Interior coating system: 608 609 Interior prime coat: Sherwin-Williams Corothane I Galvapac Zinc or 610 Induron Indurazinc MC 67 applied at 2.5 -3.5 mils DFT. 611 Interior stripe, intermediate &finish coats: Sherwin-Williams 612 Macropoxy 646 PW or Induron PE 70 applied at 4.0 to 6.0 mils DFT each 613 coat. 614 Interior seam sealer & pit filler: Sherwin-Williams Steel Seam FT 910 or 615 Induron Aquatapoxy A-6. 616 617 Total interior system thickness must be 12.0 mils DFT minimum. 618 619 B. Exterior coating system: 620 621 Exterior prime coat: Sherwin-Williams Corothane 1 Galvapac Zinc or 622 Induron DF 67 applied at 2.5-3.5 mils DFT. 623 Exterior stripe and 1st intermediate coat: Sherwin-Williams Macropoxy 624 646 PW or Induron Armorguard at 4.0-5.0 mils DFT. 625 Exterior 2nd intermediate coat: Sherwin-Williams Hi-Solids Polyurethane 626 or Induron Indurethane 6600 Plus Polyurethane at 2.0-3.0 mils DFT. 627 Exterior finish coat & logos: Sherwin-Williams Fluorokem or Induron 628 Fluorothane at 2.0-3.0 mils DFT. 629 630 Total exterior system thickness must be 12.0 mils DFT minimum. 631 632 C. All contractors must provide pricing based on the TNEMEC coating 633 systems in the Base Bid. Alternate coating system pricing, if provided, will 634 be shown on the Bid Form as an ADD or DEDUCT to the overall Base Bid. 635 636 D. The City will decide whether to proceed with the TNEMEC coating 637 system, or to accept the alternate coating system price if one is provided. 638 639 11) ADDITIVE REPAIR ITEMS OF WORK 640 Contractors will provide alternate pricing for the following items. 641 DUNHAM ENGINEERING Caylor 5.OMG Ground Storage Tank Repair and Repainting Project Revised October,2016 Project No. 100071 13 02 00-18 ELEVATED WATER STORAGE TANK REHABILITATION Page 18 of 18 642 All of the following items of works' necessity and amount are to be determined 643 by engineer's representative after abrasive blast cleaning. 644 645 1. Replace rafters severely damaged by corrosion. (Unit Price) 646 647 2. Replace diagonal support beams at the knuckle severely damaged by 648 corrosion. (Unit Price) 649 650 3. Replace horizontal intermediate structural roof supports severely 651 damaged by corrosion. (Unit Price) 652 653 4. Repair/replace crow's nest assembly severely damaged by corrosion. 654 (Unit Price) 655 656 5. Install new mixing system that enables proper mixing for the size and 657 capacity of the tank. Mixing system shall be GridBee GS Series Electric 658 Potable Water Tank Mixer. Submit detailed drawings, calculations and 659 modeling data showing performance of the system. 660 661 662 663 END OF SECTION DUNHAM ENGINEERING Caylor 5.OMG Ground Storage Tank Repair and Repainting Project Revised October,2016 Project No. 100071 Appendix A Engineer's Report of Inspection THIS PAGE INTENTIONALLY LEFT BLANK Field Inspection Report Dunham Engineering, Inc. TX F-2253 (979)690-6555 El ENGINEERING Tank ID: Caylor GST Inspectinnr DN64H: Resultz. Owner: City of Fort Worth Inspector: DEI- Brad McCrea &Wesley Oatman Date of Inspection: 9/7/2016 Tank Description:5 MG GST Overview Map Page 1 of 57 Attributes Title Fort 1l1/orth Saylor Inspection ItemOverview Cond�tior� . ,, � � __ . � � _ Structurally fair,C�atF�gs fair Notes/Dimensions This is a 5,000,000 gallon capacity ground storage tank that is approximately 59' in height and 120' in diameter.There was no data plate present to obtain additional information from. The tank appears structurally sound but will need some steel repairs interior as well as exterior.The interior and exterior coatings have served its intended purpose and are ready for replacement. Please see entire report for more details. TCEQ Violations:There are holes in the roof near the air vent.The cathodic ports are not sealed. 7777 Page 2 of 57 �w w r -4. Attributes Title, Fort lNorth CaylorSMG,GST,PR,. , Inspection Item Site and Fencing Condition Good Notes/Dimensions The site is equipped with a 6'tall�chainli nk perimeter fence that is topped with barbed wire and secured with locked gates. Page 3 of 57 €K. a Attributes Inspection Item Site and Fencing Condition Good° Notes/Dimensions The east site has a caliche drive with an open area. Inspector BradIVleGrea ;`: 77d Page 4 of 57 - — - Field Inspection Report Dunham Engineering, Inc.TX F-2253 (979)690-6555 U N ; E I N Tanl< ID: caylor GST J -spec-onar Domigm Resivatz. Owner: City of Fort Worth Inspector: DEI- Brad McCrea &Wesley Oatman Date of Inspection: 9/7/2016 Tank Description: 5 MG GST Overview Map tt Page 1 of 57 Attributes v Inspection Item Overview Condition � , r , `r,v Stru�turallyfa�r�Coatrngs;fatr , Notes/Dimensions This is a 5,000,000 gallon capacity ground storage tank that is approximately 59' in height and 120' in diameter.There was no data plate present to obtain additional information from. The tank appears structurally sound but will need some steel repairs interior as well as exterior.The interior and exterior coatings have served its intended purpose and are ready for replacement. Please see entire report for more details. TCEQ Violations:There are holes in the roof near the air vent.The cathodic ports are not sealed. Ipspectar 6rad,McCrea Page 2 of 57 a m r w y 4 Attributes i itle l?o t„UUorth C ylor SNIG GST PR Inspection Item Site and Fencing Cor�dit�on Goo Notes/Dimensions The site is equipped;with a 6'tall chainlink perimeter 5 fence that is topped with barbed wire and secured with locked gates. 'Inspector <Brad iUlcCea Page 3 of 57 } w Attributes Inspection Item Site and Fencing Notes/Dimensions The east site has a caliche drive with an open area. Page 4 of 57 SOF u Attributes Title „Fort Worth Caylo 5MG GST PR �„, , Inspection Item Site and Fencing Cgnd�t19, r ood Notes/Dimensions The north site has a caliche drive,and an open area with a pvc sprinkler system. Page 5 of 57 ti Attributes TTt[ ., . �„ �.. ,aY . Fort I�ilortfaaylor.< MGST PR Inspection Item The tank is equipped with an overflow Pipe and Flap Valve.The tank drain is tied into this pipe. Condition v,= Gaod:- Notes/Dimensions Nom.24" dia. .. Brad`IVIcGrea Page 6 of 57 y r <,xr rj i ill r s IY �r �i r� r N u „ r^ Attributes Inspection Item Pipe nozzle in lower shell course. clearled�and Notes/Dimensions There is a 4" diameter pipe with reinforcement pad. Inspectar� ,;, ., � Bred McCrea f Page 7 of 57 �w `' Attributes Inspection Item Exterior Coating Cortdit�on ' F��r t > . Notes/Dimensions The shell is 7 plates tall, and approximately 59'tall Inspector ... Brad UlcGrea Page 8 of 57 w lj x k l a Attributes Tale FortllUorth. Ylor,5MG,GS7 PR Inspection Item Site and Fencing Notes/Dimensions The west site has a caliche drive with an"open area, and a pvc sprinkler system, Inspector Brad:McCrea r r Page 9 of 57 Attributes Title_ ; Foy t Worfih Caylor 5(VIG;GST PR Inspection Item Exterior Coating Notes/Dimensions There were no severe or moderate deficiencies noted. Lnspecfor - ;Orad Md re Page 10 of 57 ;r N }„ v l �iilil,4itl ��� I14II�I rN � f I, Attributes Inspection Item Pipe nozzle in lower shell course Notes/Dimensions 4" pipe with a reinforcement pad and ay valve port for water sampling. Page 11 of 57 �i Attributes ":Title :; '. `:_ Fart WortiiCaylar 51VIG GST Pft Inspection Item Shell Manway. . a Notes/Dimensions The tank is equipedwith a 36" bolted type shell manway that is located on the south west side of the tank.The manway was opened for the interior' inspection.There were no deficiencies noted at this time. Inspector `';; Brad"NfcGree Page 12 of 57 ' s w Y „4 bit ° 1' �l { ! Attributes Tt'te Fort U1/orth Caylor SIVIG'GST l?R _.; . , w , .: . Inspection Item Shell Manway Cover and Davit Notes/Dimensions There were no structural deficiencies noted at this time.South West manway.' Inspector: Brad McCrea; r Page 13 of 57 Attributes Inspection ItemRoof support structure Notes/Dimensions I Beam mid roof support header.The end connections are severely'corroded as well as the top flanges.There are nine headers present.Abrasive blasting is recommended to determine if replacement is needed. Page 14 of 57 Attributes �Tifile �: ` ;,Fort y�[orth Cylor 5N�GST.PR Inspection Item Roof support structure n0i Notes/Dimensions There are 72 outer,8" C chanel and 40 inner, 8"C chanel roof supportrafters. Severe corrosion is present at the lapped areas over the header beams. Iraspector� , � Bred,McC�ea: F k Page 15 of 57 iI Attributes Fort or Cayior SIUIG GST FR Inspection Item Center Support Ring Condition Poor Notes/Dimensions The support ring appears intact but will need to be inspected for damage after blast`cleeaning. Inspector= '' Brad McCrea Page 16 of 57 Attributes 'Title' Fort 1North.Cylor=5MG GST PR Inspection Item Drain Condattori _ Farr Notes/Dimensions The 14" drain is covered by a safety grate.Abrasive clean and paint.The grate will have to be removed to properly clean and paint. Inspector Srad McCrea . E Page 17 of 57 w Attributes T- ifle ;v �.. �ororh Cayior SMGSTFR Inspection Item Angle bracing on wall Notes/Dimensions Abrasive blast and coat, note cathodic ports are not sealed. rlspector . .Brad;.IUlcCrea . �. Page 18 of 57 r ✓ Yy V Attributes Title For#iNor# Ca_ylorSMG GST PR Inspection Item ' Roof Knuckle Angle Gussets Poor,,, r Notes/Dimensions Appear to be severely damaged by corrosion. --------------------------------------------------- Inspector f,,.v ¢rad McCrea;,, Page 19 of 57 ��. v Attributes =Title " WartF�;Cayloi"5MG',GSTP � Inspection Item Overflow Pipe and Wier Notes/Dimensions Nom. 24" dia. Page 20 of 57 Attributes '` Title A �03- T, Fort G Inspection Item Overflow Pipe Condition Fair Notes/Dimensions Nom. 24" dia.Abrasive blast and coat.Severe corrosion damage is present at the standoff connections and the b,a,s,e. g/"I, e, „Brad McCrea Page 21 of 57 Attributes Title Fo�tlNorthaylo 5MC GST RR=: Inspection Item Access Ladder Notes/Dimensions The top 10' of the ladder are severely damaged due to corrosion and need to be replaced.The ladder dimensions are 24.75" outside to outside rail,and the rails are 2.5"X 3/8 flat bar. Inspector Brad McCrea Page 22 of 57 Attributes Inspection Item Support column base CQnd�t�:on Good ........... Notes/Dimensions There are a total of 9 support columns, and each have a circumference of 41". Inspector "Brad IVIcGrea Page 23 of 57 Attributes Title Fort Worth Caylar 5MGGST PR Inspection Item Inlet Outlet Piping Diffuser Condition: Notes/Dimensions This diffuser is constructed of%Z" plate steel and will need to be raised up to properly clean and coat. Inspector ', Brad McCrea Page 24 of 57 Attributes Inspection Item Unlet Outlet Piping. ;Condition Fair Notes/Dimensions Cover will have to be removed !n'specto�-� ,'_, �: ... ;� ,., ." ..�; z•,=:, „ . =Brad McCrea: X Page 25 of 57 Attributes True Fart UllartF :Caylar SMG GST PR Inspection ItemPitting Condition Notes/Dimensions 1/16" in depth Brad".IVlcCrea, Page 26 of 57 Attributes itle Fort Worth,Caylor 5MG GST PR , Inspection Item Severe corrosion damage Causing Pitting Co; d�t4on F �., ,,.,x.,,,,,,. ,ii .. ,,.. „ .., ,, .. ,,.ice ,,. -u ,.,......_ � .. ,,�.. ,,,,.. ,,,p. �,,.� .... � �✓,-�. , Notes/Dimensions 1/8" plus in depth Inspector' Page 27 of 57 4. Attributes Title :. . For lNorth GaylorSMG GST,PR, Inspection ItemSevere corrosion damage Causing Pitting Notes/Dimensions 1/8" plus in depth (nspeetor ; Brad�Nl�Crea Page 28 of 57 Attributes -Fort Inspection Item Roof support structure mid header Notes/Dimensions Severe corrosion damage is present. The severity of the damage can only be determined after abrasive blasting. Anspector, 5,t d e Page 29 of 57 Attributes Title " rt,",W Caylor SMG GST PR Inspection ItemInterior Coating Floor Condition ' Notes/Dimensions Blistering is present. InspectorBradMlcrea Page 30 of 57 uw Attributes Inspection Item Floor Notes/Dimensions The original floor thickness is .25 of an inch in thickness.This was determined using an Utrasonic I Thickness gauge. Page 31 of 57 a i x� Attributes T't,,tle ..V , ,, v Fart Worth;Caylor 5MG GST PR,. Inspection Item Interior Coating Condition Notes/Dimensions An average of 16 mils dit. 10 random readings were taken. Inspector =.:`Brad McCrea Page 32 of 57 Attributes Title , . ,r. ,r Fart Worth Gaylor 51IG,GST PR r r, _, w..._. ... .,, _ . . ,..w,, Inspection Item Roof Knuckle Gussets Notes/Dimensions Replace as needed. 77 inspector �.._ �-G :Brad,NlcGrea , f Page 33 of 57 Attributes T%tile ri�orUl/oPt�t CaylorNfG GST PR, Inspection Item Interior Coating Gtctttots F. Notes/Dimensions Corrosion is forming on the wall �Ir7peot �Br �1Vice a11 Page 34 of 57 Attributes GST PR Inspection Item Roof Support Mid Header Notes/Dimensions There is severe corrosion damage and delamination present during the time of the inspection. Page 35 of 57 Attributes �T'ifife v � � ~. FoCt Worth� (or�(VIG GS�PE� Inspection ItemRoof Support Mid Header Connections C�and!TT Pion, Notes/Dimensions These connections will probably need to be reinforced by welding. tnsecto w w� v Brad'I/IcCtea Page 36 of 57 v w Attributes Inspection Item }Center Roof Support Cottdat�on 3 Poor _ r Notes/Dimensions The ring appears intact. However,the support gussets will need to inspected after abrasive cleaning. -Brad i�i�Crea Page 37 of 57 w� x Attributes Inspection ItemOverflow Pipe and Weir Box Gond�t�on boor Notes/Dimensions Thereis severe corrosion present on the back side of the weir box and overflow pipe.The plate on the back side of the box may need to be repaired or replaced. (n pector `• : ;:° Bred McCrea Page 38 of 57 -:rte W Attributes Inspection Item ' Overflow Pipe Notes/Dimensions There is severe corrosion present. f f Page 39 of 57 Attributes Title v _ rem GST PR Inspection Item Shell Stiffeners ti Notes/Dimensions In place and intact `Inspector. .` .- :: Bra`c��\/lct✓rea :� � ,. Page 40 of 57 xr I p�l I r� as ✓ r 1 �w Attributes Inspection Item Roof Knuckle Stiffeners Notes/Dimensions Replace as needed r t f Page 41 of 57 Attributes Tt[eczftllClorthylor SNIG GST pR n Inspection Item Pin point corrosion condition Po Notes/Dimensions Located on the shell behind the interior ladder. Page 42 of 57 w, 'r w Attributes Inspection Item Foundation Ned's excavated Condition , . ;'° � Poor Notes/Dimensions The foundation and tank chime needs to be excavated prior to maintenance being performed. Inspector. ,,. y Brad,,McCrea Page 43 of 57 Attributes Title Fort 1North:Caylor SMG:GST PR Inspection Item Foundation Condition Fair Notes/Dimensions Above grade [ns::ector % Brad IVleCrea, p Page 44 of 57 r r r r r r,=r.� �� -. -�=� ``.'r,..w�' s' rte✓ r' w� v Attributes The ,_ = _ Ford V1%orth Caylor-5 GST PR Inspection Item Foundation and Chime Gad�t�©X' Notes/Dimensions This area of the foundation is clean and above grade.' lnspe�tor� r., = „- B�adl1/Ic�rea f Page 45 of 57 v . Attributes Title `rorViforth Caylor`51VIG GST PR Inspection ItemRoof Access Stairwell Notes/Dimensions Abrasive blast and paint Ins ecCo ..... . z Page 46 of 57 I it's Y k. Attributes Title Fort 1N9rth C , aylo 5(yIG GST PR .� Inspection Item Locked Box Notes/Dimensions Midway upthestairwell �� Ins ec�or 'Brad McCrea Page 47 of 57 ig 4 n Attributes "Titie , .,.; ,` ~.. Fort Worti�:Gayl�r,5MG GST Pft. Inspection Item Roof Manway. Notes/Dimensions Nom. 30" square roof manway.There is no ladder present at this manway.The manway is equipped with a lock. �8 �d.McCrea Page 48 of 57 Attributes 2Fort 1NorthCaylor SM.G GST PR - Inspection Item Cathodic Protection Con7777770. Notes/Dimensions There are approximately 20 cathodic port covers.50% of which are not sealed. Page 49 of 57 3 ;w r �v Attributes Inspection Item Air Vent Notes/Dimensions The tank is equipped with a 36" air vent that is properly screened.The vent bonnet is approximatelly 53" in diameter.The vent is mounted in a 53.5" hatch cover.The hatch cover has holes rusted in it and needs to be replaced. It is recommended that 4 additional 24"vents should be added at% points around the roof. Inspector ; . M771-Brad N{eGrea .. Page 50 of 57 Attributes Title ,. , Fort U1/orth Caylor 51V�GGST Inspection Item Center Vent/Center Support Access Cortditon „ N, Notes/Dimensions This vent and access needs to be repaired.The purpose of the access is to perform maintenance to the top of the center support column. Inspe�to�' , �Rrad McCrea F Page 51 of 57 p3„t f wwo*xmr Attributes TrtEe E PR Inspection Item Electrical Entry Port Notes/Dimensions Is properly sealed. knspectorMcCrea Page 52 of 57 �ry 6 IY,l,l °YI Y Attributes ;fort Worth Lylar5(VIG GST PR Inspection Item Locked Box copd,�tort z ffl- )ocked Notes/Dimensions Midway up the stairwell f Page 47 of 57 P uilo Yil���j � r ��IIII T. Attributes Title �� ,` �, n ° Fort;Worfh Cay[o�5MG'GST PR Inspection ItemRoof Manway. Cctndtt� n it Notes/Dimensions Nom. 30" square roof manway.There.is no ladder present at this manway.The manway is equipped with a lock. Inspector Brad IV(eCrea Page 48 of 57 Attributes Title__ f Fort Worth GST "p, Y v d, Inspection Item Cathodic Protection Condition. r - Poor, Notes/Dimensions There are approximately 20 cathodic port covers.50% of which are not sealed. .. . .... Inspector Brad McCrea; ... .... Page 49 of 57 b u C v u -n3 Attributes T►tle <° °.., °. ;. \,.. . � � _. ` ,__ �w.__For�ll�orth Ca Cor�MGwGST`PR Inspection Item Air Vent Cociditio`n � AIM �a►r Notes/Dimensions The tank is equipped with a 36" air vent that is properly screened.The vent bonnet is approximatelly 53" in diameter.The vent is mounted in a 53.5" hatch' cover.The hatch cover has holes rusted in it and needs to be replaced. It is recommended that 4 additional 24"vents should be added at% points around the roof. inspec"tor Brad;McCrea Page 50 of 57 - Attributes Title Fort„Worth Cayl©rSMG GS-T PR Inspection Item Center Vent/Center Support Access Corad�tion ;Poor, Notes/Dimensions This vent and access needs to be repaired.The purpose of the access is to perform maintenance to the top of the center support column. ��nspector. _ r ,, ad IYlcCrea Page 51 of 57 u Attributes Title. Fart iNorth.Cayfor 5MG. ST PR Inspection Item Electrical Entry Port Gondifion Farr=v Notes/Dimensions Is properly sealed. �, Igs�eetor :>. �; . � , . ,,,,, Bi atl NhcCrea. Page 52 of 57 f,t III{'I ' 0 V I( t uI u � w Iyn!�pl I Attributes Tale . fort Worth Cay]o 5MC GST PR r Inspection Item Roof Manway. ` Coj�d�tion � : ar F Notes/Dimensions Nom.30" square.This access is over the interior ladder. Inspecto` . � Brad"McCrea { Page 53 of 57 W I Attributes lfile I arfi:Warfih Cayiar,SMG GST PR Inspection Item l Interior access ladder Condition Notes/Dimensions Replace the top 10'. Inspector,, . ..:, Brad:IVtcCrea: Page 54 of 57 Attributes Inspection Item Shell Manway. Notes/Dimensions Nom 36" diameter, bolted type.There were no deficiencies noted at this time.This hatch is located on the south side of the tank. Inspector; a-0 Mn - Page 55 of 57 v u� IIS L =s: Attributes Inspection Item Lower Shell Course Notes/Dimensions The metal thickness measured by an ultrasonic gauge is .79 of an inch,or nominal% ". Inspecfior = -_; :`:Brad:McCrea Page 56 of 57 POTABLE WATER STORAGE TANK Inspection Form ;n TAC 290.46(m)(1) of the Texas Commission on Environmental Quality's Rules and Regulations for Public Water .vstems requires documentation of annual ground, elevated, and pressure storage tank maintenance inspections. Location: Fort Worth- Ca for Description: 5.0 Million Gallon Ground Storage Tank Date: Unknown Material of Exterior Coating System: Epoxy Date: Unknown Material of Interior Coating System: Epoxy Exterior of Tank O.K. Problem N/A Description X Foundation: settling, cracks, deterioration X Protective Coating: rust, pitting, corrosion, leaks X Liquid Level Indicator: operable, cable access opening rotected X Overflow Pipe: flap valve cover accessible, operable, sealed X Access Ladder: loose bolts or rungs X Roof: lowspots for ponding water, holes along seams, rust X Air Vents: proper design,screened, sealed edges and seams X Cathodic Protection Anode Plates: secured and sealed X Roof Hatch: proper design, locked, hinged bolts secured, gasket X Pressure Tank Operational Status: pressure release device, pressure gauge, air water volume device Interior of Tank O.I . Problem N/A Description X Water Quality: insects, floating debris, sediment on the bottom X Protective Coating: rust, corrosion, scaling Last inspection of pressure tank interior FDate, N/A Comments During the time of the inspection there were holes found on the roof near the vent, and some of the cathodic protection ports are not properly sealed. Tank was drained for the inspection. ne of Inspector or Water System Staff: Brad McCrea & Wesley Oatman- Dunham Engineering,Inc. me of Inspection: September 7, 2016 'epared 2-23-06 3LGA\Public Water Supply\Tank inspect form.doc Page 57 of 57 THIS PAGE INTENTIONALLY LEFT BLANK Appendix B Drawings & Details THIS PAGE INTENTIONALLY LEFT BLANK Al a u)Y : _ � T a r Aga i tt7m t •'. t�t�t �t�d. �� t�a■owt� v lfiAea At x it 41 ca s �N v ■=t�t�t�t�ttrwt�sit���r�wttai IL � u Apal w �F m a � �� �t tttt l�t1�t t�t tt�t�t tt�`t it•t���t:�t',� x, r h. � r F w Ld Z LC�QSm .-. w M fY�m s N owZ .a3 till Z � lo Qo CL S�aoB g =ov�i3�a w z z `S w � � a 8 va)Zwz LLJ N z a � 30� N O w g o CL d .19 a z Z m > w O I: ..... .:.:.: :•.• : :I I W I I w t> I ISI I IL II W m W cnO a 0 u� 9t z N O m N Ul N N 9NIISIX3 HON1 a N O Y Z Q Z. c La 10Q Q Y Q U Z Z Z 1 z z W z z CL o o a in Am � z � moa a o z z w Lm, ina rn ro�z � g U n- W n S8 Y1 5o=y�� ion 5� a- m N Z 3�...o�Sa.r�w I w ILI z y i Q 5 L)o wza Dom H w W `t W Q m > N > L% . a 0 z I I I I I a o c I I:. .:.:.:... ... .....: I I Q o I :I I z CL 3 F= Z 11a s a I cn I II SII . IL t IQ .01 t 91 IV a x p w z� �woN a� Nga� w v a>o Wt- �Fa� I klo. aZ �m I M a� m W OCJz mSc`a J a a J � N� S 'RoZ O O O O W J 5� W ' � o W � o o o 0 I M w 9� W ONIMS 'XVW u0-,01 J � O J O I ' lY!J 7 1 t H m r�g y W Ill L1. o LL o v n co Ld m Q a du ,z o SSPC-Guide 6 October 1, 2004 � C O O O in N C 2is io O O +—.. C DN is LL LL LL O cauj w a) U) _ U -x�( C O a) W IL Q Q Q O W O a) N t Q C o io O O o LO 70 Cu C a a 0 - o>a) c a) s acico (D Q o E m ai � � W 0) x L Ca c a) Y= Ev= Q Q c N N o o aa)i .� o H W0 c a a crime � Q o EC O c Cl) c) z z o0a eco '-Z� T'C 0) > ca •- C U Q — — N N .- C C U n 1 -0 `° 0 Cu Q E c (n = C � a) U O Q C OU .2 O U) N C �a C �a C N N U .n O ,} N E ,O O O = O i ca �n C ca C LO a. E io u) N in i 1 Q 1 0- a) a n a aa)i o C 0) 0 to in .� > .� > m a) m o a � z a) N N 3 .0 C N E Co .0uj O C O - .0 U 0 d ? E O E •� I-- O a O N Q 3 U , ca I a) N 2 5 ca C 4- w , CMO o a) C O LL N O U a C� F ) W QLL - � NUO � CzUz Z Z to C O O ~ ca in O - E Q Q Z � O a a a � � `� azZ5 0 Co a) m a) m o n E W O Q J O O a) O N a) ._U�- O N C Q ..'O_> "O .0 in J CL 0- n' 0 CooE CA O W 0 C F- r o 0 o O o O O a) C 0 Q (NV J ' (� U U N U N N Q a) cot$ io 0 'c .0 Q fn LL L LL LL T C E Q) Up JZ LL LL LL W >,C " a) m W C Co in ro (n o c WD W D T U a) 4) Cu N C C S E o .—�Q C a) N co -0 .Q U >+ a) Z C6 co as > Q E Q E ani C a) > � c c Q s QF- m Q wa W aa)) O O Oami Oaa)) C am '000 U 0) mZ ") w aa)i aa)i co co w w U cis O cEo n-.Q Q> 3 is Q W oC Cr W w C, 0 aa)) U) � � � � `o I Z E a 0 co Ya aQ - - Rt C `nwPoc° � =3Ww I- 0 > > c U 0 0 pop ZO C6 u aa) LL) a) a) a aa)) aoi o aci a) c > Q V ui U) cn to c4 a o c in 0) oas o F- LL O 0 O 0 0 a 0 Q o 0 E D C .n U O w ca E a) c ca o a O a) a) >, o c c o E C Z E rte' a Q a 0 o E 0 CEoo � U) `< o O 0 CO o m x 0) x 0) . � o f a) C -O U w ca rn t6 Ci 0- a� 0o a) > o a co Z U) 65 U N U N U U- m � 0 n � -oo � O E U U U a) � � � a o E E C a) N Q) c N c CO Y a)Co � 0 V _ O > N ca n o c U ria ¢ a c Q c ro m �_ > 0 O 0 o o ui c Q m co C m a) m N Cf] O N c >' � 2 Q C 3 (o •C U O 0 V T U CL E E E m n i= m Q `n o a) a) � inn av) E cu W -0a o 'E E co Gina m a : _ oaciEE � na) �U 'io U a -0 in 0 C 1 .«-. C o (n C O 7 O !n C a) E a) a) a) N SF, -G -2!,.2)O a) C N c C > O c a a a n a 3c � s cam x 0) x 0) x 0) x c o0a) � m oC o a) o a) c v � m �� E 0 0 LL �_ LL �_ u- LL o a � oO ,E � E E U Q t Q Q N Q N O i O c O � N E C 2 7 Q Q oin00 '�)~ o E0iicoo C? G p .n a) O (D .0 c a > C O C a) w a) c C Q o C '2co -0 a) c s 2 L a) '0 Q Q Q Q I- 1- o E U S Q _E r N m n N m 4 iri co c . m U) 2 W (0 � m a) a) o a) m UN U U z z z z z z + U 9-13 Appendix C Prevailing Wage Rates THIS PAGE INTENTIONALLY LEFT BLANK 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician(Journeyman) $ 19.63 Electrician Apprentice(Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer(Miscellaneous) $ 13.00 Metal Installer Helper(Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane,Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry(Fall 2012)Independently compiled by the Lane Gorman Trubitt,PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's(The Construction Association)website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2