Loading...
HomeMy WebLinkAboutContract 49050 CITY SECRUAaY��C��Z) CONTRACT NO._ FORTWORTH PROJECT MANUAL FOR THE CONSTRUCTION OF FORMER RIVERSIDE WASTEWATER TREATMENT PLANT PLANT DEMOLITION & SLUDGE LAGOONS EXCAVATION DISPOSAL PROJECT City Project No. 00180 — Betsy Price David Cooke Mayor City Manager Jesus J. Chapa Assistant City Manager John Robert Carman Richard Zavala Director, Water Department Director, Parks and Recreation Department Prepared for The City of Fort Worth Water Department March 7, 2017 Prepared by: Freese and Nichols,Inc. 4055 International Plaza,Suite 200 Fort Worth,Texas 76109 r•7 NKNOLS FTW11231 DOCUMENTS ISSUED FOR CONSTRUCTION These"Issued for Construction"Contract Documents have been prepared by revising the Bidding Documents to record references to addenda. The Bidding Documents may have been revised to incorporate these revisions directly into the"Issued for Construction"Contract Documents. Contractor is responsible for determining that these documents are consistent with their understanding of the Bidding Documents as modified per the appropriate provisions of the Contract Documents. The Bidding Documents, as modified per the appropriate provisions of the Contract Documents,take precedence over these"Issued for Construction"documents. FORMER RIVERSIDE WASTEWATER TREATEMENT PLANT PLANT DEMOLITION& SLUDGE LAGOONS EXCAVATION DISPOSAL PROJECT CITYPROJECT NO. 00180 MARCH 7, 2016 THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY TONY BOSECKER, P.E., TEXAS NO. 80158 ON DECEMBER 5, 2016. FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F-2144. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT, FREESE AND NICHOLS, INC. 4055 INTERNATIONAL PLAZA, SUITE 200 FORT WORTH, TEXAS 76109 TEXAS REGISTERED ENGINEERING FIRM F-2144 lr NICHOLS FTW11231 mFO RT WO H, City of Fort Worth Standard Construction Specification Documents CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project w Revised February 2,2016 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page I of 2 SECTION 00 00 00 TABLE OF CONTENTS Division 00-General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 0011 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 0041 00 Bid Form 00 42 43 Proposal Form Unit Price 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalifications 0045 12 Prequalification Statement 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 01 31 19 Preconstruction Meeting 01 3120 Project Meetings 01 32 16 Construction Progress Schedule 01 3233 Preconstruction Video 01 3300 Submittals 01 35 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 7000 Mobilization and Remobilization 01 7123 Construction Staking and Survey 01 7423 Cleaning 01 77 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 78 39 Project Record Documents CITY OF FORT WORTH PROJECT NO.00190:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal.Project EXCAVATION DISPOSAL PROJECT ees Revised February 2,2016 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 2 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 02 -Existing Conditions 02 24 23.13 Confirmation Soil Sampling and Testing(PCB Analysis) 02 41 00 Demolition Division 03-Concrete 03 30 53 Miscellaneous Cast-in-Place Concrete Division 31 -Earthwork 3105 13 Soils for Earthwork 31 1100 Clearing and Grubbing 312316 Excavation 31 23 23.16 Compacted Earth Fill 3125 13.14 Grass for Erosion Control Division 32 -Exterior Improvements 3223 19.02 Care of Water During Construction Division 34-Transporation 3471 13 Traffic Control APPENDIX GG 4.01 Availability of bands GC-4.02 Subsurface and Physical Conditions GG 404 UndeWauad Faei&ies GC-4.06 Hazardous Environmental Condition at Site GC-6.06.1)Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC 609 Pefmits effid Utilities GG 62-24 Nefidisef4minatien GR 01 60 00 Pfeduet Requir-ements A—Republic Services Pricing Commitment Documentation B—Asbestos Abatement Report C—Tree Survey END OF SECTION - CITY OF FORT WORTH PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project EXCAVATION DISPOSAL PROJECT Revised February 2,2016 DIVISION 00 - GENERAL CONDITIONS .® M&C Review Page 1 of 2 Official site of the City of Fort Worth,Texas CITE( COUNCIL G � FoRr �l COUNCIL ACTION: Approved on 3/7/2017 DATE: 3/7/2017 REFERENCE C-28147 LOG NAME: 60RIVERSIDE WTP DEMO NO.: DISPOSAL PROJECT CODE: C TYPE: NOW PUBLIC NO CONSENT HEARING: SUBJECT: Authorize Execution of a Contract with Lindamood Demolition, Inc., in the Amount of $7,698,019.00 for the Former Riverside Wastewater Treatment Plant Demolition and Sludge Lagoon Excavation and Disposal Project (COUNCIL DISTRICT 4) RECOMMENDATION: It is recommended that the City Council authorize the execution of a contract with Lindamood Demolition, Inc., in the amount of$7,698,019.00 for the former Riverside Wastewater Treatment Plant Demolition and Sludge Lagoon Excavation and Disposal Project. DISCUSSION: On July 30, 2002, Mayor and Council Communication (M&C C-19180), the City Council authorized the execution of Amendment No. 6 to an existing contract with Freese and Nichols, Inc., increasing the contract amount by$1,100,000.00 to address essential work necessary to coordinate cleanup of the Former Riverside Wastewater Treatment Plant in accordance with Environmental Protection Agency (EPA) and Texas Commission on Environmental Quality (TCEQ) regulations. To cooperate with applicable regulatory authorities in assessing the site and implementing appropriate remedial actions, the City of Fort Worth elected to enroll the Former Riverside Wastewater Treatment Plant site in the TCEQ's Voluntary Cleanup Program in 2002. This project will complete the final cleanup efforts. Work includes demolition of existing legacy structures and excavation,transportation and disposal of contaminated soil from the abandoned lagoons. This project was advertised for bids on December 1, 2016 and December 8, 2016 in the Fort Worth �. Star-Telegram. On January 12, 2017 the following bids were received: Bidder Amount ITime of Completion Lindamood Demolition, 1 $7,698,018.5011270 Calendar Days Quest Civil Constructors, Inc. 1 $9,161,161.00 Belair Builders, Inc. d/b/a $g,568,370.50 Belair Sitework Services Midwest Wrecking Co. of $10,839,978.50 Texas, Inc. In addition to the project cost, $300,000.00 is required for project contingencies. On an annual basis, the expense associated with the environmental remediation for the Former Riverside Wastewater Treatment Plant is booked as a liability within the Water and Sewer Operating Fund in accordance with Governmental Accounting Standards. http://apps.cfwnet.org/council_packet/mc review.asp?ID=24358&councildate=3/7/2017 3/20/2017 M&C; Review Page 2 of 2 VW M/WBE OFFICE—Lindamood Demolition, Inc., is in compliance with the City's BDE Ordinance by committing to six percent MBE participation. The City's MBE goal on this project is six percent. Additionally, Lindamood Demolition, Inc., is a certified M/WBE firm. This project is located in COUNCIL DISTRICT 4. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that expenses associated with this contract will be funded from the liability account and no budgetary impact is anticipated. 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 ID Year Chartfield 2 Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: John Carman (8246) Additional Information Contact: Stacy Walters(8203) ATTACHMENTS 60RIVERSIDE WTP DEMO DISPOSAL PROJECT FORM 1295.pdf 60RIVERSIDE WTP DEMO DISPOSAL PROJECT MAP.pdf http://apps.cfwnet.org/council_packet/mc review.asp?ID=24358&councildate=3/7/2017 3/20/2017 C-28147 C CERTIFICATE OF INTERESTED PARTIES FORM 1295 lofl 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. 2017-161431 Lindamood Demolition Irving,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 02/02/2017 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. 00180 Demolition of existing WWTP Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary Lindamood,Kayla Irving,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT \1111111111ff1//� \\���\ //���/ I swear,or affirm,under penalty of er u ,that the above disclosure is true and correct. ;• S 410 0-4 rn C= w� ��� : Signature of authorized agent of contracting business entity :Z AFFIX NOTARY STAMP I SE1f0y 0\FF--••'•• ����� ///��111j/111111111 Sworn to and subscribed before me,by the said r(�e.t8 r 5 o t'L this the AA-J day of 20 /7 to certify which,witness my hand and seal of office. )AAd", Yr i C �a d i Si tune of officer administe n oath Pr ed name of officer administering oath Title c officer administe ng oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 ow 0005 15-1 ADDENDA Page 1 of 1 ow 1 SECTION 00 05 15 2 ADDENDA 3 4 5 6 7 8 9 10 11 12 13 w 14 15 16 17 18 o 19 M 20 21 22 END OF SECTION M CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised July 1,2011 FNI 06 :.� —�P�E•OF TF+o�i CITY OF FORT WORTH :' ''•:s ee�tieeeeeeeeeeeeeeeeeele* FORMER RIVERSIDE WASTEWATER TREATMENT PLANT DEMOLITION < TONY BOSECKERFiti .. ................... . AND SLUDGE LAGOON EXCAVATION AND DISPOSAL PROJECT 00"O�,%,P 80158 a; : n .ec�C R� �. Water Department Project No.00180 X14%'ON L Eo ADDENDUM NO. 3 January 9,2017 Olift/2027 Freese and Nichols,Inc. Texas Registered Engineering Firm F-2144 The location and time for the submission of bid remains unchanged. BID DATE: Thursday,January 12, 2017, 1:30 p.m. The following additions, deletions, modifications, or clarifications shall be made to the appropriate sections of the plans and specifications and shall become part of the Contract Documents. Bidders shall acknowledge receipt of this Addendum in the space provided on the Proposal and on the outside of the sealed bid envelope. TECHNICAL REQUIREMENTS: A3-1. CONSTRUCTION PLANS A. Reference Construction Plan Sheet C-67: Disregard Addendum No. 2 Item A2-9. B. Provide clarification that flex base used for haul road shall be in accordance with Item 247 — Flexible Base, Texas Department of Transportation, Standard Specifications for Construction and Maintenance of Highways,Streets, and Bridges. All other provisions of the contract documents, plans and specifications shall remain unchanged. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the Proposal at the time of bid submittal. END OF ADDENDUM NO. 3 RECEIPT ACKNO LEDGED: By: gia, " J Company: Addendum No. 2 A3-1 Water Department Project#00180 FN106 IIA4MC CITY OF FORT WORTH o��P�E•O:•TFOi FORMER RIVERSIDE WASTEWATER TREATMENT PLANT DEMOLITION s'»ta.•...............s:/! O TONY BOSECKER e AND SLUDGE LAGOON EXCAVATION AND DISPOSAL PROJECT r•. .•................. . 80158 •<v�e 0 Water Department Project No.00180 /!0 s•....... F E..•Vie �01peOAL & ADDENDUM NO.2 January 9,2017 01/09/2017 Freese and Nichols, Inc. The location and time for the submission of bid remains unchanged. Texas Registered Engineering Firm BID DATE: Thursday,January 12, 2017, 1:30 p.m. F-2144 The following additions, deletions, modifications, or clarifications shall be made to the appropriate sections of the plans and specifications and shall become part of the Contract Documents. Bidders shall acknowledge receipt of this Addendum in the space provided on the Proposal and on the outside of the sealed bid envelope. BIDDING REQUIREMENTS: A2-1 00 1113 INVITATION TO BIDDERS A. Reference Page 00 11 13-1, General Description of Work Item 3.: Delete paragraph and replace with the following: "Transporting and disposing of contaminated soil from lagoons at Itasca Landfill in Itasca, Texas for Round 1A and Round iB removal and at Southeast Landfill in Fort Worth,Texas for Round 2 removal." A2-2 00 42 43 PROPOSAL FORM A. Replace all pages of the proposal with the revised proposal and bid schedule as provided as Attachment 1. TECHNICAL REQUIREMENTS: A2-3. 011100 SUMMARY OF WORK A. Reference Pages 01 1100-1 and 01 1100-2, Item 1.2: Delete section and replace with the following: "1.2 SUMMARY OF WORK _ A. Item No. 1:Haul Road/Traffic Control Plan 1. Payment shall be at the lump sum price bid for "Haul Road/Traffic Control Plan",which payment shall constitute full compensation for _ labor, equipment, tools, and incidentals necessary to complete the work as specified and indicated on the plans. Addendum No.2 A2-1 Water Department Project#00180 i n B. Item No.2:Storm Water Pollution Prevention Plan 1. Payment shall be at the lump sum price bid for "Storm Water i Pollution Prevention Plan", which payment shall constitute full compensation for labor, equipment, tools, and incidentals necessary to complete the work as specified and indicated on the plans. C. Item No.3:Mobilization 1. Payment shall be at the lump sum price bid for "Mobilization", which payment shall constitute full compensation for labor, equipment, tools, and incidentals necessary to complete the work as specified and indicated on the plans. D. Item No.4:Clearing and Grubbing 1. Measurement and Payment shall be at the lump sum price bid for i "Clearing and Grubbing"; which payment shall constitute full compensation for labor, equipment, tools, and incidentals necessary to complete the work, including refilling of depressions. The amount i bid for"Clearing and Grubbing"shall not exceed three (3%)percent of the total amount bid, exclusive of "Mobilization" and "Clearing and Grubbing." E. Item No.5:Care of Water During Construction 1. Payment shall be at the lump sum price bid for "Care of Water i During Construction", which payment shall constitute full compensation for labor, equipment, tools, and incidentals necessary to complete the work as specified and indicated on the plans. F. Item No. 6:PCB Analysis 1. Payment shall be at the price for each sample bid for"PCB Analysis", _ which payment shall constitute full compensation for labor, equipment, tools, and incidentals necessary to complete the work as specified. i G. Item No. 7.Excavation of Contaminated Soils(PCLE and Metal Zones) 1. Payment shall be the price per cubic yard bid for "Excavation of _ Contaminated Soils (PCLE and Metal Zones)", which payment shall constitute full compensation for labor, equipment, tools, and incidentals necessary to complete the work as specified and i indicated on the plans. H. Item No. 8: Transportation of Contaminated Soils (PCLE and Metal Zones) to Itasca Landfill(Round IA) 1. Payment shall be the price per ton bid for 'Transportation of Contaminated Soils(PCLE and Metal Zones) to Itasca Landfill(Round _ 1A)'; which payment shall constitute full compensation for labor, equipment, tools, and incidentals necessary to transport the contaminated soil for Round lA to Itasca Landfill in Itasca, Texas as specified and indicated on the plans. Addendum No. 2 A2-2 Water Department Project#00180 1. Item No. 9: Transportation of Contaminated Soils(PCLE and Metal Zones) to Itasca Landfill(Round 1B) 1. Payment shall be the price per ton bid for `Transportation of Contaminated Soils(PCLE and Metal Zones) to Itasca Landfill(Round 1B)", which payment shall constitute full compensation for labor, equipment, tools, and incidentals necessary to transport the contaminated soil for Round 1B to Itasca Landfill in Itasca, Texas as specified and indicated on the plans. J. Item No. 10: Transportation of Contaminated Soils (PCLE and Metal Zones) to Southeast Landfill(Round 2) 1. Payment shall be the price per ton bid for 'Transportation of Contaminated Soils (PCLE and Metal Zones) to Southeast Landfill (Round 2)-; which payment shall constitute full compensation for ., labor, equipment, tools, and incidentals necessary to transport 108,300 tons of contaminated soil for Round 2 to Southeast Landfill in Fort Worth, Texas as specified and indicated on the plans. K. Item No. 11:Disposal of PCB and Metal Contaminated Soils at Itasca Landfill (Round 1A) .. 1. Payment shall be the price per ton bid for "Disposal of PCB and Metal Contaminated Soils at Itasca Landfill (Round 1A)", which payment shall constitute full compensation for labor for the disposal of contaminated soils for Round 1A at Itasca Landfill in Itasca, Texas at the price per ton stated by the agreement letter with Itasca Landfill for PCB(>50 ppm)contaminated soil. L. Item No. 12:Disposal of PCB and Metal Contaminated Soils at Itasca Landfill (Round 1B) .. 1. Payment shall be the price per ton bid for "Disposal of PCB and Metal Contaminated Soils at Itasca Landfill (Round 1B)'; which payment shall constitute full compensation for labor for the disposal .. of contaminated soils for Round IB at Itasca Landfill in Itasca, Texas at the price per ton stated by the agreement letter with Itasca Landfill for PCB(<50 ppm)contaminated soil. M. Item No. 13: Disposal of PCB and Metal Contaminated Soils at Southeast Landfill(Round 2) 1. Payment shall be the price per ton bid for "Disposal of PCB and Metal Contaminated Soils at Southeast Landfill (Round 2)", which payment shall constitute full compensation for labor for the disposal of soils for Round 2 at Southeast Landfill in Fort Worth, Texas at the specified price per ton. .. N. Item No. 14:Site Grading—Lagoon Area 1. Payment shall be at the lump sum price bid for "Site Grading — Lagoon Area", which payment shall constitute full compensation for labor, equipment, tools, and incidentals necessary to complete the work as specified and indicated on the plans. Addendum No. 2 A2-3 Water Department Project#00180 O. Item No. 15:Grassing for Erosion Control 1. Payment shall be at price per acre bid for "Grassing for Erosion ., Control", which payment shall constitute full compensation for labor, equipment, tools, and incidentals necessary to complete the work as specified and indicated on the plans. P. Item No. 16:Building Structure and Demolition 1. Payment shall be at the lump sum price bid for 'Building Structure and Demolition", which payment shall constitute full compensation for labor, equipment, tools, and incidentals necessary to complete the work as specified and indicated on the plans. Q. Item No. 17: Removal and Transportation of Metals from WWTP Structures for Recycling 1. Payment shall be at the lump sum price bid for 'Removal and Transportation of Metals from WWTP Structures for Recycling", which payment shall constitute full compensation for labor, equipment, tools, and incidentals necessary to complete the work as specified and indicated on the plans. R. Item No. 18: Removal and Transportation of Asphalt Shingles and Wood Debris from WWTP Structures 1. Payment shall be at the lump sum price bid for `Removal and Transportation of Asphalt Shingles and Wood Debris from WWTP Structures". which payment shall constitute full compensation for labor, equipment, tools, and incidentals necessary to complete the work as specified and indicated on the plans. S. Item No. 19:Site Grading—WWTP Area 1. Payment shall be at the lump sum price bid for "Site Grading — WWTP Area; which payment shall constitute full compensation for labor, equipment, tools, and incidentals necessary to complete the work as specified and indicated on the plans." A2-4. 02 24 23.13 CONFIRMATION SOIL SAMPLING AND TESTING(PCB ANALYSIS) A. Reference Page 02 24 23.13-1, Item 3.01. A. (1.): Delete paragraph and replace with the following: "Round 1A—The designated areas where soils exceed 50 ppm of PCBs. This area shall be excavated prior to confirmation testing." _ B. Reference Page 02 24 23.13-2, Item 3.01. A. (2.): Delete paragraph and replace with the following: "Round 18 — The designated areas where soils exceed 20 ppm of PCBs but less than 50 ppm of PCBs.This area shall be excavated prior to confirmation testing." C. Reference Page 02 24 23.13-2, Item 3.01. C.: Delete paragraph and replace with the following: "If test results indicate that the concentrations still exceed the limit for that area, _ then one additional foot of soil shall be removed from the area that had the failed test and the Contractor shall take and an additional sample from the upper six inches of soil and Addendum No. 2 A2-4 Water Department Project#00180 have it tested. This procedure shall be performed until all tests pass the requirements of each zone.The exceedance limits for each zone are as follows: Round 1A—PCBs>50ppm Round 1B—PCBs>20ppm Round 2—PCBs> 1 ppm; arsenic> 18.47 ppm; cadmium>28.91 ppm; lead>500 ppm; mercury>5.5 ppm;selenium >15.26 ppm;silver>76.99 ppm Upon receiving final approval that the zones are below the exceedance levels, the Contractor shall restore the site to the final grade as shown on the plans.The earth fill shall be placed and compacted in accordance with Specification Section 3123 23.16—Compacted Earth Fill and the plans." A2-5. 311100 CLEARING AND GRUBBING A. Reference Page 31 11 00-2, Item 3.02. B. 3.: Delete paragraph and replace with the following: "Stumps and roots that are removed in the contaminated lagoon areas will need to be transported to either Itasca Landfill in Itasca, TX if the area is designated as Round 1A or Round 16 on the plans, or at Southeast Landfill in Fort Worth,TX if the area is designated as Round 2 on the plans." B. Reference Page 31 1100-2, Item 3.03. A.: Delete paragraph and replace with the following: "Completely remove timber, logs, roots, brush, rotten wood, and other refuse from the _ Owner's property. Disposal of materials in streams shall not be permitted and no materials shall be piled in stream channels or in areas where it might be washed away by floods. Timber within the area to be cleared shall become the property of the Contractor, and the _ Contractor may cut,trim, hew, saw, or otherwise dress felled timber within the limits of the Owner's property, provided timber and waste material is disposed of in a satisfactory manner offsite or spread across the site following final grading. Excess materials shall be removed from the site daily, unless permission is granted by the Engineer to store the materials for longer periods. Materials such as stumps and roots that are currently below ground in the contaminated lagoon areas should be disposed of at either Itasca Landfill in _ Itasca, TX if the area is designated as Round 1A or Round 1B on the plans, or at Southeast Landfill in Fort Worth,TX if the area is designated as Round 2 on the plans." .� A2-6. 312316 EXCAVATION _ A. Reference Page 31 23 16-3, Item 3.01. D. 2.: Delete paragraph and replace with the following: "All materials designated as Round 1A or Round 1B PCB-contaminated soil (PCLE zone) or Round 1A or Round 1B Metal-contaminated soil shall be disposed of at Itasca _ Landfill, which is approved to accept this type of waste.All materials designated as Round 2 PCB-contaminated soil (PCLE zone) or Round 2 Metal-contaminated soil shall be disposed of at Southeast Landfill,which is approved to accept this type of waste. Contaminated soil that is excavated shall be transported and disposed of that same day." Addendum No.2 A2-5 Water Department Project#00180 B. Reference Page 31 23 16-3, Item 3.01. F. 1.: Delete paragraph and replace with the following: "Borrow excavation shall consist of suitable material from required excavations .. on site. Borrow excavation consisting of Round 1A, Round 16, and/or Round 2 PCB- contaminated soils (PCLE zone) and Round 1A, Round 1B, and/or Round 2 Metal- contaminated soils may not be used as compacted earth fill. Do not use the materials that .,, are unsuitable for placement in the work. Upon completion of the borrow excavation, leave the borrow areas neat and slightly and graded to drain freely. Temporary side slopes shall not be steeper than one vertical to two horizontal (1:2) if borrow is in the area of the .� lagoons or one vertical to three horizontal (1:3) for all areas that will be left exposed (permanent) after completion of the project." C. Reference Page 3123 16-5, Item A1.01. Measurement: Delete section and replace with the following: "A1.01 MEASUREMENT A. Excavation of Contaminated Soils (PCLE and Metal Zones) shall be measured for payment by the cubic yard excavated. Measurement will be to the nearest cubic yard. B. Transportation of Contaminated Soils (PCLE and Metal Zones — Round 1A) to Itasca Landfill shall be measured for payment by the ton excavated. Measurement will be to the nearest ton as recorded at the scales at Itasca Landfill. C. Transportation of Contaminated Soils (PCLE and Metal Zones — Round 1B) to _ Itasca Landfill shall be measured for payment by the ton excavated. Measurement will be to the nearest ton as recorded at the scales at Itasca Landfill. •� D. Transportation of Contaminated Soils (PCLE and Metal Zones — Round 2) to Southeast Landfill shall be measured for payment by the ton excavated. Measurement will be to the nearest ton as recorded at the scales at Southeast �• Landfill. E. Disposal of Contaminated Soils (PCLE and Metal Zones — Round 1A) to Itasca Landfill shall be measured for payment by the ton disposed. Measurement will be to the nearest ton as recorded at the scales at Itasca Landfill. F. Disposal of Contaminated Soils (PCLE and Metal Zones — Round 1B) to Itasca ., Landfill shall be measured for payment by the ton disposed. Measurement will be to the nearest ton as recorded at the scales at Itasca Landfill. G. Disposal of Contaminated Soils (PCLE and Metal Zones — Round 2) at Southeast Landfill shall be measured for payment by the ton disposed. Measurement will be to the nearest ton as recorded at the scales at Southeast Landfill." Addendum No. 2 A2-6 Water Department Project#00180 Y Y C. Reference Page 31 23 16-5, Item A1.02. Payment: Delete section and replace with the following: "A1.02 PAYMENT A. Payment will be made at the contract unit price bid for "Excavation of Contaminated Soils(PCLE and Metal Zones)", which payment shall constitute full compensation for labor, equipment,tools, and incidentals necessary to complete the work as specified. Borrow excavation will not be an item of direct payment and the cost of this item of excavation shall be included in other items. B. Payment will be made at the contract unit price bid for "Transportation of Contaminated Soils(PCLE and Metal Zones—Round 1A)to Itasca Landfill", which payment shall constitute full compensation for labor, equipment, tools, and incidentals necessary to complete the work as specified. C. Payment will be made at the contract unit price bid for "Transportation of Contaminated Soils (PCLE and Metal Zones—Round 16) to Itasca Landfill", which payment shall constitute full compensation for labor, equipment, tools, and incidentals necessary to complete the work as specified. D. Payment will be made at the contract unit price bid for "Transportation of Contaminated Soils (PCLE and Metal Zones — Round 2) to Southeast Landfill", which payment shall constitute full compensation for labor, equipment, tools, •� and incidentals necessary to complete the work as specified. E. Payment will be made at the contract unit price bid of $35.00 per ton for "Disposal of Contaminated Soils (PCLE and Metal Zones — Round 1A) as Itasca Landfill, which payment shall constitute full compensation for labor, equipment, tools, and incidentals necessary to complete the work as specified. The designated price includes a disposal fee of $35.00/tan to Itasca Landfill (see Pricing Commitment Letter to City of Fort Worth). F. Payment will be made at the contract unit price bid of $15.50 per ton for .� "Disposal of Contaminated Soils (PCLE and Metal Zones — Round 1B) as Itasca Landfill, which payment shall constitute full compensation for labor, equipment, tools, and incidentals necessary to complete the work as specified. The designated price includes a disposal fee of $15.50/ton to Itasca Landfill (see Pricing Commitment Letter to City of Fort Worth). G. Payment will be made at the contract unit price bid of $15.50 per ton for "Disposal of Contaminated Soils (PCLE and Metal Zones—Round 2) to Southeast Landfill",which payment shall constitute full compensation for labor,equipment, tools, and incidentals necessary to complete the work as specified. The designated price includes disposal fee of$15.50/tan to Southeast Landfill." A2-7. 3123 23.16 COMPACTED EARTH FILL A. Reference Page 31 23 23.16-1, Item 1.02. C. 3.: Delete paragraph and replace with the following: "Haul Roads: Locate and construct haul roads at approved locations. Construct .. roads to maintain the intended traffic and be free draining. Maintain roads in good condition throughout the contract period. Haul roads to remain in place at completion of project unless otherwise indicated by the Owner." Addendum No. 2 A2-7 Water Department Project#00180 A2-8. 32 23 19.02 CARE OF WATER DURING CONSTRUCTION A. Reference Page 32 23 19.02-2, Item 3.03.: Delete section and replace with the following: "3.03 HANDLING OF WATER ENCOUNTERED WITHIN THE PCLE ZONE A. Groundwater or runoff water(which may be encountered during excavation of the Round 1A, Round 16, and/or Round 2 PCB-contaminated soil and Round 1A, Round 16, and/or Round 2 Metal-contaminated soil or during other excavations) which has come in contact with PCB-contaminated soil shall not be allowed to enter adjacent streams or otherwise exit the site. Water — encountered within the PCLE zone or other excavations shall be allowed to infiltrate or evaporate as necessary for excavations to continue. B. The Contractor may construct temporary earthen dikes or take other precautionary measures as required to contain any encountered water. If the Contractor selects to contain water for purposes of continuing work within the PCLE zone, it will be the responsibility of the Contractor to containerize, test, and, if necessary, dispose of contaminated water at a disposal facility approved to accept that type of waste. Flush and clean (decontaminate) any dewatering — equipment or materials used in contaminated water prior to reusing such equipment or materials in uncontaminated areas. Pump wash water into containers for disposal." A2-9. CONSTRUCTION PLANS A. Reference Construction Plan Sheets C-4, C-5, C-6, C-7, C-8, and C-9: Delete and replace construction plan sheets C-4, C-5, C-6, C-7, C-8, and C-9 with copies dated January 9, 2017 in — Attachment 2. Revisions are denoted on the plans by a triangle with the number 2. B. Reference Construction Plan Sheet C-67: Delete and replace construction plan sheet C-67 — with copy dated January 9, 2017 in Attachment 2. Revisions are denoted on the plans by a triangle with the number 2. All other provisions of the contract documents, plans and specifications shall remain unchanged. — Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the Proposal at the time of bid submittal. END OF ADDENDUM NO. 2 — RECEIPTAC N /;LEVDGED:,,) Company: Addendum No.2 A2-8 Water Department Project#00180 FNI os CITY OF FORT WORTH FORMER RIVERSIDE WASTEWATER TREATMENT PLANT DEMOLITION AND SLUDGE LAGOON EXCAVATION AND DISPOSAL PROJECT:.k,E of°ret, Water Department Project No. 00180 * 's*00i /!;............u....�t o TONY BOSS KER j ADDENDUM NO. 1 �'•'r �00 : �;80158 :. : January 3, 2017 ��°�' c,STS�� FS ,.. . JG The location and time for the submission of bid remains unchanged. Freese anTiTichols,Inc. BID DATE: Thursday, January 12, 2017, 1:30 p.m. Texas Registered Engineering Firm F-2144 .,. The following additions, deletions, modifications, or clarifications shall be made to the appropriate sections of the plans and specifications and shall become part of the Contract Documents. Bidders shall acknowledge receipt of this Addendum in the space provided on the Proposal and on the outside of the sealed bid envelope. BIDDING REQUIREMENTS: A11-1 00 21 13 INSTRUCTION TO BIDDERS A. Reference Page 00 21 13-1, Item 3.2.: Delete paragraph and replace with the following: "All Bidders must submit to the City within seven (7) days Qrior to the Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS." A1-2 00 45 11 BIDDERS PREQUALIFICATIONS A. Reference Page 00 45 11-1, Item 1.: Delete first paragraph and replace with the following: "Summary. All contractors are required to be prequalified by the City prior to submitting bids. The Bidder must submit Section 00 45 12, Prequalification Statement for the work type(s) listed with their Bid. In order to establish prequalification, all Contractors and/or Subcontractors must submit a prequalification package in accordance with the requirements below." B. Reference Page 00 45 11-1, Item 1.c.: Delete paragraph and replace with the following: "The firm's Texas Taxpayer Identification Number as issued by the Texas MComptroller of Public Accounts. To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/taxpermit/ and fill out the application to apply for your Texas tax ID." C. Reference Page 00 45 11-1, Item 1.d.: Delete paragraph and replace with the following: "The firm's e-mail address and fax number." D. Reference Page 00 45 11-1, Item 1.e.: Delete paragraph and replace with the following: "The firm's DUNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DUNS number may be obtained at www.dnb.com." Addendum No. 1 041-1 Water Department Project#00180 E. Reference Page 00 45 11-1, Item 1.f.: Insert following paragraph: 'Resumes reflecting the construction experience of the principles of the firm for firms submitting _ their initial prequalification. These resumes should include the size and scope of the work performed." F. Reference Page 00 45 11-1, Item 1.g.: Insert following paragraph: "Other information as requested by the City." G. Reference Page 00 45 11-2, Item 2.c.: Delete paragraph and replace with the following: "Bidder Prequalification Application. The requested experience record information must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to Bid. Incomplete applications will be rejected." H. Reference Page 00 45 11-2, Item 2.c.(1).: Delete paragraph. TECHNICAL REQUIREMENTS: A1-3. 02 4100 DEMOLITION A. Reference Page 02 41 00-1, Item 1.05 A.: Delete section and replace with the following: "A comprehensive hazardous materials (asbestos) survey was completed for the former plant structures. All hazardous materials (asbestos) have been abated by others prior to this Contract. An asbestos abatement completion report is provided in Appendix B to the Contract Documents." A1-4. CONSTRUCTION PLANS A. Reference Construction Plan Sheet C-67: Delete and replace construction plan Sheet C-67 with copies dated January 3, 2017 in Attachment 1. Revisions are denoted on the plans by a triangle with the number 1. The haul road dimensions have been revised to allow for 30 feet in width. All other provisions of the contract documents, plans and specifications shall remain unchanged. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the Proposal at the time of bid submittal. END OF ADDENDUM NO. 1 RECEIPT ACKN WLEDGE : By: �i✓1�'�� _ Company: / ZA Addendum No. 1 A7-2 Water Department Project#00180 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 the Former Riverside Wastewater Treatment Plant, Plant 5 Demolition& Sludge Lagoons Excavation Disposal Project, City Project No. 00180 will be 6 received by the City of Fort Worth Purchasing Office: 7 8 City of Fort Worth 9 Purchasing Division 10 1000 Throckmorton Street 11 Fort Worth,Texas 76102 12 until 1:30 P.M. CST,Thursday,January 12,2017,and bids will be opened publicly and read 13 aloud at 2:00 PM CST in the Council Chambers. '* 14 15 GENERAL DESCRIPTION OF WORK 16 The major work will consist of the(approximate)following: 17 1. Removal and disposal of contaminated soil from lagoons. 18 2. Sampling and testing soil from lagoons. 19 3. Transporting and disposing of contaminated soil from lagoons at Itasca Landfill in Itasca, 20 Texas for Round IA and Round 1B removal and at Southeast Landfill in Fort Worth, 2 21 Texas for Round 2 removal. 22 4. Demolish the old WWTP structures to final proposed grade. 23 5. Recycle piping and other metals from WWTP. 24 25 PREQUALIFICATION 26 The improvements included in this project must be performed by a contractor who is pre- 27 qualified by the City at the time of bid opening.The procedures for qualification and pre- 28 qualification are outlined in the Section 00 21 13—INSTRUCTIONS TO BIDDERS. 29 �+ 30 DOCUMENT EXAMINATION AND PROCUREMENTS 31 The Bidding and Contract Documents may be examined or obtained on-Line by visiting the City 32 of Fort Worth's Purchasing Division website at http://www.fortworthgov.org/purchasinW and 33 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 34 Contract Documents may be downloaded, viewed, and printed by interested contractors and/or 35 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 36 Parties Form 1295 and the form must be submitted to the Project Manager before the 37 contract will be presented to the City Council.The form can be obtained at 38 https://www.ethics.state.tx.us/tec/1295-Info.htm . 39 40 Copies of the Bidding and Contract Documents may be purchased from Freese and Nichols, Inc., 41 4055 International Plaza Suite 200, Fort Worth, Texas 76109-4895. Call 817-735-7300 a 42 minimum of 24 hours in advance to schedule pick up. 43 44 The cost of Bidding and Contract Documents is: 45 Set of Bidding and Contract Documents with full size drawings: $70 .� 46 Set of Bidding and Contract Documents with half size(if available)drawings: $40 47 48 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised December 23,2015 00 11 13-2 INVITATION TO BIDDERS Page 2 of 2 1 2 PREBID CONFERENCE 3 A prebid conference may be held as described in Section 00 21 13 -INSTRUCTIONS TO 4 BIDDERS at the following location, date,and time: 5 DATE: December 15, 2016 6 TIME: 10:00 a.m. "e 7 PLACE: 6301 Bridge Street 8 Fort Worth,Texas 76112 9 LOCATION: City of Fort Worth East Regional Library 10 11 12 CITY'S RIGHT TO ACCEPT OR REJECT BIDS �- 13 City reserves the right to waive irregularities and to accept or reject bids. 14 15 INQUIRIES 16 All inquiries relative to this procurement should be addressed to the following: 17 Attn: Stacy Walters,City of Fort Worth 18 Email: stacy.walters@fortworthtexas.gov 19 Phone: 817-392-8203 20 AND/OR 21 Attn: Kim Buckley, Freese and Nichols, Inc. 22 Email: kmb@freese.com 23 Phone: 817-735-7332 24 25 ADVERTISEMENT DATES 26 December 1, 2016 27 December 8, 2016 28 29 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised December 23,2015 an 0021 13-1 INSTRUCTIONS TO BIDDERS +*� Page 1 of 9 1 SECTION 00 21 13 2 INSTRUCTIONS TO BIDDERS 3 1. Defined Terms 4 5 1.1.Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 6 00-GENERAL CONDITIONS. 7 1— 8 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof. 10 11 1.2.1. Bidder: Any person, firm, partnership,company, association,or corporation acting 12 directly through a duly authorized representative, submitting a bid for performing 13 the work contemplated under the Contract Documents. 14 15 1.2.2. Nonresident Bidder: Any person, firm,partnership, company, association, or 16 corporation acting directly through a duly authorized representative, submitting a 17 bid for performing the work contemplated under the Contract Documents whose 18 principal place of business is not in the State of Texas. 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 21 (on the basis of City's evaluation as hereinafter provided)makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets of Bidding Documents. 27 28 2.2.City and Engineer in making copies of Bidding Documents available do so only for the 29 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant ,® 30 for any other use. 31 32 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 33 34 3.1.All Bidders and their subcontractors are required to be prequalified for the work types 35 requiring prequalification at the time of bidding. Bids received from contractors who are 36 not prequalified(even if inadvertently opened)shall not be considered. Prequalification 37 requirement work types and documentation are as follows: 38 39 3.1.1. Water and Sanitary Sewer—Requirements document located at; -- 40 https://projectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 41 %20Construction%20Documents/Contractor%20Prequalification/Water%20and%2 42 OSanitary%20Sewer%20Contractor%20Prequalification%20Program/WSS%20pre 43 qual%20requirements.doc?public 44 45 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project w Revised August 21,2015 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 3.2.Eaeh Bidder-tmiess rauffeady pr-equa4i&E�fFmst be pfepafed to submit to City within 2 seven"`e tI a, pfier-to Bid ming, All Bidders must submit to the City 3 within seven (7) days prior to the Bid opening,the documentation identified in 4 Section 00 45 11, BIDDERS PREQUALIFICATIONS. 5 6 3.2.1. Submission of and/or questions related to prequalification should be addressed to 7 the City contact as provided in Paragraph 6.1. 8 9 10 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low 11 bidder(s)for a project to submit such additional information as the City, in its sole 12 discretion may require, including but not limited to manpower and equipment records, 13 information about key personnel to be assigned to the project, and construction schedule, 14 to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to 15 deliver a quality product and successfully complete projects for the amount bid within 16 the stipulated time frame. Based upon the City's assessment of the submitted 17 information,a recommendation regarding the award of a contract will be made to the 18 City Council. Failure to submit the additional information, if requested,may be grounds 19 for rejecting the apparent low bidder as non-responsive. Affected contractors will be +� 20 notified in writing of a recommendation to the City Council. 21 22 3.4.In addition to prequalification, additional requirements for qualification may be required 23 within various sections of the Contract Documents. 24 25 3.5.Special qualifications required for this project include the following: 26 27• 3.5.1. Experience with a removal of hazardous waste or Class 1 nonhazardous waste 28 involving contaminated soils for a project at least $1 million in magnitude; or 29 30 3.5.2. Experience with removal of TSCA-regulated, PCB wastes for a project at least 31 $500,000 in magnitude. 32 """ 33 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 34 35 4.1.Before submitting a Bid, each Bidder shall: 36 37 4.1.1. Examine and carefully study the Contract Documents and other related data 38 identified in the Bidding Documents (including"technical data"referred to in 39 Paragraph 4.2.below).No information given by City or any representative of the 40 City other than that contained in the Contract Documents and officially 41 promulgated addenda thereto, shall be binding upon the City. 42 43 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general,local and 44 site conditions that may affect cost,progress,performance or furnishing of the 45 Work. 46 47 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 48 progress,performance or furnishing of the Work. 49 on CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised August 21,2015 FM am 002113-3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 2 3 4.1.4. Study all: (i)reports of explorations and tests of subsurface conditions at or 4 contiguous to the Site and all drawings of physical conditions relating to existing 5 surface or subsurface structures at the Site(except Underground Facilities)that 6 have been identified in the Contract Documents as containing reliable "technical 7 data" and(ii)reports and drawings of Hazardous Environmental Conditions, if any, 8 at the Site that have been identified in the Contract Documents as containing w 9 reliable "technical data." 10 11 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of 12 the information which the City will furnish. All additional information and data 13 which the City will supply after promulgation of the formal Contract Documents 14 shall be issued in the form of written addenda and shall become part of the Contract 15 Documents just as though such addenda were actually written into the original 16 Contract Documents.No information given by the City other than that contained in 17 the Contract Documents and officially promulgated addenda thereto, shall be 18 binding upon the City. 19 20 4.1.6. Perform independent research, investigations,tests,borings, and such other means 21 as may be necessary to gain a complete knowledge of the conditions which will be „■, 22 encountered during the construction of the project. On request,City may provide 23 each Bidder access to the site to conduct such examinations,investigations, 24 explorations,tests and studies as each Bidder deems necessary for submission of a 25 Bid. Bidder must fill all holes and clean up and restore the site to its former 26 conditions upon completion of such explorations, investigations,tests and studies. 27 28 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the 29 cost of doing the Work,time required for its completion, and obtain all information 30 required to make a proposal.Bidders shall rely exclusively and solely upon their 31 own estimates,investigation,research,tests, explorations, and other data which are 32 necessary for full and complete information upon which the proposal is to be based. 33 It is understood that the submission of a proposal is prima-facie evidence that the 34 Bidder has made the investigation, examinations and tests herein required. Claims 35 for additional compensation due to variations between conditions actually 36 encountered in construction and as indicated in the Contract Documents will not be 37 allowed. 38 39 4.1.8. Promptly notify City of all conflicts,errors, ambiguities or discrepancies in or 40 between the Contract Documents and such other related documents.The Contractor 41 shall not take advantage of any gross error or omission in the Contract Documents, 42 and the City shall be permitted to make such corrections or interpretations as may 43 be deemed necessary for fulfillment of the intent of the Contract Documents. 44 f4645 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of- 46 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised August 21,2015 002113-4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 2 the site which have been utilized by City in preparation of the Contract Documents. 3 The logs of Soil Borings, if any, on the plans are for general information only. .� 4 Neither the City nor the Engineer guarantee that the data shown is representative of 5 conditions which actually exist. 6 -- 7 4.2.2. those drawings of physical conditions in or relating to existing surface and 8 subsurface structures(except Underground Facilities)which are at or contiguous to 9 the site that have been utilized by City in preparation of the Contract Documents. y 10 11 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 12 on request. Those reports and drawings may not be part of the Contract 13 Documents,but the "technical data" contained therein upon which Bidder is entitled 14 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 15 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 16 responsible for any interpretation or conclusion drawn from any "technical data" or 17 any other data, interpretations, opinions or information. 18 19 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) •� 20 that Bidder has complied with every requirement of this Paragraph 4, (ii)that without 21 exception the Bid is premised upon performing and furnishing the Work required by the 22 Contract Documents and applying the specific means,methods,techniques, sequences or 23 procedures of construction(if any)that may be shown or indicated or expressly required 24 by the Contract Documents,(iii)that Bidder has given City written notice of all 25 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 26 written resolutions thereof by City are acceptable to Bidder,and when said conflicts, 27 etc.,have not been resolved through the interpretations by City as described in 28 Paragraph 6., and(iv)that the Contract Documents are generally sufficient to indicate 29 and convey understanding of all terms and conditions for performing and furnishing the 30 Work. 31 32 4.4.The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 33 biphenyls(PCBs), Petroleum,Hazardous Waste or Radioactive Material covered by 34 Paragraph 4.06. of the General Conditions,unless specifically identified in the Contract 35 Documents. 36 37 5. Availability of Lands for Work,Etc. 38 39 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for 40 access thereto and other lands designated for use by Contractor in performing the Work 41 are identified in the Contract Documents. All additional lands and access thereto 42 required for temporary construction facilities, construction equipment or storage of 43 materials and equipment to be incorporated in the Work are to be obtained and paid for 44 by Contractor. Easements for permanent structures or permanent changes in existing 45 facilities are to be obtained and paid for by City unless otherwise provided in the 46 Contract Documents. 47 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised August 21,2015 .s. 002t U-5 INSTRUCTIONS TO BIDDERS �* Page 5 of 9 1 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 2 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- *" 3 of-way, easements, and/or permits are not obtained,the City reserves the right to cancel 4 the award of contract at any time before the Bidder begins any construction work on the 5 proj ect. .. ' 6 7 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 8 way, easements, and/or permits, and shall submit a schedule to the City of how 9 construction will proceed in the other areas of the project that do not require permits 10 and/or easements. 11 12 6. Interpretations and Addenda 13 14 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 15 City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions 16 received after this day may not be responded to. Interpretations or clarifications 17 considered necessary by City in response to such questions will be issued by Addenda 18 delivered to all parties recorded by City as having received the Bidding Documents. 19 Only questions answered by formal written Addenda will be binding. Oral and other 20 interpretations or clarifications will be without legal effect. 21 22 Address questions to: 23 24 City of Fort Worth 25 1000 Throckmorton Street 26 Fort Worth, TX 76102 27 Attn: Stacy Walters, Water Department 28 Email: stacy.walters@fortworthtexas.gov 29 Phone: 817-735-7332 30 31 32 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 33 City. 34 35 6.3.Addenda or clarifi_catinns may be posted via Buzzsaw at: 36 http://www.fortworthgov.org/purchasing-/ 37 38 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 39 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 40 Project. Bidders are encouraged to attend and participate in the conference. City will 41 transmit to all prospective Bidders of record such Addenda as City considers necessary 42 in response to questions arising at the conference. Oral statements may not be relied 43 upon and will not be binding or legally effective. 44 45 7. Bid Security 46 47 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 48 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 49 the requirements of Paragraphs 5.01 of the General Conditions. 50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised August 21,2015 on 0021 13-6 INSTRUCTIONS TO BIDDERS Page 6 of 9 1 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 2 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 3 Agreement within 10 days after the Notice of Award,City may consider Bidder to be in 4 default,rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 5 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 6 other Bidders whom City believes to have a reasonable chance of receiving the award 7 will be retained by City until final contract execution. 8 9 8. Contract Times �. 10 The number of days within which, or the dates by which, Milestones are to be achieved in 11 accordance with the General Requirements and the Work is to be completed and ready for 12 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 13 attached Bid Form. 14 15 9. Liquidated Damages 16 Provisions for liquidated damages are set forth in the Agreement. 17 18 10. Substitute and "Or-Equal" Items 19 The Contract, if awarded,will be on the basis of materials and equipment described in the 20 Bidding Documents without consideration of possible substitute or"or-equal" items. 21 Whenever it is indicated or specified in the Bidding Documents that a"substitute" or"or- 22 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 23 City, application for such acceptance will not be considered by City until after the Effective 24 Date of the Agreement. The procedure for submission of any such application by Contractor 25 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 26 Conditions and is supplemented in Section 0125 00 of the General Requirements. 27 28 11. Subcontractors,Suppliers and Others 29 30 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No.20020- 31 12-2011 (as amended),the City has goals for the participation of minority business 32 and/or small business enterprises in City contracts. A copy of the Ordinance can be 33 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 34 SBE Utilization Form, Subcontractor/Supplier Utilization Form,Prime Contractor 35 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 36 Venture Form as appropriate. The Forms including documentation must be received 37 by the City no later than 2:00 P.M. CST, on the second business days after the bid 38 opening date.The Bidder shall obtain a receipt from the City as evidence the 39 documentation was received. Failure to comply shall render the bid as non- 40 responsive. 41 42 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 43 or organization against whom Contractor has reasonable objection. 44 45 12. Bid Form 46 47 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 48 obtained from the City. ®" 49 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised August 21,2015 �. 00 21 13-7 INSTRUCTIONS TO BIDDERS *w Page 7 of 9 1 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 2 signed in ink. Erasures or alterations shall be initialed in ink by the person signing * 3 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 4 price item listed therein. In the case of optional alternatives,the words "No Bid," 5 "No Change," or"Not Applicable" may be entered. Bidder shall state the prices, ^, 6 written in ink in both words and numerals, for which the Bidder proposes to do the 7 work contemplated or furnish materials required. All prices shall be written legibly. 8 In case of discrepancy between price in written words and the price in written 9 numerals,the price in written words shall govern. 10 11 12.3. Bids by corporations shall be executed in the corporate name by the president or a 12 vice-president or other corporate officer accompanied by evidence of authority to 13 sign. The corporate seal shall be affixed. The corporate address and state of 14 incorporation shall be shown below the signature. 15 16 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 17 partner, whose title must appear under the signature accompanied by evidence of 18 authority to sign. The official address of the partnership shall be shown below the 19 signature. 20 21 12.5. Bids by limited liability companies shall be executed in the name of the firm by a „■ 22 member and accompanied by evidence of authority to sign. The state of formation of 23 the firm and the official address of the firm shall be shown. 24 .r 25 12.6. Bids by individuals shall show the Bidder's name and official address. 26 27 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 28 indicated on the Bid Form. The official address of the joint venture shall be shown. i 29 30 12.8. All names shall be typed or printed in ink below the signature. 31 32 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of 33 which shall be filled in on the Bid Form. 34 �r 35 12.10. Postal and e-mail addresses and telephone number for communications regarding the 36 Bid shall be shown. 37 38 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 39 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance 40 to State Law Non Resident Bidder. 41 42 13. Submission of Bids 43 Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents, 44 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 45 addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed 46 envelope, marked with the City Project Number, Project title,the name and address of 47 Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent *" 48 through the mail or other delivery system,the sealed envelope shall be enclosed in a separate 49 envelope with the notation"BID ENCLOSED" on the face of it. 50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project r Revised August 21,2015 on 002113-8 INSTRUCTIONS TO BIDDERS Page 8 of 9 qew 1 14. Modification and Withdrawal of Bids 2 3 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office *�* 4 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 5 must be made in writing by an appropriate document duly executed in the manner 6 that a Bid must be executed and delivered to the place where Bids are to be submitted 7 at any time prior to the opening of Bids. After all Bids not requested for withdrawal 8 are opened and publicly read aloud,the Bids for which a withdrawal request has been 9 properly filed may, at the option of the City,be returned unopened. 10 11 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 12 time set for the closing of Bid receipt. 13 14 15. Opening of Bids 15 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 16 abstract of the amounts of the base Bids and major alternates(if any)will be made available 17 to Bidders after the opening of Bids. 18 19 16. Bids to Remain Subject to Acceptance •� 20 All Bids will remain subject to acceptance for the time period specified for Notice of Award 21 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 22 City's sole discretion,release any Bid and nullify the Bid security prior to that date. 23 24 17. Evaluation of Bids and Award of Contract 25 26 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 27 to reject any or all nonconforming,nonresponsive, unbalanced or conditional Bids 28 and to reject the Bid of any Bidder if City believes that it would not be in the best 29 interest of the Project to make an award to that Bidder,whether because the Bid is PM 30 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 31 meet any other pertinent standard or criteria established by City. City also reserves 32 the right to waive informalities not involving price,contract time or changes in the on 33 Work with the Successful Bidder. Discrepancies between the multiplication of units 34 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 35 between the indicated sum of any column of figures and the correct sum thereof will PM 36 be resolved in favor of the correct sum. Discrepancies between words and figures 37 will be resolved in favor of the words. 38 39 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 40 among the Bidders, Bidder is an interested party to any litigation against City, 41 City or Bidder may have a claim against the other or be engaged in litigation, 42 Bidder is in arrears on any existing contract or has defaulted on a previous 43 contract, Bidder has performed a prior contract in an unsatisfactory manner, or 44 Bidder has uncompleted work which in the judgment of the City will prevent or 45 hinder the prompt completion of additional work if awarded. 46 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised August 21,2015 �... 0021 13-9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers,and 2 other persons and organizations proposed for those portions of the Work as to which 3 the identity of Subcontractors, Suppliers,and other persons and organizations must 4 be submitted as provided in the Contract Documents or upon the request of the City. 5 City also may consider the operating costs,maintenance requirements,performance 6 data and guarantees of major items of materials and equipment proposed for 7 incorporation in the Work when such data is required to be submitted prior to the 8 Notice of Award. 9 10 17.3. City may conduct such investigations as City deems necessary to assist in the 11 evaluation of any Bid and to establish the responsibility, qualifications,and financial 12 ability of Bidders,proposed Subcontractors, Suppliers and other persons and 13 organizations to perform and furnish the Work in accordance with the Contract 14 Documents to City's satisfaction within the prescribed time. 15 16 17.4. Contractor shall perform with his own organization,work of a value not less than 17 35% of the value embraced on the Contract,unless otherwise approved by the City. 18 .� 19 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 20 responsive Bidder whose evaluation by City indicates that the award will be in the 21 best interests of the City. 22 23 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award 24 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 25 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 26 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 27 comparable contract in the state in which the nonresident's principal place of 28 business is located. ^` 29 30 17.7. A contract is not awarded until formal City Council authorization.If the Contract is 31 to be awarded, City will award the Contract within 90 days after the day of the Bid 32 opening unless extended in writing. No other act of City or others will constitute 33 acceptance of a Bid.Upon the contractor award a Notice of Award will be issued by 34 the City. 35 36 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 37 .r 38 18. Signing of Agreement 39 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 40 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 41 Contractor shall sign and deliver the required number of counterparts of the Agreement to 42 City with the required Bonds, Certificates of Insurance, and all other required documentation. 43 City shall thereafter deliver one fully signed counterpart to Contractor. 44 45 46 47 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project w� Revised August 21,2015 0035 13-1 CONFLICT OF INTEREST AFFIDAVIT Page 1 of 1 1 SECTION 00 35 13 2 CONFLICT OF INTEREST AFFIDAVIT 3 4 Each bidder, offeror, or respondent(hereinafter also referred to as"you")to a City of Fort Worth 5 (also referred to as"City")procurement are required to complete Conflict of Interest 6 Questionnaire(the attached CIQ Form) and Local Government Officer Conflicts Disclosure 7 Statement(the attached CIS Form) below pursuant to state law.This affidavit will certify that the 8 Bidder has on file with the City Secretary the required documentation and is eligible to bid on 9 City Work.The referenced forms may be downloaded from the website links provided below. ** 10 11 hn://www.eth1cs.state.tx.us/forms/CIQ.12df 12 13 hU:;:www.ethics.state.tx.us formsiCIS.pdf 14 15 [] CIQ Form is on file with City Secretary 16 �--�/ 17 LSI CIQ Form is being provided to the City Secretary 18 19 0 CIS Form is on File with City Secretary 20 21 EL?O" CIS Form is being provided to the City Secretary 22 23 24 25 BIDDER: 26 ZIIYA/'10p0 27 ��'/t1o6�'flDy1/ By: �ja /0 28 28 Comkarty (!,"as Print) 29 Zo 70 S ��/�ij��yl ! 30 ;R✓llrw! T A 7�O p Signature: ,Jd 31 Address 32 pya33 Z 1 X s o,�o Title: C Co �� �� 34 City/State/Zip (Please Print) *+ 35 36 37 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised March 27,2012 00 41 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: Former Riverside Wastewater Treatment Plant Plant Demolition &Sludge Lagoons Excavation Disposal Project City Project No.: 00180 Units/Sections: Unit/Section Name Here or Space Unit/Section Name Here or Space Unit/Section Name Here or Space Unit/Section Name Here or Space 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS .. PROJECT NO-00180:Former Riverside WWTP Plant Demolition Sludge Lagoons Excavation and Disposal Project Form Revised 20150821 00 410000 43 13_00 42 43_00 43 37_00 45 12_00 35 13 Bid Proposal Workbook 00 41 00 BID FORM Page 2 of 3 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. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Excavation and Handling of Contaminated Soils b. Sample and Testing of Contaminated Soils 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 270 calendar 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS .w PROJECT NO.00180:Former Riverside WWTP Plant Demolition Sludge Lagoons Excavation and Disposal Project Form Revised 20150821 00 41 0000 43 1300 42 4300 43 37_00 45 1200 35 13 Bid Proposal Workbook 00 41 00 BID FORM s' Page 3 of 3 7. Bid Submittal This Bid is submitted on Month Day,Year by the entity named below. Respectfully su m' ed, /� Receipt is acknowledged of the Initial following Addenda: By: Addendum No. 1: (Signature) Addendum No. 2: ►ticc��1K Li'Nclar+t�ol.� Addendum No. 3: Printed Name Here Addendum No. 4: (Printed Name) (co/Pwrp o��t ., Title: Title Here L1'11t14 *oor/ ��10/r�v�l Company: Company NWqe Here Corporate Seal: 2010 S rs-'Y 1 Sgt n, TV 7f4- Address: Address Here Address Here or Space City,State Zip Code Here - T-CXA State of Incorporation: State Here Ko-r re Email: Your Email Address H re ?fg, Phone: Your Phone Number Here END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS r, PROJECT NO.00180:Former Riverside WWTP Plant Demolition Sludge Lagoons Excavation and Disposal Project Form Revised 20150821 00 41 00_00 43 13_00 42 4300 43 37_00 45 1200 35 13 Bid Proposal Workbook 00 42 43 BID PROPOSAL Page 1 of I SECTION 00 42 43 J `� PROPOSAL FORM / UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal ,.. Bidlist Description Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quantity GENERAL 1 Haul Road/Traffic Control Plan 01 5526 LS 1 $90000.00 $90,000.00 2 Storm Water Pollution Prevention Plan 01 5713 LS 1 $13800.00 $13800.00 3 Mobilization 01 7000 LS 1 $384900.00 $384,900.00 4 Clearing and Grubbing 31 1100 LS 1 $86500.00 $86500.00 5 Care of Water During Construction 32 2319.02 LS_ 1 $29,500.00 $29500.00 LAGOON AREA 6 PCB Analysis 02 24 23.13 EACH 2.02 $50.0.00_ $101__,000.00 7 Excavation of Contaminated Soils(PCLE and Metal 31 23 16 CY Zones),. . 145 200 $2.35 $341.220.00 8 Transportation of Contaminated Soils(PCLE and 312316 TONS Metal Zones)to Itasca Landfill(Round 1A) 27,845 $10.00 $27.8,450.00 9 Transportation of Contaminated Soils(PCLE and 31 23 16 TONS Metal Zones)to Itasca Landfill(Round 1 B) 103,655 $10.00 $1,036,550.00_ 10 Transportation of Contaminated Soils(PCLE and 31 2316 TONS Metal Zones)to Southeast Landfill(Round 2) 98,600 $5.8.5 $576,810.00 11 Disposal of PCB(>50 ppm)and Metal Contaminated 312316 TONS MEN Soils at Itasca Landfill(Round 1A) _ ..._ 27.845 $35.00 $974.575.00 11 Disposal of PCB(<50 ppm)and Metal Contaminated 31 23 16 TONS Soils at Itasca Landfill(Round 16 s 103,655 $15.50 $1.6.06 652.50 12 Disposal of PCB and Metal Contaminated Soils at 31 2316 TONS dit Southeast Landfill(Round 2) 98.6.00 $15.50 $1,528 300.00 13_ Site Grading-Lagoon Area 31 05.13 LS 1 $30,000.00 $30000.00 14 Grassing for Erosion Control 131,25 13.14 ACRE 2 $4,500.00 $9,000.00 WASTEWATER TREATMENT PLANT AREA 15 Building and Structure Demolition 0241 00 LS 1 $382,560.00 $382,560.00 16 Removal and Transportation of Metals from WWTP 02 41 00 LS Structures for Recyclinq 1 $1.00 $1.00 17 Removal and Transportation of Asphalt Shingles and 02 41 00 LS Wood Debris from WWTP Structures 1 $50,000.00 $50,000.00 18 Site Grading-WWTP Area 31 23 23.16 LS 1 $178 200.00 $178,200.00 Bid Summary Base Bid air aa� Total Base Bid $7,698,018.50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO 00180 Former Riverside W WTP Plant Demolition Sludge Lagoons Excavation and Disposal Project Form Revised 20120120 00 41 00,00 43 13_00 42 43_00 43 37,00 45 12_00 35 13_Bid Proposal Workbook-RIVERSIDE WWTP 00180 ADDENDUM 2 Attachment I 00 42 43 BID PROPOSAL Page 2 of 2 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal =F Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value Alternate Bid r.r Total Alternate Bid Deductive Alternate Bid Total Deductive Alternate Bid Additive Alternate Bid Total Additive Alternate Bid O *� Total Bit:117A09 018 END OF SECTION w s� ttt� CITY OF FORT WORTH STANDARD CUNSTRUCrION SPECIFICATION DOCUMENTS PROJECT NO.(X)180:Former Riverside W WTP Plant Demolition Sludge Lagoons Excavation and Dupo.al Project Form Revised 20120120 00 41 M-00 43 13 0042 43_004317 110 45 12_00 35 13_Did Proposal Workbook•RIVERSIDE WWTP 00181)ADDENDUM 2 Attachment 1 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of , our principal place of business, 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: Lindamood Demolition, Inc. By: Kory Peterson 2020 South Nursery (Signature) Irving, TX 75060 Title: Chief Estimator Date: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 41 0000 43 1300 42 4300 43 37-00 4512_00 35 13—Bid Proposal Workbook an 004511-1 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 and/or subcontractor who 7 is 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 31st 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.,dr�'D.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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECTNO.00190:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised July 1,2011 as 0045 11-2 BIDDERS PREQUALIFICATIONS Page 2 of 3 �r 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. Experience Record. For an experience record to be considered to be acceptable for a 33 given project,it must reflect the experience of the firm seeking qualification in the 34 work of both the same nature and technical level as that of the project for which bids 35 are to be received. For this project, acceptable past experience must include: 36 (1) Experience with a removal of hazardous waste or Class 1 nonhazardous 37 waste involving contaminated soils for a project at least$1 million in 38 magnitude; or 39 (2) Experience with removal of TSCA-regulated,PCB wastes for a project at 40 least$500,000 in magnitude. 41 c. Bidder Prequalification Application. A Bidder Prequalification Application must be 42 submitted along with audited or reviewed financial statements by firms wishing to be 43 eligible to bid on all classes of construction and maintenance projects.Incomplete 44 Applications will be rejected. 45 (1) In those schedules where there is nothing to report,the notation of 46 "None"or"N/A"should be inserted. 47 (2) A minimum of five(5)references of related work must be provided. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised July 1,2011 �. 0045 11-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 (3) Submission of an equipment schedule which indicates equipment under 2 the control of the Contractor and which is related to the type of work for 3 which the Contactor is seeking prequalification. The schedule must 4 include the manufacturer,model and general common description of 5 each piece of equipment. Abbreviations or means of describing 6 equipment other than provided above will not be accepted. 7 8 3. Eligibility to Bid ■r 9 a. The City shall be the sole judge as to a contractor's prequalification. 10 b. The City may reject, suspend, or modify any prequalification for failure by the 11 contractor to demonstrate acceptable financial ability or performance. 12 c. The City will issue a letter as to the status of the prequalification approval. 13 d. If a contractor has a valid prequalification letter,the contractor will be eligible to bid 14 the prequalified work types until the expiration date stated in the letter. 15 16 17 18 19 20 END OF SECTION 21 �r w r war CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised July 1,2011 ow 004512-1 nip PREQUALIFICATION STATEMENT Page I of I �.r I SECTION 00 4512 2 PREQUALIFICATION STATEMENT 3 Each Bidder for a City procurement is required to complete the information below by 4 identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the 5 major work type(s)listed. 6 Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Excavation and removal of C/ydu 9do 6 hazardous wase or Class I PeNat i d'/°n nonhazardous waste involving contaminated soils Excavation and +�• removal of TSCA- regulated, PCB wastes 7 8 9 The undersigned hereby certifies that the contractors and/or subcontractors described in 10 the table above are currently prequalified for the work types listed. 11 12 BIDDER: 13 14 Lindamood Demolition, Inc. By: Kayla Lindamood 15 Company (P as Print) 16 17 2020 S Nursery Road Signature- 04 18 Address 19 20 Irving, Texas 75060 Title: President 21 City/State/Zip (Please Print) 22 23 Date: /--14 24 25 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.001SO:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised July 1,2011 FORTWORTH, December 30,2016 Kory Peterson Lindamood Demolition 2020 South Nursery Irving,TX 75060 RE: Bidder Pre-Qualification—Former Riverside WWTP Demolition&Sludge Lagoons Excavation and Disposal Project No.00180 Dear Mr. Peterson: Thank you for the pre-qualification submittal, received on December 30, 2016, for the Former Riverside a WWTP Demolition&Sludge Lagoons Excavation and Disposal Project. The City of Fort Worth has reviewed this pre-qualification package and has determined that it meets the special bidder pre-qualification requirements contained within the project contract documents. Therefore Lindamood Demolition is approved to bid on the above referenced project. Bids will be received at the office of the Purchasing Manager at 1:30 PM on January 12,2017. The Fort Worth Water Department appreciates your firm's interest in this demolition and excavation project. Sincerely, Sta ters Fort Worth Water Department CC: File ON 00 45 26-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW M Page 1 of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 00180 Contractor further certifies that,pursuant to Texas Labor Code, Section 6 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 9 CONTRACTOR: M. 1011 Lindamood Demolition, Inc By: Kayla Lindamood 12 Company (P"ease Printf 13 14 2020 S Nursery Rd Signature: )4,-- 15 Address 16 17 Irving, TX 75060 Title: President 18 City/State/Zip (Please Print) 19 •r 20 21 THE STATE OF TEXAS § 22 23 COUNTY OF TARRANT § 24 25 BEFORE ME,the undersigned authority, on this day personally appeared 26 (i.416L Un&wc,.t----j l ,known to me to be the person whose name is 27 subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as 28 the act and deed of for the purposes and 29 consideration therein expressed and in the capacity therein stated. 30 31 GIVEN UNDER MY HAND AND SEAL OF OFFICE this �+� day 32 ( Sw\ , 201-7. 33 34 ; ''""°`B��•: NATALIE Y HOWE Notary Public,State of Texas ° 35 My Commission Expires 36 August 14,Zola Notary Public in and for the State of Texas 37 38 END OF SECTION 39 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project ® Revised July 1,2011 004540-1 Minority Business Enterprise Specifications Pagel of 2 1 SECTION 00 45 40 2 Minority Business Enterprise Specifications 3 [This document is to be printed on "pink"paper in its final form) 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 Community Services). 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 oal: 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 M. contractin su lier work: date. 35 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised June 9,2015 004540-2 Minority 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. 2 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 6 PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 7 Any Questions,Please Contact The M/WBE Office at(817)212-2674. 8 END OF SECTION 9 10 11 CITY OF FORT WORTH r. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWI?Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised June 9,2015 004541-1 SMALL BUSINESS ENTERPRISE GOAL Page 1 of 2 1 SECTION 00 45 41 2 SMALL BUSINESS ENTERPRISE GOAL 3 [This document is to be printed on `pink"paper in its final forma] 4 APPLICATION OF POLICY 5 If the total dollar value of the contract is $50,000 or more, then a SBE 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 Small 10 Business Enterprises (SBE) 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 SBE PROJECT GOAL 14 The City's SBE goal on this project is NONE of the base bid (Base bid applies to Parks and 15 Community Services). 16 _ 17 Note: If both MBE and SBE subcontracting goals are established for this project, then an 18 Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed 19 responsive. 20 21 COMPLIANCE TO BID SPECIFICATIONS 22 On City contracts$50,000 or more where a SBE subcontracting goal is applied Offerors are required 23 to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the .. 24 following: 25 1. Meet or exceed the above stated SBE goal through SBE subcontracting participation,or 26 2. Meet or exceed the above stated SBE goal through SBE Joint Venture participation,or .. 27 3. Good Faith Effort documentation,or; 28 4. Prime Waiver documentation. 29 30 SUBMITTAL OF REQUIRED DOCUMENTATION 31 The applicable documents must be received by the Purchase Division, within the following times 32 allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror 33 shall deliver the SBE documentation in person to the appropriate employee of the purchasing 34 division and obtain a date/time receipt. Such receipt shall be evidence that the City received the 35 documentation in the time allocated. A faxed and/or emailed copy will not be acce te. 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 days after the bid opening date,exclusive of the bid opening statedgoal: 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. 36 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside W WTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised June 9,2015 004541-2 SMALL BUSINESS ENTERPRISE GOAL Page 2 of 2 r 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. 11 Any questions,please contact the M/WBE Office at(817)212-2674 12 13 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised June 9,2015 no 005243-1 Agreement Pagel of 5 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on_ -1 is made by and between the City of Forth 4 Worth, a Texas home rule municipality, actingby and through its duly authorized City Manager, 5 ("City"), and Lindamood Demolition, Inc., authorized to do business in Texas, acting by and 6 through its duly authorized representative, ("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Former Riverside Wastewater Treatment Plant Demolition& Sludge Lagoons Excavation 16 and Disposal Project: ^0180 17 Article 3. CONTRACT PRICE 18 City agrees to pay Contractor for performance of the Work in accordance with the Contract 19 Documents an amount in current funds of Seven Million Six Hundred Ninety Eight Thousand 20 Eighteen Dollars and Fifty Cents($7,698,018.50). 21 Article 4.CONTRACT TIME 22 3.1 Time is of the essence. 23 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 24 Documents are of the essence to this Contract. 25 3.2 Final Acceptance. 26 The Work will be complete for Final Acceptance within 270 calendar days after the date 27 when the Contract Time commences to run as provided in Paragraph 2.03 of the General 28 Conditions. 29 3.3 Liquidated damages 30 Contractor recognizes that time is of the essence of this Agreement and that City will �. 31 suffer financial loss if the Work is not completed within the times specified in Paragraph 32 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the 33 General Conditions. The Contractor also recognizes the delays, expense and difficulties 34 involved in proving in a legal proceeding the actual loss suffered by the City if the Work 35 is not completed on time. Accordingly, instead of requiring any such proof, Contractor 36 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay * 37 City Six Hundred Fifty Dollars ($650.00) for each day that expires after the time 38 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 39 Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised February 2,2016 005243-2 Agreement Page 2 of 5 40 Article 5. CONTRACT DOCUMENTS 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 �► 59 j. Form 1295 Certification No.-2144 149@ f9, Zo 1} 1614751 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. rr 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. wo 73 d. Letter of Final Acceptance. 74 75 MR M CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised February 2,2016 005243-3 Agreement *� Page 3 of 5 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 damages being 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 Terns. 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. 104 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project w Revised February 2,2016 005243-4 Agreement Page 4 of 5 117 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 SIGNATURE PAGE TO FOLLOW 126 A CITY OF FORT WORTH STANDAP,D CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project �* Revised February 2,2016 005243-5 Agreement .� Page 5 of 5 127 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be 128 effective as of the last date subscribed by the City's designated Assistant City Manager 129 ("Effective Date"). 130 Contractor: City of Fort Worth Lindamood Demolif n, Inc. r— - - Jesus J.Chapa Assistant City Manager -(Signature) Date ✓� Kayla LIndaiW–d' Attest: `Printed Name) City Secfetafy OF FORT (Seal) .� Title: President Address: 2020 S.Nursery Road M&C C-28147 Irving, Texas 75060 Date: ��iarc h 7 2017 t t 1 �XAS Approved as to Form and Legality: Date April 4, 2017 ouglas W. Black Assistant City Attorney 131 *• 132 133 APPROVAL RECOMMENDED: 134 135 / w 136 6 �� 137 John Obert Carman 138 DIRECTOR, 139 Water Department 140 141 Contract Compliance Manager: f 142 By signing,I acknowledge that I am the person responsible for the monitoring and administration of this 143 contract,including ensuring all performance and reporting requirements. 144 Kory Peterson 145 Name of Employee 146 Estimator 147 Title .. 148 OFFITRECORDCITFT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECTNO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project �, Revised February 2,2016 CERTIFICATE OF INTERESTED PARTIES r, FORM ;; r1of 1 Complete Nos.1-4 and 6 if the rkeinterested parties. OFFICE USE LY Complete Nos.1,2,3,5,and 6 if areno interested parties. CERTIFICATION F FILING 1 Name of business entity filing form, d the city,state and country of the business entity's place Certificate Number: of business. \ 2016-149219 Lindamood Demoliton,Inc. \\ Irving,TX United States Date Filed: 2 Name of governmental entity or state agenc that is a party tot the contract for which the form is 12/28/2016 being filed. City of Fort Worth Date Ackn ledged: 3 Provide the identification number used by the gove nmental entity or state agency to track or identify the co act,and provide a description of the services,goods,or other property o be provided under the contract 00180 Former Riverside Wastewater Treatment Plant, Plan 5 Demolition&Sludge Lagoons Excavation ' posal Project,City Project No. 00180 4 Nature of interest Name of Interested Party City,State,Country(place of bus" ess) (check applicable) Controlling Intermediary Lindamood,Kayla Irving,TX United States X \V/ 5 Check only if there is NO Interested Party. 6 AFFIDAVIT I swear, r affirm,under penalty of pe'ury,that the above disclosure is true and correct. ignature of authorized agent contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE Swam to and subscribed before me,by the said `i ►��K/'2�� this the 2-40 day of 20 to certify which,witness my hand and s al of office. Le We qc- Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being tiled 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. N/A (Lindamood Demolition, Inc.) 2 -?r—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.) 3 Name of local government officer about whom the information is being disclosed. Name of Officer Ij 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 CIO 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? a Yes = 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? aYes a 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 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). 7 N/A Signature of vendor doing business with the governmental entity Date Form provided by Texas Ethics Commission www.ethics.state.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. OFFICE USE ONLY 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. 1 Name of Local Government Officer N/A 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) 61 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. t 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 6176.001(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 0061 13-1 ' Bond#4402026 PERFORMANCE,RONi) Page I of 2 1 SECTION 00 6113 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we,Lindamood Demolition,Inc.,lutown as"Principal"herein and SureTeC Insurance 8 Company,a corporate surety(suictim,if more than one)duly authorized to do business in the 9 State of Texas,known as"Su>iety"herein(whether one or more),are held and firmly bound unto 10 the City of Fort Worth,a municipal corporation created pursuant to the laws of Texas,known as l 1 "City"herein,in the penal sum of, Seven Million Six Hundred Ninety-Eight Thousand Eighteen 12 Dollars and Fifty Cents($7,608,018.50),lawful money of the United States,to be paid in Fort 13 Worth,Tarrant County,Texas for the payment of which sum well and truly to be made,we bind 14 ourselves,our heirs,executors,administrators,successors and assigns,jointly and severally, 15 firmly by these presents. 16 WHEREAS, the Principal ltas cutnrt d into a certain written contract with the City 17 awarded the 7th day of i March ,2017,which Contract is hereby referred to and 18 oracle a part hereof for all purposes as if fully set forth herein,to furnish all materials,equipment ,wr 19 labor and other accessories defined by law,in the prosecution of the Work, including any Change 20 Orders,as provided for in said Contract designated as Former Riverside Wastewater Treatment 21 Plant Demolition& Sludge Lagoons Excavation Disposal Project,00180 27. NOW,THEREFORt,the condition of this obligation is such that if the said Principal �. 23 shall faithfully perform it obligations under the Contract and shall in all respects duly anti 24 faithfully perform the Work,including Change Orders, under the Contract,according to the plans, 25 specifications,and contract doi;utnents tlteluiu tofCrrml to,and as well during any period of 26 extension of the Contract that ittay be granted on the part of the City,then this obligation shall be 27 and become null and void,otherwise to remain in full force and effect. 28 PROVIDED FURTHER.that if any legal action he filed on this Bond,venue shall lie in 29 Tarrant County.Texas or the T united States District Court for the Northern District of Texas, Fort 30 Worth Division. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside w tP Plant Demolition&Sludge Lagoons Excavation and Dispowl Project Revised July 1,2011 0061 13-2 Bond#4402026 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 provision) of said statue. 4 IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized aeents and officers on this the 4th day of April 2M. 6 PRINCIPAL: ./ Lindamo d Demolitio ,Inc. 8 9 BY: 10 Signa 1 e I I ATT EST: 12 13A. ' i Kala Lindamood,President 14 (PrincTip#Secretary Name and Title 15 16 Address:2020 S.Nursery Ruud 17 Irving, 75060 20 Witness a to Principal 21 SURETY: 22 SnreTec In nce Comp y _ 2324 _ f 25 BY. Signature U ` - 26 27 Kathy Sells,Attorney-In-Fact 28 Name and Title 29 a� 30 Address: 1200 S.Maint Street,Suite 1600 31 w`-' n Grapevine,TX 76051 9 32 33 34 Witness as to Surety Elena Sells Telephone Number: 817-865-1807 35 36 37 38 *Note: If signed by an officer of the Surety Company,there utust LC un Glc a 4;Crti6rd Cxtract 39 from the by-laws showing that this person has authority to sign such obligation. If 40 Surety's physical address is different from its mailing address, both must be provided. 41 The date of the bond shall not be prior to the date the Contract is awarded. 42 .� Cr1Y OF PORT WORTH STANDARD CONSTRUCTION SPECI{ICATION DOCUMENTS PROJECT NO.00180:Former Rivuside WW tr riant uemottt+on&Sludge Lagoons Excavation and Disposal"Cct Revised July 1,2011 0061 DO -t Bond#4402026 PAYMENT BOND Page I of 2 1 SECTION 00 6114 2 PAYMENT BOND 4 THE STATE OF TEXAS 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § r 7 That we, Lindamoo4 Demolition, Inc., known as "Principal' herein, and SureTec 8 Insurance Company, a corporate surety(sureties), duly authorized to do business in the State of 9 Texas, known as"Surety"herein (whether one or more), are held and firmly bound unto the City 10 of Fort Worth, a municipal cotporation created pursuant to the laws of the State of Texas,known 11 as "City" herein, in the penal sum of Seven Million Six Hundred Ninety-Eight Thousand 12 Eighteen Dollars and Fifty Cents ($7,698,018.50), lawful money of the United Stater,to be paid 13 in Fort Worth,Tan-ant County,, 'Cexas, for the payment of which cum well and truly be made, we 14 bind ourselves, our heirs. executors, administrators, siiccessors and assigns,jointly and severally, ® 15 firmly by these presents: 16 WHEREAS,Principal has entered into a certain written Contract with City,awarded the 17 7th day of March , 2017, which Contract is hereby referred to and made a 18 part hereof for all purposes as;if fully set forth herein, to furnish all materials, equipment, labor 19 and other accessories as defined by law, in the prosecution of the Work as provided for in said 20 Contract and designated as Eormer Riverside Wastewater Treatment Plant Demolition & Sludge 21 Lagoons Excavation Disposal rroject,00180. 22 NOW, THEREFORE. THE CONDITION OF THIS OBLIGATION is such that if 23 Principal shall pay all monied owing to any (and all) payment bond beneficiary (as defined in 24 Chapter 2253 of the Texas Government Code, as amended)in the prosecution of the Work under 25 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 26 force and effect. *� 27 This bond is trade anti exccutcd in compliance with the provisions of Chapter 2253 of the 28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 29 accordance with the provisions of said statute. 30 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT No.00180:Fortner Riverside*W IF Plant D moiition&Sludge Lagoons Excavation and Disposal Project Revised July 1,2011 Bond#4402026 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 aighori7ed agents and officers on this the 4th day of April , 2017 4 PRINCIPAL: � Lindamood Demolition,Inc = - ATTEST: BY: i� Signatur 4z' Kayla Lindamond. President (Print' 1)Secretary LITName and Title " Address: 2020 S.NurEvM Roog d� r Irving Texas 75060 Witness a o Principal SURETY: SureTec Insurance Company ATTEST: BY: Signature Kathy Sells,Attorney-In-Fact .� (Surety)Secretary Name and Title Address: 1200 S.Maint Street,Suite 1600 %j U^ `CA, �AIA Grapevine,TX 76051 Witness as t0 Suety Elena Sells Telephone Number: 817-865-1807 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 pctson has authority to sign such obligation. If Surety's Physical 8 address is different from its mhilinx 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 +� CTTY OF FORT WORTH STANDARD CONSTRUCTION SPEC41CATION DOCUMENTS PROJECT NO.00180:t•ormer KivelsidelW W ll'Plant Demolition&Sludge lagoons Lxeavatron and Disposal Project Revised July 1,2011 0061 19-1 Bond#4402026 MAINTENANCE BOND Page I of 3 I SECTION 00 61 1.9 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we Lindamood Demolition,Inc.,known as"Principal"herein and SureTer. Insurance 8 Company,a corporate surety Qsureties,if more than one)duly authorized to do business in the .. 9 State of Texas,known as"Sudety"herein(whether one or more),are held and firmly bound unto 10 the City of Fort Worth,a municipal corporation created pursuant to the laws of the State of Tcxas, 1 I known ac"City"herein,in the sum of Seven Million Six Hundred Ninety-Eight Thousand 12 Eighteen Dollars and Fifty Cents($7,698,018.50),lawful money of the United Stara,to be paid 13 in Fort Worth,Tarrant County,Texas,for payment of which lulu well and truly be made unto the 14 City and its successors,we bind ourselves,uur livirs,executors,administrators,successors and l5 assigns,jointly and soverxlly,rumly by these presents. �" l6 17 WHEREAS,the Principal has entered into a certain written contract with the City awarded 11i the 7th day of March ,2017,which Contract is hereby 19 referred to and a made part hedeof for all purposes as if fully set forth herein,to furnish all 20 materials,equipment labor and other accessories as defined by law,in the prosecution of the 21 Work, including any Work resulting from a duly authorized Change Order(collectively herein, 22 the"Work")as provided for in said contract and designated as Former Riverside Wastewater 23 Treatment Plant Demolition&Sludge Lagoons Excavation Disposal Project,00180;and 24 25 WHEREAS, PrincipO binds itselfto use such materials and to so construct the Work in 26 accordance with the plans,specifications and Contract Documents that the Work is and will 27 remain free from defects in materials or workmanship for and during the period of two(2)years 28 after the date of Final Acceptance of the Work by the City("Maintenance Perind");and .., 29 30 WHEREAS, Principal (rinds itself to repair or reconstruct the Work in whole or in part 31 upon receiving notice from the City of the need therefor at any time within the Maintenance 32 Period. 33 ater CITY OF FORT WORTI I STANDARD CONSTRUCTION SPECIWAT ON DOCUMENTS PROJECT NO.00180.FmAtux Rivanide Ww-rP Plant Detnolitlon dt sludge Lagoons Excavation and ulsposal rtojcct Revised July 1,2011 0061 19-2 ^" Bond#4402026 MAINTENANCE BOND Pegs 2 of 3 1 NOW THEREFOR),the condition of this obligation is such that if Principal shall e. 2 remedy any defective Work, ror which timely notice was provided by City,to a completion 3 satisfactory to the City,then this obligation shall become null and void; otherwise to remain in 4 full force and effect. 5 6 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work,it is agreed that the City may cause any and all such defective Work to ++ 9 he repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 9 the Surety under this Mainten*nce bond;and 10 1 t PROVIDED FURTHER,that if ally legal action be flied on this Bond,venue shall lie in 12 Tarrant County,Texas or the lUnited States District Court for the Northern District of 1 exas, Fort 13 Worth Division;and 14 15 PROVIDED FURTHER,that this obligation shall be continuous in nature and 16 successive recoveries may be had hereon for successive breaches. " 17 18 19 w� �1! CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC"CATION DOCUMENTS PROJECT NO.00180:Fortner Riverside WWTP Plant Demolition&Jludge Lagoons buavation and Disposal Ptojert Revised July 1,2011 eaw 0061 19-3 Bond#4402026 MAINTENANCE BOND Page 3 of 3 I IN WITNESS WHEREOF.the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorised agents and officers on this the 4th day of April 3 2017. 4 5 PRINCIPAL: G Lindamood 0emolitio Inc. 7 8 BY: 10 Sid ture - 11 ATT I1ST: 12 _ 13 Kayla Lindamood.President 14 (Principa 'ecretary Name and Title 15 16 Address:2020 S.Nursery Road t7 Trym¢ 'Texas 75060 18 19 w 20 Witness t0 Principal 21 SURETY: 22 SureTec Insurance Company 23 - 24 25 BY: — 26 gigi&tury _ �. 27 28 Kathy Sells,Attorney-In-Fact - 29 ATTEST: Name and Title """■ 3t Address: 1200 S.Maint Street,Suite 1600 32 (Surety)Secretary Grapevine,TX 76051 33 jLtr� 34 " 35 Witness as to Surety Elena Sells Telephone Number: 817-865-1807 36 37 *Note: If signed by an officer of the Surety Company,there must be on filc a ccrtified extract w 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 l)otttl shall out be prior to the(late the Contract is awarded. �w 41 a® CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside*wTY Plant uemoution&Mudge Lagoons Lxcavauon and Disposal Project Reviscd July 1,2011 �rer opoci 4 q4 O2()24 POA N: 4221134 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by 77tese Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents -� make,constitute and appoint Kathy Sells its true and lawful Attorney-in-fact,with full power and authority hereby conferred in its name,place and stead,to execute,acknowledge ~� and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for. Principal: Lindamood Demolition, Inc. Obligee: City of Fort Worth Amount: S 7,698,018.50 and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President,sealed with the corporate ..� seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved that the President,any Vice-President,any Assistant Vice-President,any Secretary or any Assistant Secretary shall be and is °— hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(*in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company,to execute,acknowledge and deliver,any and all bonds,recognizances,contracts,agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved,that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20"of April, 1999.) In Wftnew Whereof,SURETEC INSURANCE COMPANY has caused these presents to be signed by its President,and its corporate seal to be hereto affixed this 21 st day of March,A.D.2013. yVgANcF SURETEC RAN OMPANY oobt By: W Lu 1� John Anox Y.,friesident State of i ss: Coump of Harris 1 On this list dgy of March.A.D.2013 before me personally came John Knox Jr.,to me known,who,being by me duly sworn,did depose and say,that he resides in Hopston,Texas,that be is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrumeoG that he]mows the seal of said Company;that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said Company;and that he signed his name thereto by like order. JACQUELYN MALDONADO f Notary Publici `- O' State of Texas Mycornm.Exp.5118J2017 Jacquelyn Maldonado,Notary Public My commission expires May 18,2017 1,M.Brent Beaty,Assistant Secretary of SURETEC INSURANCE COMPANY,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney,executed by said Company, which is still in full force and effect;and furthermore,the resolutions of the Board of Directors,set out in the Power of Attorney are in full force and effect Given under my hand and the seal of said Company at Houston,Texas this 4th day of Aril 2017 ,A.D. -VWM.Bre t Beaty,A�sistjilt Svcrvlary Any Instrument issued in excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may call(713)812-0800 any business day between 8:00 am and 5:00 pm CST SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 5000 Plaza on the Lake, Suite 290 Austin, TX 78746 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at PO Box 149104 Austin, TX 78714-9104 Fax#: 512-475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Terrorism Risks Exclusion The Bond to which this Rider is attached does not provide coverage for, and the surety shall not be liable for, losses caused by acts of terrorism, riot, civil insurrection, or acts of war. Exclusion of Liability for Mold, Mycotoxins, Fungi &Environmental Hazards The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria, allergens, histamines, spores, hyphae, or mycotoxins, or their related products or parts, nor for any environmental hazards, bio-hazards, hazardous materials, environmental spills, contamination, or cleanup, nor the remediation thereof, nor the consequences to persons, property, or the performance of the bonded obligations, of the occurrence, existence, or appearance thereof. Rev 11.11.03 s y ® DATE(MM/DD/YYYY) AC(ORV CERTIFICATE OF LIABILITY INSURANCE 04/04/2017 �-- THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(les)must have ADDITIONAL INSURED provisions or 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 TOn Johnson MCGRIFF,SEIBELS&WILLIAMS,INC. NAME' _ P.O.Box 10265 aC No Ext): 800-476-2211 A/C,No): Birmingham,AL 35202 E-MAIL ADDRESS:t hnson m riff.com INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Allied World National Assurance Co INSURED INSURER B:Allied World SpeclaA Lindamood Demolition,Inc. 2020 South Nursery Road INSURER C:Texas Mutual Insurance Company 22945 Irving,TX 75060 INSURER D:Commerce and Industry Ins Co INSURER E:Starr Indemnity&Liability Company 38318 INSURER F: COVERAGES CERTIFICATE NUMBER:Z75WFTJC REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE L POLICY EFF POLICY EXP LIMITS LTR POLICY NUMBER MM/DD/YYYY' MM/DD A X COMMERCIAL GENERAL LIABILnY 0310-0265 ! 03/01/2017 03/01/2018 EACH OCCURRENCE $ 1,000,000 DAMAGE TO­RSNTEU-- CLAIMS-MADE �OCCUR PREMISES Ea occurrence $ 100,000 X Des Gen Prog Agg$10 million MED EXP(Any one person) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 E T LOC PRODUCTS-COMP/OP AGG $ 2,000,000 POLICY� OTHER: B AUTOMOBILE LIABILITY 6000-0355 03/01/2017 03/01/2018 CEOMaB�INdED SINGLE LIMIT $ 1,000,000 X ANY AUTO BODILY INJURY(Per person) $ X OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X HIRED X NON-0WNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident X Trailer Interchanqe Inc Comp/Coll 5,000 D UMBRELLA LIAB X OCCUR 42XSF302298-02 03/01/2017 03/01/2018 EACH OCCURRENCE $ 10,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE $ 10,000,000 DED I X I RETENTION$10,000 $ C WORKERS COMPENSATION TSF0001186709 12/31/2016 12131/2017 X IsTAR'TE OER AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? 7 NIA (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ E Equipment/Motor Truck Cargo ITH100070589817 03/01/2017 03/01/2018 Equip-per sch on file w/00 Equip.Ded-2%of values Subject to Leased,Rented,Equip $ 500,000 $25,000 min on items over$100K MTC-Per Truck $ 1,000,000 $5,000 ded on those under$100K MTC Deductible-per oce $ 5,000 *Except loads>$500,00 $ 25,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Certificate holder and Freese and Nichols,Inc.are shown as additional insured with respects to General Liability coverages when required by written contract. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Fort Worth AUTHORIZED REPRESENTATIVE 1000 Throdtmorton Street Fort Worth,TX 76102 wxl�� Page 1 of 1 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT 4w CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:Febnumy 2,2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 —Definitions and Terminology.......................................................................................................... l .," 1.01 Defined Terms...............................................................................................................................l 1.02 Terminology..................................................................................................................................6 WA Article 2—Preliminary Matters..................................... 7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time;Notice to Proceed................................................................7 2.03 Starting the Work..........................................................................................................................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 Environmental Condition at Site..............................................................................14 ,�. Article 5—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 a� PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:Fdxuaty 2,2016 �r 6.02 Labor; Working Hours................................................................................................................20 ,, 6.03 Services,Materials, and Equipment...........................................................................................20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and"Or-Equals".......................................................................................................21 6.06 Concerning Subcontractors, Suppliers, and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties...........................................................................................................26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations.................................................................................................................27 6.11 Taxes ...........................................................................................................................................28 .. 6.12 Use of Site and Other Areas.......................................................................................................28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection..................................................................................................................29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs .............................................................................................30 6.17 Emergencies and/or Rectification...............................................................................................30 *■ 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification.........................................................................................................................33 6.22 Delegation of Professional Design Services ..............................................................................34 6.23 Right to Audit..............................................................................................................................34 """• 6.24 Nondiscrimination.......................................................................................................................35 Article 7-Other Work at the Site...................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 w. 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 PM 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9-City's Observation Status During Construction 37 9.01 City's Project Manager ............................................................................................................37 9.02 Visits to Site................................................................................................................................37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project "M Revision:Febnxwy 2,2016 Article 10-Changes in the Work; Claims;Extra Work................................................................................38 10.01 Authorized Changes in the Work...............................................................................................38 10.02 Unauthorized Changes in the Work...........................................................................................39 10.03 Execution of Change Orders.......................................................................................................39 10.04 Extra Work..................................................................................................................................39 10.05 Notification to Surety..................................................................................................................39 10.06 Contract Claims Process.............................................................................................................40 Article 11 -Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement......................41 11.01 Cost of the Work.........................................................................................................................41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work..........................................................................................................................44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12-Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price...................................................................... 12.02 Change of Contract Time............................................................................................................47 12.03 Delays..........................................................................................................................................47 Article 13 -Tests and Inspections; Correction, Removal or Acceptance of Defective Work......................48 13.01 Notice of Defects ........................................................................................................................48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work....................................................................... 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 Contractors Warranty of Title 54 14.04 Partial Utilization........................................................................................................................55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release........................................................56 14.09 Waiver of Claims........................................................................................................................57 Article 15 -Suspension of Work and Termination........................................................................................57 15.01 City May Suspend Work.............................................................................................................57 15.02 City May Terminate for Cause...................................................................................................58 15.03 City May Terminate For Convenience.......................................................................................60 Article 16-Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS �w PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:Febnmy Z 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project -� Revision:Febncuy 2,2016 007200-1 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 terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award–Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day – A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11.Buzzsaw–City's on-line, electronic document management and collaboration system. 12. Calendar Day–A day consisting of 24 hours measured from midnight to the next midnight. i CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:Fdxuary 2,2016 007200-1 GENERAL CONDITIONS Page 2 of 63 13. Change Order—A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, ahome-rule municipal corporation, authorized and -w 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 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:February 2,2016 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. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer—The licensed professional engineer or engineering firm registered in the State of .. Texas performing professional services for the City. 35. Extra Work – Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36.Field Order—A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance – The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:February 2,2016 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 fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50. Plans-See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project *� Revision:Febmazy 2,2016 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 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:Fdxuacy 2,2016 007200-1 GENERAL CONDITIONS Page 6 of 63 63. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent— The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, -- water, wastewater, storm water,other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours —Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day—A working day is defined as a day,not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.023 through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project ■., Revision:Febnruy Z 2016 007200-1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2—PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time;Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ® PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:Febnwy Z 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 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:Februmy 2,2016 007200-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or(c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:Felauary 2,2016 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 shall govern over those shown in the proposal. — 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized,by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal(subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: " 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:Febnkffy Z 2016 007200-1 T GENERAL CONDITIONS Page 1 l of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the �- receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies,the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of �- general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS +� PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:February 2,2016 007200-1 R 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 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:Febnmy 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 if: I. 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: I. 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. ndicated:I. 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 .a! PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:FebnimyZ 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project 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 immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii)notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. *� E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. *■ F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:Februay 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 Y- Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. — C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed — by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event ~� giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured)which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured"on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:February 2,2016 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 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:February 2,2016 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 conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers'Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations,personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:Few 2,2016 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 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:February Z 2016 007200-1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication)to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, �- Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source,kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:February 2,2016 00 72 00-1 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 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:FebnuaryZ 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. 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 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project ®- Revision:FdxuaryZ 2016 007200-1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales,maintenance,repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an"or-equal."City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal"at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:February 2,2016 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 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:February 2,2016 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 Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs,pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:FebnkuyZ 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. son B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from .• CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project FM Revision:Fdxuary 2,2016 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 Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:February2,2016 007200-1 , GENERAL CONDITIONS Page 28 of 63 go court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the T 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-fortns.htmI 6.12 Use of Site and Other Areas - A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:February Z 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 conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:Feb umy 2,2016 007200-1 w 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 R Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:Februmy 2,2016 007200-1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. -� C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform — to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule — during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of -- Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project - Revision:FebnkazyZ 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 .u. 5.02.13. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:Februa y Z 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:February 2,2016 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 part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, 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 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:Felmray2,2016 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 8—CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements;Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph _ 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:February 2,2016 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 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:February 2,2016 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 SPECJFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:Februazy 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 Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the �. change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:Febnuazy Z 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: —w 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with -- the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any,take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:Febnay Z 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 term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.0 LB, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.B, 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; u 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 PROJECT NO.00180:Former Riverside W WTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:February 2,2016 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. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project �» Revision:FebnuaryZ 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 11.0I.A.I or specifically covered by Paragraph 11.0I.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. i— 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.0I.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 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:February Z 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 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project �- Revision:February Z 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 *- PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:February 2,2016 007200-1 ,® GENERAL CONDITIONS Page 46 of 63 E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.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.B.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 11.01.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.O1.A.4 and 11.O1.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 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:Febnkary 2,2016 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 11.0l.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.O1.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 time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in �- this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be-deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when �-- direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:Febma yZ 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. I. 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 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:February Z 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 - PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:Febnkvv 2,2016 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 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project *^^ Revision:Febnwy 2,2016 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 run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim,pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven(7)days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS *� PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:Febngay Z 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. Applications for Payments: . 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project *^ Revision:Fcbnoy Z 2016 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 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:Febmazy Z 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. 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 mm 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 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:February Z 2016 007200-I 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 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:Febnmy 2,2016 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 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project o Revision:Febnaty Z 2016 00 72 00-1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15—SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time,directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:Febmary2,2016 007200-1 e 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 #20020-12-201 1 established under Paragraph 6.06.13); 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 dys, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:February2,2016 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 perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:Februmy Z 2016 007200-1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, — directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and - other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and . 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project � Revision:Fel mimy Z 2016 ,wry 00 72 00-1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case,Contractor shall be paid for(without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.13 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 m PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:February 2,2016 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. 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 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:February Z 2016 007200-1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or -� termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS «r. PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revision:Fey 2,2016 on 007300-1 SUPPLEMENTARY CONDITIONS w Pagel of 5 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 6 Supplementary Conditions 7 " 8 These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions,and other 9 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 10 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions 11 of the General Conditions which are not so modified or supplemented remain in full force and effect. 12 13 Defined Terms 14 15 The terms used in these Supplementary Conditions which are defined in the General Conditions have the 16 meaning assigned to them in the General Conditions,unless specifically noted herein. 17 .� 18 Modifications and Supplements 19 20 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 21 other Contract Documents. 22 23 SC-3.03B.2,"Resolving Discrepancies" 24 �. 25 Plans govern over Specifications. 26 27 SC-4.01A 28 29 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 30 Upon receiving the final easements descriptions,Contractor shall compare them to the lines shown on the 31 Contract Drawings. 32 33 SC-4.01A.1.,"Availability of Lands" 34 35 The following is a list of known outstanding right-of-way,and/or easements to be acquired,if any as of 36 November 15,2016:None 37 38 Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION None so 39 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 40 and do not bind the City. 41 42 If Contractor considers the final easements provided to differ materially from the representations on the 43 Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, 44 notify City in writing associated with the differing easement line locations. 45 46 47 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised January 22,2016 go 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 5 rt 1 2 SC-4.01A.2,"Availability of Lands" 3 4 Utilities or obstructions to be removed,adjusted,and/or relocated 5 6 The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated �. 7 as of November 15,2016. 8 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT ONCOR Overhead Power—Lagoon#I ..._..._...._..._..._.................__.-.._........_.................................._............. 9 The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed, I 10 and do not bind the City. 11 12 SC-4.02A.,"Subsurface and Physical Conditions" F 13 14 The following are reports of explorations and tests of subsurface conditions at the site of the Work: On 15 16 The City shall make available to the selected Bidder all previous environmental analytical results and 17 investigation reports for surface and subsurface soils within the project area for purposes of generating the 18 necessary waste profiles for disposal as well as site health and safety plans for its employees. ow 19 20 The following are drawings of physical conditions in or relating to existing surface and subsurface 21 structures(except Underground Facilities)which are at or contiguous to the site of the Work: im 22 None. 23 24 SC-4.06A.,"Hazardous Environmental Conditions at Site" 25 on 26 The following are reports and drawings of existing hazardous environmental conditions known to the City: 27 See SC-4.02A 28 29 SC-5.03A.,"Certificates of Insurance" 30 31 The entities listed below are"additional insureds as their interest may appear"including their respective 32 officers,directors,agents and employees. .. 33 34 (1) City 35 (2) Consultant: Freese and Nichols,Inc. 36 (3) Other: None 37 38 [Obtain approval for the limits shown for SC 5.04A thru 5.04D.from City before finalizing Contract 39 Documents) 40 SC-5.04A.,"Contractor's insurance" 41 42 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 43 coverages for not less than the following amounts or greater where required by laws and regulations: 44 45 5.04A.Workers'Compensation,under Paragraph GC-5.04A. 46 47 Statutory limits 48 Employer's liability CITY OF FORT WORTH fit+ STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised January 22,2016 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 5 1 $100,000 each accident/occurrence 2 $100,000 Disease-each employee 3 $500,000 Disease-policy limit 4 5 SC-5.04B.,"Contractor's Insurance" 6 7 5.04B.Commercial General Liability,under Paragraph GC-5.04B.Contractor's Liability Insurance 8 under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with 9 minimum limits of: 10 11 $1,000,000 each occurrence 12 $2,000,000 aggregate limit aw 13 14 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the 15 General Aggregate Limits apply separately to each job site. 16 17 The Commercial General Liability Insurance policies shall provide"X","C",and"U"coverage's. 18 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 19 20 SC 5.04C.,"Contractor's Insurance" 21 5.04C.Automobile Liability,under Paragraph GC-5.04C.Contractor's Liability Insurance under 22 Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: 23 24 (1) Automobile Liability-a commercial business policy shall provide coverage on"Any Auto", 25 defined as autos owned,hired and non-owned. 26 27 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 28 least: 29 30 $250,000 Bodily Injury per person/ 31 $500,000 Bodily Injury per accident 32 $100,000 Property Damage 33 w� 34 SC-5.04D.,"Contractor's Insurance" 35 36 The Contractor's construction activities will require its employees,agents,subcontractors,equipment,and 37 material deliveries to cross railroad properties and tracks:None. 38 39 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 40 hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 41 or other property. Such operations on railroad properties may require that Contractor to execute a"Right of .� 42 Entry Agreement"with the particular railroad company or companies involved,and to this end the 43 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 44 the right-of-entry(if any)required by a railroad company.The requirements specified herein likewise relate w 45 to the Contractor's use of private and/or construction access roads crossing said railroad company's 46 properties. 47 48 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 49 coverage for not less than the following amounts, issued by companies satisfactory to the City and to the 50 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 51 occupy,or touch railroad property: 52 53 (1) General Aggregate: $Confirin Limits with Railroad 54 +� CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised January 22,2016 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 5 w. 1 (2) Each Occurrence: $Conlirm Limits tit,ith Railroad 2 3 —Required for this Contract X Not required for this Contract 4 5 With respect to the above outlined insurance requirements,the following shall govern: 6 7 1. Where a single railroad company is involved,the Contractor shall provide one insurance policy in 8 the name of the railroad company. However, if more than one grade separation or at-grade 9 crossing is affected by the Project at entirely separate locations on the line or lines of the same 10 railroad company,separate coverage may be required,each in the amount stated above. 11 12 2. Where more than one railroad company is operating on the same right-of-way or where several 13 railroad companies are involved and operated on their own separate rights-of-way,the Contractor 14 may be required to provide separate insurance policies in the name of each railroad company. 15 16 3. If, in addition to a grade separation or an at-grade crossing,other work or activity is proposed on a 17 railroad company's right-of-way at a location entirely separate from the grade separation or at- 18 grade crossing,insurance coverage for this work must be included in the policy covering the grade 19 separation. 20 21 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- 22 way,all such other work may be covered in a single policy for that railroad, even though the work 23 may be at two or more separate locations. 24 25 No work or activities on a railroad company's property to be performed by the Contractor shall be 26 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 27 for each railroad company named,as required above. All such insurance must be approved by the City and 28 each affected Railroad Company prior to the Contractor's beginning work. 29 30 The insurance specified above must be carried until all Work to be performed on the railroad right-of-way 31 has been completed and the grade crossing,if any,is no longer used by the Contractor. In addition, 32 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 33 Such insurance must name the railroad company as the insured,together with any tenant or lessee of the 34 railroad company operating over tracks involved in the Project. 35 36 SC-6.04.,"Project Schedule" 37 38 Project schedule shall be tier 3 for the project. 39 40 SC-6.07.,"Wage Rates" 41 42 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 43 Appendices: 44 2013 Prevailing Wage Rates–Heavy and Highway Construction Projects 45 46 SC-6.09.,"Permits and Utilities" 47 48 SC-6.09A.,"Contractor obtained permits and licenses" 49 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 50 None 51 52 SC-6.09B."City obtained permits and licenses" 53 The following are known permits and/or licenses required by the Contract to be acquired by the City:None 54 CITY OF FORT WORTH PW STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised January 22,2016 w 007300-5 SUPPLEMENTARY CONDITIONS r Page 5 of 5 1 2 SC-6.09C."Outstanding permits and licenses" 3 4 The following is a list of known outstanding permits and/or licenses to be acquired,if any as of November 5 15,2016: 6 7 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None 8 9 SC-7.02.,"Coordination" 10 1 I The individuals or entities listed below have contracts with the City for the performance of other work at 12 the Site: ,,,,■ 13 Vendor Scope of Work Coordination Authority None 14 15 16 SC-8.01,"Communications to Contractor" 17 18 None 19 20 SC-9.01.,"City's Project Manager" 21 22 The City's Project Manager for this Contract is Stacy Walters,or his/her successor pursuant to written 23 notification from the Director of the Water Department. wa 24 25 SC-13.03C.,"Tests and Inspections" 26 27 None 28 29 SC-16.01C.I,"Methods and Procedures" 30 wa 31 None 32 33 34 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised January 22,2016 DIVISION O1 - GENERAL REQUIREMENTS 01 11 00-1 SUMMARY OF WORK Page] of 8 1 SECTION 01 1100 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. Paragraph 1.2 "Summary of Work" 9 2. Paragraph 1.5.C.3.a 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 1.2 SUMMARY OF WORK 14 A. kem Ate. Ir-Haul Readq-mffie Gentrel Man 15 " 16 17 . 19 20 , 21 Me 2plans. 23 G kemAle-3—AMbik w6em 24 " 25 26 . 27 2 28 20earing an 29 , 30 31 " 32 ° "and "0earing 33 and Gr-ubbing�–" 34 4em Xg. 5.-- Gare ef Water During Gen&P-uefiepi 35 36 " , 37 38 S. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project �. Revised December 20,2012 011100-2 SUMMARY OF WORK Page 2 of 8 2 1. Payment shall-beat-theprieefer eaek-sample-b PGB Ana4wie", w � 3 4 . 5 F'Ltem Ate. 7.--E*eayatien ejEC niamkated Sails (PGLE and Akial Zenes) .� 6 ' 7 „ , g , 9 speeyW and indieated en Me plans. 10 11 Landfill(Reund 1) 12 13 6PGAE an ;!Wal Zenes}teAtaseaLanogll nt shalf 14 15 16 &peetfied and indi .ea en the plan 17 z r e rt. n. T n ..,.,E en of Genfaminat. a reds inter c and Alda.Zenes) 2 18 19 " 20 21 22 23 F,&4 WgrA, T�Fvas as speeffied and indiewed en the plans, 24 25 W 26 1—Payrnentshall-bie-Mepriee per Mn bislfei- ''Pspiesal of C-B and;metal 27 ' 28 29 Atasea Landfill in kaset+, Te.*as as the pr4ee per ten s�aW by Me agreement 30 31 K kens Ate. 11: ,thea... r ndfi l 32 (d) 33 'DiVesal 4PG9 and Me 34 35 36 . 37 L. kem Are. 12.-- Sim Gra&ng LqgeenArw 38 1. Payment shall be at the lump sum pr4ee bidfiep 'Wite Gmding LageenArea 39 40 41 42 1. Pq+ynent shall be at priee per sere-bidfe "Grassingfer Fwesien-6'e =.Phien 43 44 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised December 20,2012 011100-3 SUMMARY OF WORK Page 3 of 8 1 2 " 3 Demelitien", 4 5 . 6 lt.....,. Ate 1:5.-- Dew.,,"!.....d T..,.......,..t..t;.,,. Oc l.f t.kftem AJAITD C Feet,res e 7 Rig 8 9 A&Aakfipem PPVTP SmuempesfeFReeyeling" 10 11 weFk as speetfied and indiewed en the plans. 12 13 raLKTP rt uet„u,.. 14 Aw 15 16 17 18 19 1. , 20 21 22 2 23 A. Item No. 1:Haul Road/Traffic Control Plan 24 1. Payment shall be at the lump sum price bid for "Haul Road/Traffic 25 Control Plan", which payment shall constitute full compensation for 26 labor, equipment, tools, and incidentals necessary to complete the 27 work as specified and indicated on the plans. 28 29 B. Item No.2:Storm Water Pollution Prevention Plan 30 1. Payment shall be at the lump sum price bid for "Storm Water 31 Pollution Prevention Plan". which payment shall constitute full 32 compensation for labor, equipment, tools, and incidentals necessary 33 to complete the work as specified and indicated on the plans. 34 35 C. Item No. 3:Mobilization 36 1. Payment shall be at the lump sum price bid for"Mobilization". which 37 payment shall constitute full compensation for labor, equipment, 38 tools, and incidentals necessary to complete the work as specified 39 and indicated on the plans. 40 41 42 43 44 45 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised December 20,2012 01 1100-4 SUMMARY OF WORK Page 4 of 8 1 D. Item No.4:Clearing and Grubbing 2 1. Measurement and Payment shall be at the lump sum price bid for 3 "Clearing and Grubbing', which payment shall constitute full 4 compensation for labor, equipment, tools, and incidentals necessary 5 to complete the work, including refilling of depressions. The amount 6 bid for "Clearing and Grubbing"shall not exceed three (3%)percent 7 of the total amount bid, exclusive of "Mobilization" and "Clearing 8 and Grubbing." 9 10 E. Item No. 5:Care of Water During Construction 11 1. Payment shall be at the lump sum price bid for "Care of Water 12 During Construction", which payment shall constitute full 13 compensation for labor, equipment, tools, and incidentals necessary 14 to complete the work as specified and indicated on the plans. 15 16 F. Item No. 6:PCB Analysis 17 1. Payment shall be at the price for each sample bid for"PCB Analysis", 18 which payment shall constitute full compensation for labor, w. 19 equipment, tools, and incidentals necessary to complete the work as 2 20 specified. 21 22 G. Item No. 7.Excavation of Contaminated Soils(PCLE and Metal Zones) 23 1. Payment shall be the price per cubic yard bid for "Excavation of 24 Contaminated Soils (PCLE and Metal Zones)", which payment shall 25 constitute full compensation for labor, equipment, tools, and 26 incidentals necessary to complete the work as specified and 27 indicated on the plans. 28 29 H. Item No. 8: Transportation of Contaminated Soils (PCLE and Metal Zones) to 30 Itasca Landfill(Round IA) W 31 1. Payment shall be the price per ton bid for 'Transportation of 32 Contaminated Soils (PCLE and Metal Zones) to Itasca Landfill(Round 33 IA)", which payment shall constitute full compensation for labor, 34 equipment, tools, and incidentals necessary to transport the 35 contaminated soil for Round IA to Itasca Landfill in Itasca, Texas as 36 specified and indicated on the plans. 37 38 1. Item No. 9: Transportation of Contaminated Soils (PCLE and Metal Zones) to 39 Itasca Landfill(Round IB) 40 1. Payment shall be the price per ton bid for 'Transportation of 41 Contaminated Soils (PCLE and Metal Zones) to Itasca Landfill(Round 42 IB)", which payment shall constitute full compensation for labor, 43 equipment, tools, and incidentals necessary to transport the 44 contaminated soil for Round IB to Itasca Landfill in Itasca, Texas as 45 specified and indicated on the plans. 46 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised December 20,2012 01 1100-5 SUMMARY OF WORK Page 5 of 8 1 J. Item No. 10: Transportation of Contaminated Soils (PCLE and Metal Zones) to 2 Southeast Landfill(Round 2) 3 1. Payment shall be the price per ton bid for 'Transportation of 4 Contaminated Soils (PCLE and Metal Zones) to Southeast Landfill 5 (Round 2)", which payment shall constitute full compensation for 6 labor, equipment, tools, and incidentals necessary to transport 7 108,300 tons of contaminated soil for Round 2 to Southeast Landfill 8 in Fort Worth, Texas as specified and indicated on the plans. 9 10 K. Item No. 11: Disposal of PCB and Metal Contaminated Soils at Itasca Landfill 11 (Round IA) 12 1. Payment shall be the price per ton bid for "Disposal of PCB and 13 Metal Contaminated Soils at Itasca Landfill (Round IA)", which 14 payment shall constitute full compensation for labor for the disposal 15 of contaminated soils for Round IA at Itasca Landfill in Itasca, Texas 16 at the price per ton stated by the agreement letter with Itasca 17 Landfill for PCB(>50 ppm)contaminated soil. — 18 19 L. Item No. 12: Disposal of PCB and Metal Contaminated Soils at Itasca Landfill 20 (Round IB) 21 1. Payment shall be the price per ton bid for "Disposal of PCB and 22 Metal Contaminated Soils at Itasca Landfill (Round IB)", which 23 payment shall constitute full compensation for labor for the disposal 2 ® 24 of contaminated soils for Round IB at Itasca Landfill in Itasca, Texas 25 at the price per ton stated by the agreement letter with Itasca 26 Landfill for PCB(<50 ppm)contaminated soil. 27 28 M. Item No. 13: Disposal of PCB and Metal Contaminated Soils at Southeast 29 Landfill(Round 2) 30 1. Payment shall be the price per ton bid for "Disposal of PCB and 31 Metal Contaminated Soils at Southeast Landfill (Round 2)", which 32 payment shall constitute full compensation for labor for the disposal 33 of soils for Round 2 at Southeast Landfill in Fort Worth, Texas at the 34 specified price per ton. 35 36 N. Item No. 14:Site Grading—Lagoon Area 37 1. Payment shall be at the lump sum price bid for "Site Grading — 38 Lagoon Area". which payment shall constitute full compensation for 39 labor, equipment, tools, and incidentals necessary to complete the 40 work as specified and indicated on the plans. 41 42 O. Item No. 1S:Grassing for Erosion Control 43 1. Payment shall be at price per acre bid for "Grassing for Erosion 44 Control". which payment shall constitute full compensation for labor, 45 equipment, tools, and incidentals necessary to complete the work as 46 specified and indicated on the plans. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised December 20,2012 011100-6 SUMMARY OF WORK Page 6 of 8 1 2 A Item No. 16:Building Structure and Demolition 3 1. Payment shall be at the lump sum price bid for "Building Structure 4 and Demolition', which payment shall constitute full compensation 5 for labor, equipment, tools, and incidentals necessary to complete 6 the work as specified and indicated on the plans. mm 7 8 Q. Item No. 17:Removal and Transportation of Metals from WWTP Structures for 9 Recycling 10 1. Payment shall be at the lump sum price bid for "Removal and 11 Transportation of Metals from WWTP Structures for Recycling", 12 which payment shall constitute full compensation for labor, 13 equipment, tools, and incidentals necessary to complete the work as 14 specified and indicated on the plans. 15 16 R. Item No. 18: Removal and Transportation of Asphalt Shingles and Wood 1 17 Debris from WWTP Structures 18 1. Payment shall be at the lump sum price bid for "Removal and 19 Transportation of Asphalt Shingles and Wood Debris from WWTP 20 Structures", which payment shall constitute full compensation for 21 labor, equipment, tools, and incidentals necessary to complete the 22 work as specified and indicated on the plans. 23 24 S. Item No. 19:Site Grading—WWTP Area 25 1. Payment shall be at the lump sum price bid for "Site Grading — 26 WWTP Area", which payment shall constitute full compensation for 27 labor, equipment, tools, and incidentals necessary to complete the 28 work as specified and indicated on the plans." 29 30 1.3 PRICE AND PAYMENT PROCEDURES 31 A. Measurement and Payment _ 32 1. Work associated with this Item is considered subsidiary to the various items bid. 33 No separate payment will be allowed for this Item. 34 1.4 REFERENCES [NOT USED] 35 1.5 ADMINISTRATIVE REQUIREMENTS 36 A. Work Covered by Contract Documents 37 1. Work is to include furnishing all labor, materials, and equipment, and performing 38 all Work necessary for this construction project as detailed in the Drawings and 39 Specifications. —' 40 B. Subsidiary Work CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised December 20,2012 �, 011100-7 SUMMARY OF WORK Page 7 of 8 1 1. Any and all Work specifically governed by documentary requirements for the 2 project, such as conditions imposed by the Drawings or Contract Documents in 3 which no specific item for bid has been provided for in the Proposal and the item is 4 not a typical unit bid item included on the standard bid item list,then the item shall 5 be considered as a subsidiary item of Work,the cost of which shall be included in 6 the price bid in the Proposal for various bid items. 7 C. Use of Premises 8 1. Coordinate uses of premises under direction of the City. 9 2. Assume full responsibility for protection and safekeeping of materials and 10 equipment stored on the Site. 11 3. Use and occupy only portions of the public streets and alleys, or other public places 12 or other rights-of-way as provided for in the ordinances of the City, as shown in the 13 Contract Documents, or as may be specifically authorized in writing by the City. 14 a. Provide flagmen when necessary at the following locations: 15 1) Intersection of Gateway Park and Haul Road(across from parking lot) 16 2) Intersection of Gateway Park Road and Haul Road(south of parking lot) 17 3) Intersection of Players Parkway and Haul Road "�" 18 b. A reasonable amount of tools, materials, and equipment for construction 19 purposes may be stored in such space,but no more than is necessary to avoid 20 delay in the construction operations. 21 c. Excavated and waste materials shall be stored in such a way as not to interfere 22 with the use of spaces that may be designated to be left free and unobstructed 23 and so as not to inconvenience occupants of adjacent property. 24 d. If the street is occupied by railroad tracks, the Work shall be carried on in such 25 manner as not to interfere with the operation of the railroad. 26 1) All Work shall be in accordance with railroad requirements set forth in 27 Division 0 as well as the railroad permit. 28 D. Work within Easements 29 1. Do not enter upon private property for any purpose without having previously 30 obtained permission from the owner of such property. 31 2. Do not store equipment or material on private property unless and until the 32 specified approval of the property owner has been secured in writing by the 33 Contractor and a copy furnished to the City. 34 3. Unless specifically provided otherwise, clear all rights-of-way or easements of 35 obstructions which must be removed to make possible proper prosecution of the 36 Work as a part of the project construction operations. 37 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery,plants, 38 lawns, fences,culverts,curbing, and all other types of structures or improvements, 39 to all water, sewer, and gas lines,to all conduits, overhead pole lines, or 40 appurtenances thereof,including the construction of temporary fences and to all 41 other public or private property adjacent to the Work. 42 5. Notify the proper representatives of the owners or occupants of the public or private 43 lands of interest in lands which might be affected by the Work. 44 a. Such notice shall be made at least 48 hours in advance of the beginning of the 45 Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised December 20,2012 xw 01 1100-9 SUMMARY OF WORK Page 8 of 8 1 b. Notices shall be applicable to both public and private utility companies and any 2 corporation, company,individual, or other,either as owners or occupants, 3 whose land or interest in land might be affected by the Work. 4 c. Be responsible for all damage or injury to property of any character resulting 5 from any act, omission,neglect, or misconduct in the manner or method or 6 execution of the Work,or at any time due to defective work, material,or 7 equipment. 8 6. Fence 9 a. Restore all fences encountered and removed during construction of the Project 10 to the original or a better than original condition. 11 b. Erect temporary fencing in place of the fencing removed whenever the Work is 12 not in progress and when the site is vacated overnight,and/or at all times to �- 13 provide site security. 14 c. The cost for all fence work within easements, including removal,temporary 15 closures and replacement, shall be subsidiary to the various items bid in the ,^ 16 project proposal,unless a bid item is specifically provided in the proposal. 17 1.6 SUBMITTALS [NOT USED] ow 18 1.7 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 19 1.8 CLOSEOUT SUBMITTALS [NOT USED] 20 1.9 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.10 QUALITY ASSURANCE [NOT USED] 22 1.11 DELIVERY,STORAGE,AND HANDLING [NOT USED] 23 1.12 FIELD [SITE] CONDITIONS [NOT USED] 24 1.13 WARRANTY [NOT USED] 25 PART 2- PRODUCTS [NOT USED] 26 PART 3 - EXECUTION [NOT USED] ow 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 29 �r CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised December 20,2012 y� 012500-1 SUBSTITUTION PROCEDURES Page 1 of 5 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES �* 3 PART 1 - 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 w 18 2. Division 1 —General Requirements 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. Request for Substitution-General 26 1. Within 30 days after award of Contract(unless noted otherwise),the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors,trade names, or 31 catalog numbers. 32 a. When this method of specifying is used, it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names,or catalog numbers,provided said products are"or-equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised July 1,2011 012500-2 SUBSTITUTION PROCEDURES Page 2 of 5 �. 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 knowledgeable concerning proposed product 37 c) Available field data and reports associated with proposed product 38 5) Samples 39 a) Provide at request of City. b- 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 '^ CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised July 1,2011 wo 012500-3 SUBSTITUTION PROCEDURES Page 3 of 5 1 2. City reserves the right to require proposed product to comply with color and pattern 2 of specified product if necessary to secure design intent. ® 3 3. In the event the substitution is approved,the resulting cost and/or time reduction 4 will be documented by Change Order in accordance with the General Conditions. 5 4. No additional contract time will be given for substitution. 6 5. Substitution will be rejected i£ 7 a. Submittal is not through the Contractor with his stamp of approval 8 b. Request is not made in accordance with this Specification Section 9 c. In the City's opinion, acceptance will require substantial revision of the original 10 design 11 d. In the City's opinion, substitution will not perform adequately the function 12 consistent with the design intent 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 17 A. In making request for substitution or in using an approved product,the Contractor 18 represents that the Contractor: 19 1. Has investigated proposed product, and has determined that it is adequate or 20 superior in all respects to that specified, and that it will perform function for which 21 it is intended 22 2. Will provide same guarantee for substitute item as for product specified 23 3. Will coordinate installation of accepted substitution into Work,to include building 24 modifications if necessary,making such changes as may be required for Work to be 25 complete in all respects 26 4. Waives all claims for additional costs related to substitution which subsequently 27 arise 28 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 29 1.11 FIELD [SITE] CONDITIONS [NOT USED] 30 1.12 WARRANTY [NOT USED] 31 PART 2- PRODUCTS [NOT USED] 32 PART 3 - EXECUTION [NOT USED] 33 END OF SECTION 34 �+* Revision Log CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Mr Revised July 1,2011 we 012500-4 SUBSTITUTION PROCEDURES Page 4 of 5 r� DATE NAME SUMMARY OF CHANGE r� 1 2 s■ ow M 9M on CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised July 1,2011 012500-5 SUBSTITUTION PROCEDURES ew Page 5 of 5 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 r 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? ,w 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised July 1,2011 0131 19-1 PRECONSTRUCTION MEETING Pagel of 3 1 SECTION 0131 19 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 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. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded,tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting,prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager ++ 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project ew Revised August 17,2012 0131 19-2 PRECONSTRUCTION MEETING Page 2 of 3 �u 1 e. Other City representatives 2 f. Others as appropriate 3 4. Construction Schedule 4 a. Prepare baseline construction schedule in accordance with Section 01 32 16 and 5 provide at Preconstruction Meeting. 6 b. City will notify Contractor of any schedule changes upon Notice of 7 Preconstruction Meeting. 8 5. Preliminary Agenda may include: 9 a. Introduction of Project Personnel 10 b. General Description of Project 11 c. Status of right-of-way,utility clearances,easements or other pertinent permits 12 d. Contractor's work plan and schedule 13 e. Contract Time 14 f. Notice to Proceed 15 g. Construction Staking — 16 h. Progress Payments 17 i. Extra Work and Change Order Procedures 18 j. Field Orders 19 k. Disposal Site Letter for Waste Material 20 1. Insurance Renewals 21 in. Payroll Certification 22 n. Material Certifications and Quality Control Testing 23 o. Public Safety and Convenience 24 p. Documentation of Pre-Construction Conditions 25 q. Weekend Work Notification 26 r. Legal Holidays 27 s. Trench Safety Plans 28 t. Confined Space Entry Standards 29 u. Coordination with the City's representative for operations of existing water 30 systems 31 v. Storm Water Pollution Prevention Plan +�• 32 w. Coordination with other Contractors 33 x. Early Warning System 34 y. Contractor Evaluation „ 35 z. Special Conditions applicable to the project 36 aa. Damages Claims 37 bb. Submittal Procedures 38 cc. Substitution Procedures 39 dd. Correspondence Routing 40 ee. Record Drawings 41 ff. Temporary construction facilities 42 gg. M/WBE or MBE/SBE procedures 43 hh. Final Acceptance 44 ii. Final Payment 45 J. Questions or Comments CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised August 17,2012 013119-3 PRECONSTRUCTION MEETING +w 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 14 w w M OR we CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project do Revised August 17,2012 013120-1 PROJECT MEETINGS Pagel of 3 1 SECTION 01 31 20 2 PROJECT MEETINGS 3 PARTI - 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 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. Schedule, attend and administer as specified,periodic progress meetings, and ® 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded,tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section,may be held when requested 29 by the City, Engineer or Contractor. 30 B. Pre-Construction Neighborhood Meeting 31 1. After the execution of the Agreement, but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: *� 33 a. Present projected schedule,including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project MR Revised July 1,2011 Of 3120-2 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 m. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised July 1,2011 no 013120-3 PROJECT MEETINGS no Page 3 of 3 1 o. Review monthly pay request 2 p. Review status of Requests for Information Im 3 6. Meeting Schedule 4 a. Progress meetings will be held periodically as determined by the Project 5 Representative. 6 1) Additional meetings may be held at the request of the: 7 a) City 8 b) Engineer 9 c) Contractor 10 7. Meeting Location 11 a. The City will establish a meeting location. 12 1) To the extent practicable,meetings will be held at the Site. 13 1.5 SUBMITTALS [NOT USED] 14 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 15 1.7 CLOSEOUT SUBMITTALS [NOT USED] 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE [NOT USED] 18 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 19 1.11 FIELD [SITE] CONDITIONS [NOT USED] .� 20 1.12 WARRANTY [NOT USED] 21 PART 2 - PRODUCTS [NOT USED] 22 PART 3- EXECUTION [NOT USED] 23 END OF SECTION i 24 .. Revision Log r DATE NAME SUMMARY OF CHANGE w 25 26 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised July I,2011 on 0132 16-1 CONSTRUCTION PROGRESS SCHEDULE Page] of 5 1 SECTION 0132 16 2 CONSTRUCTION PROGRESS SCHEDULE *� 3 PART 1 - 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 .�r 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 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 20 A. Definitions 21 1. Schedule Tiers 22 a. Tier 1 -No schedule submittal required by contract. Small,brief duration 23 projects 24 b. Tier 2 -No schedule submittal required by contract, but will require some 25 milestone dates. Small,brief duration projects 26 c. Tier 3 -Schedule submittal required by contract as described in the 27 Specification and herein. Majority of City projects, including all bond program 28 projects 29 d. Tier 4- Schedule submittal required by contract as described in the 30 Specification and herein. Large and/or complex projects with long durations 31 1) Examples: large water pump station project and associated pipeline with 32 interconnection to another governmental entity 33 e. Tier 5-Schedule submittal required by contract as described in the 34 Specification and herein. Large and/or very complex projects with long 35 durations,high public visibility 36 1) Examples might include a water or wastewater treatment plant 37 2. Baseline Schedule-Initial schedule submitted before work begins that will serve 38 as the baseline for measuring progress and departures from the schedule. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge lagoons Excavation and Disposal Project Revised July 1,2011 go 0132 16-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 ow 1 3. Progress Schedule-Monthly submittal of a progress schedule documenting 2 progress on the project and any changes anticipated. FM 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised July 1,2011 �,., 0132 16-3 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 w 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 wo 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised July 1,2011 we 0132 16-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 Iw 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 performed 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 sA 43 City, no further progress schedules are required. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised July 1,2011 0132 16-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALSANFORMATIONAL 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project r Revised July 1,2011 013233-1 PRECONSTRUCTION VIDEO Page 1 of 2 1 SECTION 0132 33 2 PRECONSTRUCTION VIDEO - 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 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 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. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 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 DELIVERY,STORAGE,AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project ww Revised July 1,2011 on 013233-2 PRECONSTRUCTION VIDEO Page 2 of 2 tAsr 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 5 w CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised July 1,2011 �. 013300-1 SUBMITTALS i Pagel 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 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 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by !� 31 processing times including, but not limited to: 32 a) Disapproval and resubmittal(if required) 33 b) Coordination with other submittals ,.� 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project no Revised December 20,2012 . r. 013300-2 SUBMITTALS Page 2 of 8 ur 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 t/2 inches x 11 inches to 8 '/2 inches x 11 inches. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180;Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised December 20,2012 013300-3 SUBMITTALS Page 3 of 8 1 E. Submittal Content 2 1. The date of submission and the dates of any previous submissions 3 2. The Project title and number 4 3. Contractor identification 'M 5 4. The names of- 6 £6 a. Contractor 7 b. Supplier 8 c. Manufacturer 9 5. Identification of the product,with the Specification Section number,page and 10 paragraph(s) 11 6. Field dimensions, clearly identified as such 12 7. Relation to adjacent or critical features of the Work or materials 13 8. Applicable standards, such as ASTM or Federal Specification numbers 14 9. Identification by highlighting of deviations from Contract Documents 15 10. Identification by highlighting of revisions on resubmittals .. 16 11. An 8-inch x 3-inch blank space for Contractor and City stamps 17 F. Shop Drawings 18 1. As specified in individual Work Sections includes, but is not necessarily limited to: 19 a. Custom-prepared data such as fabrication and erection/installation(working) 20 drawings 21 b. Scheduled information 22 c. Setting diagrams 23 d. Actual shopwork manufacturing instructions 24 e. Custom templates *® 25 f. Special wiring diagrams 26 g. Coordination drawings 27 h. Individual system or equipment inspection and test reports including: 28 1) Performance curves and certifications 29 i. As applicable to the Work 30 2. Details 31 a. Relation of the various parts to the main members and lines of the structure 32 b. Where correct fabrication of the Work depends upon field measurements 33 1) Provide such measurements and note on the drawings prior to submitting 34 for approval. 35 G. Product Data 36 1. For submittals of product data for products included on the City's Standard Product 37 List, clearly identify each item selected for use on the Project. 38 2. For submittals of product data for products not included on the City's Standard 39 Product List, submittal data may include, but is not necessarily limited to: 40 a. Standard prepared data for manufactured products(sometimes referred to as 41 catalog data) 42 1) Such as the manufacturer's product specification and installation 43 instructions 44 2) Availability of colors and patterns 45 3) Manufacturer's printed statements of compliances and applicability .�w CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project w®r Revised December 20,2012 013300-4 SUBMITTALS Page 4 of 8 1 4) Roughing-in diagrams and templates 2 5) Catalog cuts 3 6) Product photographs 4 7) Standard wiring diagrams 5 8) Printed performance curves and operational-range diagrams 6 9) Production or quality control inspection and test reports and certifications "" 7 10) Mill reports 8 11) Product operating and maintenance instructions and recommended 9 spare-parts listing and printed product warranties �- 10 12) As applicable to the Work 11 H. Samples 12 1. As specified in individual Sections,include, but are not necessarily limited to: 13 a. Physical examples of the Work such as: 14 1) Sections of manufactured or fabricated Work 15 2) Small cuts or containers of materials 16 3) Complete units of repetitively used products color/texture/pattern swatches 17 and range sets 18 4) Specimens for coordination of visual effect 19 5) Graphic symbols and units of Work to be used by the City for independent 20 inspection and testing, as applicable to the Work 21 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 22 be fabricated or installed prior to the approval or qualified approval of such item. 23 1. Fabrication performed,materials purchased or on-site construction accomplished 24 which does not conform to approved shop drawings and data is at the Contractor's 25 risk. 26 2. The City will not be liable for any expense or delay due to corrections or remedies 27 required to accomplish conformity. 28 3. Complete project Work,materials,fabrication, and installations in conformance 29 with approved shop drawings, applicable samples, and product data. 30 J. Submittal Distribution 31 1. Electronic Distribution 32 a. Confirm development of Project directory for electronic submittals to be 33 uploaded to City's Buzzsaw site, or another external FTP site approved by the 34 City. 35 b. Shop Drawings 36 1) Upload submittal to designated project directory and notify appropriate 37 City representatives via email of submittal posting. 38 2) Hard Copies 39 a) 3 copies for all submittals " 40 b) If Contractor requires more than 1 hard copy of Shop Drawings 41 returned, Contractor shall submit more than the number of copies listed 42 above. 43 c. Product Data 44 1) Upload submittal to designated project directory and notify appropriate 45 City representatives via email of submittal posting. 46 2) Hard Copies 47 a) 3 copies for all submittals CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00190:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised December 20,2012 r� 013300-5 SUBMITTALS Page 5 of 8 1 d. Samples 2 1) Distributed to the Project Representative 3 2. Hard Copy Distribution(if required in lieu of electronic distribution) 4 a. Shop Drawings 5 1) Distributed to the City 6 2) Copies 7 a) 8 copies for mechanical submittals 8 b) 7 copies for all other submittals 9 c) If Contractor requires more than 3 copies of Shop Drawings returned, 10 Contractor shall submit more than the number of copies listed above. 11 b. Product Data 12 1) Distributed to the City 13 2) Copies 14 a) 4 copies 15 c. Samples 16 1) Distributed to the Project Representative 17 2) Copies 18 a) Submit the number stated in the respective Specification Sections. 19 3. Distribute reproductions of approved shop drawings and copies of approved 20 product data and samples,where required,to the job site file and elsewhere as .� 21 directed by the City. 22 a. Provide number of copies as directed by the City but not exceeding the number 23 previously specified. ., 24 K. Submittal Review 25 1. The review of shop drawings, data and samples will be for general conformance 26 with the design concept and Contract Documents. This is not to be construed as: 27 a. Permitting any departure from the Contract requirements 28 b. Relieving the Contractor of responsibility for any errors, including details, 29 dimensions,and materials 30 c. Approving departures from details furnished by the City,except as otherwise 31 provided herein 32 2. The review and approval of shop drawings, samples or product data by the City 33 does not relieve the Contractor from his/her responsibility with regard to the 34 fulfillment of the terms of the Contract. 35 a. All risks of error and omission are assumed by the Contractor, and the City will 36 have no responsibility therefore. 37 3. The Contractor remains responsible for details and accuracy, for coordinating the 38 Work with all other associated work and trades, for selecting fabrication processes, 39 for techniques of assembly and for performing Work in a safe manner. 40 4. If the shop drawings, data or samples as submitted describe variations and show a 41 departure from the Contract requirements which City finds to be in the interest of 42 the City and to be so minor as not to involve a change in Contract Price or time for 43 performance,the City may return the reviewed drawings without noting an 44 exception. 45 5. Submittals will be returned to the Contractor under 1 of the following codes: 46 a. Code 1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project rw Revised December 20,2012 013300-6 SUBMITTALS Page 6 of 8 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or 2 comments on the submittal. 3 a) When returned under this code the Contractor may release the '® 4 equipment and/or material for manufacture. 5 b. Code 2 6 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 7 the notations and comments IS NOT required by the Contractor. 8 a) The Contractor may release the equipment or material for manufacture; 9 however, all notations and comments must be incorporated into the 10 final product. 11 c. Code 3 12 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 13 assigned when notations and comments are extensive enough to require a 14 resubmittal of the package. 15 a) The Contractor may release the equipment or material for manufacture; 16 however, all notations and comments must be incorporated into the 17 final product. 18 b) This resubmittal is to address all comments, omissions and 19 non-conforming items that were noted. 20 c) Resubmittal is to be received by the City within 15 Calendar Days of 21 the date of the City's transmittal requiring the resubmittal. 22 d. Code 4 23 1) "NOT APPROVED" is assigned when the submittal does not meet the 24 intent of the Contract Documents. 25 a) The Contractor must resubmit the entire package revised to bring the �. 26 submittal into conformance. 27 b) It may be necessary to resubmit using a different manufacturer/vendor 28 to meet the Contract Documents. 29 6. Resubmittals 30 a. Handled in the same manner as first submittals 31 1) Corrections other than requested by the City ®, 32 2) Marked with revision triangle or other similar method 33 a) At Contractor's risk if not marked 34 b. Submittals for each item will be reviewed no more than twice at the City's 35 expense. 36 1) All subsequent reviews will be performed at times convenient to the City 37 and at the Contractor's expense, based on the City's or City 38 Representative's then prevailing rates. 39 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 40 all such fees invoiced by the City. 41 c. The need for more than 1 resubmission or any other delay in obtaining City's �- 42 review of submittals,will not entitle the Contractor to an extension of Contract 43 Time. 44 7. Partial Submittals 45 a. City reserves the right to not review submittals deemed partial, at the City's 46 discretion. 47 b. Submittals deemed by the City to be not complete will be returned to the 48 Contractor, and will be considered"Not Approved"until resubmitted. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised December 20,2012 013300-7 SUBMITTALS +*� Page 7 of 8 1 c. The City may at its option provide a list or mark the submittal directing the 2 Contractor to the areas that are incomplete. 3 8. If the Contractor considers any correction indicated on the shop drawings to 4 constitute a change to the Contract Documents,then written notice must be 5 provided thereof to the City at least 7 Calendar Days prior to release for 6 manufacture. 7 9. When the shop drawings have been completed to the satisfaction of the City, the 8 Contractor may carry out the construction in accordance therewith and no further 9 changes therein except upon written instructions from the City. 10 10. Each submittal, appropriately coded,will be returned within 30 Calendar Days 11 following receipt of submittal by the City. 12 L. Mock ups 13 1. Mock Up units as specified in individual Sections, include, but are not necessarily .. 14 limited to, complete units of the standard of acceptance for that type of Work to be 15 used on the Project. Remove at the completion of the Work or when directed. 16 M. Qualifications 17 1. If specifically required in other Sections of these Specifications, submit a P.E. 18 Certification for each item required. 19 N. Request for Information(RFI) 20 1. Contractor Request for additional information 21 a. Clarification or interpretation of the contract documents 22 b. When the Contractor believes there is a conflict between Contract Documents 23 c. When the Contractor believes there is a conflict between the Drawings and 24 Specifications 25 1) Identify the conflict and request clarification 26 2. Use the Request for Information(RFI) form provided by the City. 27 3. Numbering of RFI 28 a. Prefix with"RFI" followed by series number,"-xxx",beginning with"01"and 29 increasing sequentially with each additional transmittal. 30 4. Sufficient information shall be attached to permit a written response without further 31 information. 32 5. The City will log each request and will review the request. 33 a. If review of the project information request indicates that a change to the . 34 Contract Documents is required,the City will issue a Field Order or Change 35 Order, as appropriate. 36 1.5 SUBMITTALS [NOT USED] 37 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 38 1.7 CLOSEOUT SUBMITTALS [NOT USED] 39 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] ow 40 1.9 QUALITY ASSURANCE [NOT USED] 41 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 40 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project ow Revised December 20,2012 9M 013300-8 SUBMITTALS Page 8 of 8 Vr 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] *� 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3- EXECUTION [NOT USED] 5 END OF SECTION 6 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.4.K.8.Working Days modified to Calendar Days 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised December 20,2012 013513-1 SPECIAL PROJECT PROCEDURES Page i of 8 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes,but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives,Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control �. 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 —General Requirements 23 3. Section 33 12 25—Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Coordination within Railroad permit areas 27 a. Measurement 28 1) Measurement for this Item will be by lump sum. 29 b. Payment *� 30 1) The work performed and materials furnished in accordance with this Item 31 will be paid for at the lump sum price bid for Railroad Coordination. 32 c. The price bid shall include: 33 1) Mobilization 34 2) Inspection 35 3) Safety training ^„ 36 4) Additional Insurance 37 5) Insurance Certificates 38 6) Other requirements associated with general coordination with Railroad, 39 including additional employees required to protect the right-of-way and s 40 property of the Railroad from damage arising out of and/or from the 41 construction of the Project. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project w Revised December 20,2012 ..r 0135 13-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 2. Railroad Flagmen 2 a. Measurement 3 1) Measurement for this Item will be per working day. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 will be paid for each working day that Railroad Flagmen are present at the 7 Site. 8 c. The price bid shall include: 9 1) Coordination for scheduling flagmen 10 2) Flagmen 11 3) Other requirements associated with Railroad 12 3. All other items 13 a. Work associated with these Items is considered subsidiary to the various Items 14 bid. No separate payment will be allowed for this Item. 15 1.3 REFERENCES 16 A. Reference Standards 17 1. Reference standards cited in this Specification refer to the current reference 18 standard published at the time of the latest revision date logged at the end of this 19 Specification, unless a date is specifically cited. 20 2. Health and Safety Code,Title 9. Safety, Subtitle A. Public Safety, Chapter 752. • 21 High Voltage Overhead Lines. 22 3. North Central Texas Council of Governments(NCTCOG)—Clean Construction 23 Specification 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Coordination with the Texas Department of Transportation .� 26 1. When work in the right-of-way which is under the jurisdiction of the Texas 27 Department of Transportation(TxDOT): 28 a. Notify the Texas Department of Transportation prior to commencing any work 29 therein in accordance with the provisions of the permit 30 b. All work performed in the TxDOT right-of-way shall be performed in 31 compliance with and subject to approval from the Texas Department of 32 Transportation 33 B. Work near High Voltage Lines 34 1. Regulatory Requirements 35 a. All Work near High Voltage Lines(more than 600 volts measured between 36 conductors or between a conductor and the ground)shall be in accordance with 37 Health and Safety Code,Title 9, Subtitle A, Chapter 752. 38 2. Warning sign 39 a. Provide sign of sufficient size meeting all OSHA requirements. 40 3. Equipment operating within 10 feet of high voltage lines will require the following 41 safety features 42 a. Insulating cage-type of guard about the boom or arm 43 b. Insulator links on the lift hook connections for back hoes or dippers �* CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised December 20,2012 err 0135 13-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 c. Equipment must meet the safety requirements as set forth by OSHA and the 2 safety requirements of the owner of the high voltage lines 3 4. Work within 6 feet of high voltage electric lines 4 a. Notification shall be given to: 5 1) The power company(example: ONCOR) 6 a) Maintain an accurate log of all such calls to power company and record 7 action taken in each case. 8 b. Coordination with power company '® 9 1) After notification coordinate with the power company to: 10 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 11 lower the lines 12 c. No personnel may work within 6 feet of a high voltage line before the above 13 requirements have been met. 14 C. Confined Space Entry Program 15 1. Provide and follow approved Confined Space Entry Program in accordance with 16 OSHA requirements. 17 2. Confined Spaces include: 18 a. Manholes 19 b. All other confined spaces in accordance with OSHA's Permit Required for 20 Confined Spaces 21 D. Air Pollution Watch Days 22 1. General 23 a. Observe the following guidelines relating to working on City construction sites 24 on days designated as"AIR POLLUTION WATCH DAYS". 25 b. Typical Ozone Season 26 1) May 1 through October 31. 27 c. Critical Emission Time 28 1) 6:00 a.m. to 10:00 a.m. 29 2. Watch Days 30 a. The Texas Commission on Environmental Quality(TCEQ), in coordination 31 with the National Weather Service, will issue the Air Pollution Watch by 3:00 32 p.m. on the afternoon prior to the WATCH day. 33 b. Requirements 34 1) Begin work after 10:00 a.m.whenever construction phasing requires the 35 use of motorized equipment for periods in excess of 1 hour. 36 2) However,the Contractor may begin work prior to 10:00 a.m. if: 37 a) Use of motorized equipment is less than 1 hour, or 38 b) If equipment is new and certified by EPA as "Low Emitting", or 39 equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or 40 alternative fuels such as CNG. 41 E. TCEQ Air Permit 42 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 43 F. Use of Explosives, Drop Weight,Etc. 44 1. When Contract Documents permit on the project the following will apply: 45 a. Public Notification CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised December 20,2012 Of 35 13-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 1) Submit notice to City and proof of adequate insurance coverage,24 hours 2 prior to commencing. 3 2) Minimum 24 hour public notification in accordance with Section 0131 13 4 G. Water Department Coordination 5 1. During the construction of this project, it will be necessary to deactivate, for a 6 period of time,existing lines. The Contractor shall be required to coordinate with 7 the Water Department to determine the best times for deactivating and activating 8 those lines. 9 2. Coordinate any event that will require connecting to or the operation of an existing 10 City water line system with the City's representative. 11 a. Coordination shall be in accordance with Section 33 12 25. 12 b. If needed, obtain a hydrant water meter from the Water Department for use 13 during the life of named project. 14 c. In the event that a water valve on an existing live system be turned off and on 15 to accommodate the construction of the project is required, coordinate this 16 activity through the appropriate City representative. 17 1) Do not operate water line valves of existing water system. 18 a) Failure to comply will render the Contractor in violation of Texas Penal 19 Code Title 7, Chapter 28.03 (Criminal Mischief)and the Contractor 20 will be prosecuted to the full extent of the law. 21 b) In addition,the Contractor will assume all liabilities and 22 responsibilities as a result of these actions. 23 H. Public Notification Prior to Beginning Construction 24 1. Prior to beginning construction on any block in the project, on a block by block 25 basis,prepare and deliver a notice or flyer of the pending construction to the front 26 door of each residence or business that will be impacted by construction.The notice 27 shall be prepared as follows: Aw 28 a. Post notice or flyer 7 days prior to beginning any construction activity on each 29 block in the project area. 30 1) Prepare flyer on the Contractor's letterhead and include the following 31 information: 32 a) Name of Project 33 b) City Project No(CPN) .� 34 c) Scope of Project(i.e.type of construction activity) 35 d) Actual construction duration within the block 36 e) Name of the contractor's foreman and phone number 37 f) Name of the City's inspector and phone number 38 g) City's after-hours phone number 39 2) A sample of the `pre-construction notification' flyer is attached as Exhibit 40 A. 41 3) Submit schedule showing the construction start and finish time for each 42 block of the project to the inspector. 43 4) Deliver flyer to the City Inspector for review prior to distribution. 44 b. No construction will be allowed to begin on any block until the flyer is 45 delivered to all residents of the block. 46 I. Public Notification of Temporary Water Service Interruption during Construction CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised December 20,2012 ®. 0135 13-5 SPECIAL PROJECT PROCEDURES ON Page 5 of 8 1 1. In the event it becomes necessary to temporarily shut down water service to 2 residents or businesses during construction,prepare and deliver a notice or flyer of "' 3 the pending interruption to the front door of each affected resident. 4 2. Prepared notice as follows: 5 a. The notification or flyer shall be posted 24 hours prior to the temporary 6 interruption. 7 b. Prepare flyer on the contractor's letterhead and include the following 8 information: 9 1) Name of the project 10 2) City Project Number 11 3) Date of the interruption of service 12 4) Period the interruption will take place 13 5) Name of the contractor's foreman and phone number 14 6) Name of the City's inspector and phone number 15 c. A sample of the temporary water service interruption notification is attached as 16 Exhibit B. 17 d. Deliver a copy of the temporary interruption notification to the City inspector 18 for review prior to being distributed. 19 e. No interruption of water service can occur until the flyer has been delivered to 20 all affected residents and businesses. 21 f. Electronic versions of the sample flyers can be obtained from the Project 22 Construction Inspector. 23 J. Coordination with United States Army Corps of Engineers(USACE) .� 24 1. At locations in the Project where construction activities occur in areas where 25 USACE permits are required,meet all requirements set forth in each designated 26 permit. 27 K. Dust Control 28 1. Use acceptable measures to control dust at the Site. 29 a. If water is used to control dust, capture and properly dispose of waste water. �* 30 b. If wet saw cutting is performed, capture and properly dispose of slurry. 31 L. Employee Parking 32 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised December 20,2012 0135 13-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 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] OR 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 1.43—Added requirement of compliance with Health and Safety Code,Title 9. 8/31/2012 D.Johnson Safety,Subtitle A.Public Safety,Chapter 752.High Voltage Overhead Lines. 1.4.E—Added Contractor responsibility for obtaining a TCEQ Air Permit 13 on w. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised December 20,2012 013513-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 ® 8 CPN No.: 9 Project Name: to Mapsco Location: �. 11 Limits of Construction: 12 13 +.r r.r 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. ,. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised December 20,2012 pw 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 .w t EXHIBIT B 2 OW FORT WORTH Do": DOE I1O.XXXX �e,, "Mm: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON --- BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, .CONTRACTOR 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised December 20,2012 01 45 23-I 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 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment .� 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing, coordinating, and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails,the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing •� 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City,notify City, sufficiently *� 31 in advance,when testing is needed. 32 b. When testing is required to be completed by the Contractor,notify City, 33 sufficiently in advance,that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site, or another external FTP site approved by 38 the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project 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 1Y®` 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 ow 30 FW CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised July 1,2011 015000-1 TEMPORARY FACILITIES AND CONTROLS +� Pagel of 4 1 SECTION 0150 00 an 2 TEMPORARY FACILITIES AND CONTROLS 3 PART 1 - GENERAL 4 1.1 SUMMARY an 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 f. Temporary Haul Road 14 g. Temporary Traffic Signage 15 B. Deviations from this City of Fort Worth Standard Specification w. 16 1. None. 17 C. Related Specification Sections include, but are not necessarily limited to: 18 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 19 2. Division 1 —General Requirements 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. Temporary Utilities 27 1. Obtaining Temporary Service rwr 28 a. Make arrangements with utility service companies for temporary services. 29 b. Abide by rules and regulations of utility service companies or authorities 30 having jurisdiction. 31 c. Be responsible for utility service costs until Work is approved for Final 32 Acceptance. 33 1) Included are fuel, power,light,heat and other utility services necessary for 34 execution, completion,testing and initial operation of Work. 35 2. Water 36 a. Contractor to.provide water required for and in connection with Work to be 37 performed and for specified tests of piping,equipment,devices or other use as 38 required for the completion of the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised July 1,2011 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 �r 1 b. Provide and maintain adequate supply of potable water for domestic 2 consumption by Contractor personnel and City's Project Representatives. 3 c. Coordination 4 1) Contact City 1 week before water for construction is desired 5 d. Contractor Payment for Construction Water 6 1) Obtain construction water meter from City for payment as billed by City's *'* 7 established rates. 8 3. Electricity and Lighting 9 a. Provide and pay for electric powered service as required for Work, including 10 testing of Work. 11 1) Provide power for lighting, operation of equipment, or other use. 12 b. Electric power service includes temporary power service or generator to .� 13 maintain operations during scheduled shutdown. 14 4. Telephone 15 a. Provide emergency telephone service at Site for use by Contractor personnel 16 and others performing work or furnishing services at Site. 17 5. Temporary Heat and Ventilation 18 a. Provide temporary heat as necessary for protection or completion of Work. .■ 19 b. Provide temporary heat and ventilation to assure safe working conditions. 20 B. Sanitary Facilities 21 1. Provide and maintain sanitary facilities for persons on Site. 22 a. Comply with regulations of State and local departments of health. 23 2. Enforce use of sanitary facilities by construction personnel at job site. 24 a. Enclose and anchor sanitary facilities. 25 b. No discharge will be allowed from these facilities. 26 c. Collect and store sewage and waste so as not to cause nuisance or health 27 problem. 28 d. Haul sewage and waste off-site at no less than weekly intervals and properly 29 dispose in accordance with applicable regulation. 30 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 31 4. Remove facilities at completion of Project 32 C. Storage Sheds and Buildings 33 1. Provide adequately ventilated,watertight,weatherproof storage facilities with floor 34 above ground level for materials and equipment susceptible to weather damage. 35 2. Storage of materials not susceptible to weather damage may be on blocks off +*� 36 ground. 37 3. Store materials in a neat and orderly manner. 38 a. Place materials and equipment to permit easy access for identification, 39 inspection and inventory. 40 4. Equip building with lockable doors and lighting, and provide electrical service for 41 equipment space heaters and heating or ventilation as necessary to provide storage *� 42 environments acceptable to specified manufacturers. 43 5. Fill and grade site for temporary structures to provide drainage away from 44 temporary and existing buildings. 45 6. Remove building from site prior to Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised July 1,2011 y., 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 D. Temporary Fencing 2 1. Provide and maintain for the duration or construction when required in contract 3 documents 4 E. Dust Control 5 1. Contractor is responsible for maintaining dust control through the duration of the 6 project. 7 a. Contractor remains on-call at all times 8 b. Must respond in a timely manner 9 F. Temporary Protection of Construction 10 1. Contractor or subcontractors are responsible for protecting Work from damage due 11 to weather. 12 G. Temporary Haul Road .. 13 1. Provide a temporary gravel road to provide construction traffic access to the 14 Lagoon area entrance as required in the plans. 15 H. Temporary Project Signage " 16 1. Provide temporary signs as indicated on Sheet C.2 in the plans. 17 1.5 SUBMITTALS [NOT USED] 18 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE [NOT USED] 22 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 23 1.11 FIELD [SITE] CONDITIONS [NOT USED] 24 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS [NOT USED] 26 PART 3 - EXECUTION [NOT USED] 27 3.1 INSTALLERS [NOT USED] 28 3.2 EXAMINATION [NOT USED] 29 3.3 PREPARATION [NOT USED] 30 3.4 INSTALLATION 31 A. Temporary Facilities 32 1. Maintain all temporary facilities for duration of construction activities as needed. w� CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project on Revised July 1,2011 go 015000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 PW 1 3.5 [REPAIR] /[RESTORATION] 2 3.6 RE-INSTALLATION .. 3 3.7 FIELD [ORI SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] `^" 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES 8 A. Temporary Facilities 9 1. Remove all temporary facilities and restore area after completion of the Work,to a 10 condition equal to or better than prior to start of Work. 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] !.. 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 Revision Log DATE NAME SUMMARY OF CHANGE 16 w CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised July I,2011 015526-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Pagel of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL +o 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 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. Section 34 71 13—Traffic Control 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. Reference Standards .. 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification,unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS .� 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings,provide Traffic • 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings,prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Street Use Permit is required. .�r CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised July 1,2011 Of 5526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 I a. To obtain Street Use Permit, submit Traffic Control Plans to City 2 Transportation and Public Works Department. 3 1) Allow a minimum of 5 working days for permit review. ` 4 2) Contractor's responsibility to coordinate review of Traffic Control plans for 5 Street Use Permit,such that construction is not delayed. 6 C. Modification to Approved Traffic Control 7 1. Prior to installation traffic control: 8 a. Submit revised traffic control plans to City Department Transportation and 9 Public Works Department. 10 1) Revise Traffic Control plans in accordance with Section 34 71 13. 11 2) Allow minimum 5 working days for review of revised Traffic Control. 12 3) It is the Contractor's responsibility to coordinate review of Traffic Control 13 plans for Street Use Permit, such that construction is not delayed. 14 D. Removal of Street Sign , 15 1. If it is determined that a street sign must be removed for construction,then contact 16 City Transportation and Public Works Department, Signs and Markings Division to 17 remove the sign. �. 18 E. Temporary Signage 19 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 20 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 21 Devices(MUTCD). 22 2. Install temporary sign before the removal of permanent sign. 23 3. When construction is complete,to the extent that the permanent sign can be 24 reinstalled, contact the City Transportation and Public Works Department, Signs 25 and Markings Division,to reinstall the permanent sign. 26 F. Traffic Control Standards 27 1. Traffic Control Standards can be found on the City's Buzzsaw website. .. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised July 1,2011 r� 01 5526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised July I,2011 015713-1 STORM WATER POLLUTION PREVENTION ®w Page 1 of 3 www 1 SECTION 0157 13 2 STORM WATER POLLUTION PREVENTION .� 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans + . 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 11 Contract 12 2. Division 1 —General Requirements 13 3. Section 3125 00—Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance www 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 3125 00. 21 1.3 REFERENCES r 22 A. Abbreviations and Acronyms 23 1. Notice of Intent:NOI 24 2. Notice of Termination:NOT �r 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification,unless a date is specifically cited. 32 2. Integrated Storm Management(iSWM)Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project www Revised July 1,2011 low 015713-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 FW 1 1. Contractor is responsible for resolution and payment of any fines issued associated 2 with compliance to Stormwater Pollution Prevention Plan. PM 3 B. Construction Activities resulting in: 4 1. Less than 1 acre of disturbance 5 a. Provide erosion and sediment control in accordance with Section 3125 00 and 6 Drawings. 7 2. 1 to less than 5 acres of disturbance 8 a. Texas Pollutant Discharge Elimination System(TPDES) General Construction .. 9 Permit is required 10 b. Complete SWPPP in accordance with TCEQ requirements 11 1) TCEQ Small Construction Site Notice Required under general permit 12 TXR150000 13 a) Sign and post at job site 14 b) Prior to Preconstruction Meeting, send 1 copy to City Department of 15 Transportation and Public Works, Environmental Division,(817)392- 16 6088. 17 2) Provide erosion and sediment control in accordance with: 18 a) Section 3125 00 19 b) The Drawings 20 c) TXR150000 General Permit 21 d) SWPPP w 22 e) TCEQ requirements 23 3. 5 acres or more of Disturbance 24 a. Texas Pollutant Discharge Elimination System(TPDES) General Construction 25 Permit is required 26 b. Complete SWPPP in accordance with TCEQ requirements 27 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 28 a) Sign and post at job site 29 b) Send copy to City Department of Transportation and Public Works, 30 Environmental Division, (817)392-6088. , 31 2) TCEQ Notice of Change required if making changes or updates to NOI 32 3) Provide erosion and sediment control in accordance with: 33 a) Section 3125 00 34 b) The Drawings '^ 35 c) TXR150000 General Permit 36 d) SWPPP 37 e) TCEQ requirements 38 4) Once the project has been completed and all the closeout requirements of 39 TCEQ have been met a TCEQ Notice of Termination can be submitted. 40 a) Send copy to City Department of Transportation and Public Works, 41 Environmental Division, (817) 392-6088. 42 1.5 SUBMITTALS 43 A. SWPPP 44 1. Submit in accordance with Section 0133 00,except as stated herein. 45 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 46 as follows: 47 1) 1 copy to the City Project Manager CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised July 1,2011 .w. ow 0157 13-3 STORM WATER POLLUTION PREVENTION me Page 3 of 3 1 a) City Project Manager will forward to the City Department of 2 Transportation and Public Works, Environmental Division for review In 3 B. Modified SWPPP 4 1. If the SWPPP is revised during construction,resubmit modified SWPPP to the City 5 in accordance with Section 0133 00. 6 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] ,., 7 1.7 CLOSEOUT SUBMITTALS [NOT USED] 8 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 9 1.9 QUALITY ASSURANCE [NOT USED] 10 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 11 1.11 FIELD [SITE] CONDITIONS [NOT USED] 12 1.12 WARRANTY [NOT USED] 13 PART 2- PRODUCTS [NOT USED] 14 PART 3 - EXECUTION [NOT USED] 15 END OF SECTION 16 Revision Log DATE NAME SUMMARY OF CHANGE 17 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised July 1,2011 015813-1 TEMPORARY PROJECT SIGNAGE Page l 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 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 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 �. 27 2.1 OWNER-FURNISHED[oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 29 A. Design Criteria CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project ew Revised July 1,2011 wo 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 ww 1 1. Provide free standing Project Designation Sign in accordance with City's Standard 2 Details for project signs. FM 3 B. Materials 4 1. Sign 5 a. Constructed of/4-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] r 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised July 1,2011 01 58 13-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3. 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 �w w CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised July 1,2011 016000-1 PRODUCT REQUIREMENTS Pagel 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 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] ., 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 1. Resources\02-Construction Documents\Standard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. t■r 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List,not all 26 products from that manufacturer are approved for use, including but not limited to,that 27 manufacturer's standard product. 28 E. See Section 01 33 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] i CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project rw Revised December 20,2012 ow 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 IM 1 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] ON 3 1.12 WARRANTY [NOT USED] 00 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 .w 8 .w. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised December 20,2012 w 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS *� 3 PART 1 - 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 I 1 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 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 [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] .■t 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] ®" 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] " 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00190:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project r Revised July 1,2011 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 asr 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised July 1,2011 w� 016600-3 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project w Revised July 1,2011 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 �. 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 w• PM ow FM CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised July 1,2011 017000-1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1 - GENERAL 4 1.1 SUMMARY on 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization ow 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. �w 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised December 20,2012 01 7000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 a. Mobilization and Demobilization 2 1) Mobilization shall consist of the activities and cost on a Work Order basis 3 necessary for: 4 a) Transportation of Contractor's personnel,equipment, and operating 5 supplies to the Site for the issued Work Order. 6 b) Establishment of necessary general facilities for the Contractor's * 7 operation at the Site for the issued Work Order 8 2) Demobilization shall consist of the activities and cost necessary for: 9 a) Transportation of Contractor's personnel,equipment, and operating 10 supplies from the Site including disassembly for each issued Work 11 Order 12 b) Site Clean-up for each issued Work Order 13 c) Removal of all buildings or other facilities assembled at the Site for 14 each Work Oder 15 b. Mobilization and Demobilization do not include activities for specific items of 16 work for which payment is provided elsewhere in the contract. 17 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 18 a. A Mobilization for Miscellaneous Projects when directed by the City and the 19 mobilization occurs within 24 hours of the issuance of the Work Order. 20 B. Deviations from this City of Fort Worth Standard Specification 21 1. Cross-outs in Paragraph 1.2.A. *�* 22 C. Related Specification Sections include,but are not necessarily limited to: 23 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 24 2. Division 1 —General Requirements 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Mobilization and Demobilization 28a. " -- -Include the following costs in this bid item 29 1) This item i eensider-ed subsidia ,to the. s items bid. Bonds and 30 insurance. 31 2) Transportation and setup for equipment. , 32 3) Transportation and/or erection of all field offices, sheds and storage 33 facilities. 34 4) Salaries for preparation of submittals required before the first Application 35 for Payment. 36 5) Salaries for field personnel assigned to the Project related to the 37 mobilization of the Project. 38 6) Mobilization may not exceed 5 percent of the Total Contract Price. 39 b. Payment 40 1) The work performed and materials furnished in accordance with this Item 41 -- 42 allowed. will be paid on a lump sum basis and based on the earned value of 43 the Work completed. 44 2. Remobilization for suspension of Work as specifically required in the Contract 45 Documents 46 a. Measurement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised December 20,2012 OR 017000-3 MOBILIZATION AND REMOBILIZATION i Page 3 of 4 1 1) Measurement for this Item shall be per each remobilization performed. 2 b. Payment 3 1) The work performed and materials furnished in accordance with this Item 4 and measured as provided under"Measurement"will be paid for at the unit 5 price per each"Specified Remobilization"in accordance with Contract 6 Documents. 7 c. The price shall include: 8 1) Demobilization as described in Section 1.1.A.2.a.1) OR 9 2) Remobilization as described in Section 1.1.A.2.a.2) 10 d. No payments will be made for standby, idle time, or lost profits associated this 11 Item. ., 12 3. Remobilization for suspension of Work as required by City 13 a. Measurement and Payment 14 1) This shall be submitted as a Contract Claim in accordance with Article 10 no 15 of Section 00 72 00. 16 2) No payments will be made for standby, idle time, or lost profits associated 17 with this Item. 18 4. Mobilizations and Demobilizations for Miscellaneous Projects 19 a. Measurement 20 1) Measurement for this Item shall be for each Mobilization and 21 Demobilization required by the Contract Documents 22 b. Payment 23 1) The Work performed and materials furnished in accordance with this Item 24 and measured as provided under"Measurement"will be paid for at the unit 25 price per each"Work Order Mobilization"in accordance with Contract 26 Documents. Demobilization shall be considered subsidiary to mobilization 27 and shall not be paid for separately. 28 c. The price shall include: 29 1) Mobilization as described in Section 1.1.A.3.a.1) 30 2) Demobilization as described in Section 1.1.A.3.a.2) 31 d. No payments will be made for standby, idle time, or lost profits associated this 32 Item. 33 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 34 a. Measurement 35 1) Measurement for this Item shall be for each Mobilization and 36 Demobilization required by the Contract Documents 37 b. Payment 38 1) The Work performed and materials furnished in accordance with this Item. 39 and measured as provided under"Measurement"will be paid for at the unit 40 price per each"Work Order Emergency Mobilization"in accordance with 41 Contract Documents. Demobilization shall be considered subsidiary to 42 mobilization and shall not be paid for separately. 43 c. The price shall include 44 1) Mobilization as described in Section 1.1.A.4.a) 45 2) Demobilization as described in Section 1.1.A.3.a.2) 46 d. No payments will be made for standby,idle time,or lost profits associated this 47 Item. 48 1.3 REFERENCES [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised December 20,2012 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 a 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS [NOT USED] on 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 8 1.11 FIELD [SITE] CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS [NOT USED] 11 PART 3 - EXECUTION [NOT USED] 12 END OF SECTION 13 Revision Log ` DATE NAME SUMMARY OF CHANGE 14 f ,l CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised December 20,2012 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 5 1 SECTION 01 71 23 2 CONSTRUCTION STAKING AND SURVEY 3 PART 1 - GENERAL 4 1.1 SUMMARY No 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 4 Nene. 9 1. 1.1.A.1.—Survey to be provided by the Contractor 10 2. 1.9.A.3.a—Contractor responsible for preserving and maintaining staking. 11 3. 1.9.B.1.—Construction Survey.performed by Contractor. waw 12 4. 1.9.B.2.d—Contractor responsible for replacing damaged control data. 13 5. 1.9.B.3.b -Contractor responsible for construction survey. 14 6. 1.9.B.3.d—Contractor shall be responsible for verifying control data. r, 15 7. 1.9.B.3.6.1-9—Clarified language for contractor to be responsible for verifying 16 benchmark and control data. 17 C. Related Specification Sections include,but are not necessarily limited to: 18 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 19 2. Division 1 —General Requirements 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Construction Staking 23 a. Measurement 24 1) This Item is considered subsidiary to the various Items bid. 25 b. Payment 26 1) The work performed and the materials furnished in accordance with this 27 Item are subsidiary to the various Items bid and no other compensation will 28 be allowed. 29 2. Construction Survey 30 a. Measurement 31 1) This Item is considered subsidiary to the various Items bid. ^" 32 b. Payment 33 1) The work performed and the materials furnished in accordance with this 34 Item are subsidiary to the various Items bid and no other compensation will 35 be allowed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised December 20,2012 No 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 5 on 1 1.3 REFERENCES [NOT USED] 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] on 3 1.5 SUBMITTALS 4 A. Submittals, if required, shall be in accordance with Section 0133 00. Im 5 B. All submittals shall be approved by the City prior to delivery. 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS wo 7 A. Certificates 8 1. Provide certificate certifying that elevations and locations of improvements are in 9 conformance or non-conformance with requirements of the Contract Documents. 10 a. Certificate must be sealed by a registered professional land surveyor in the 11 State of Texas. 12 B. Field Quality Control Submittals 13 1. Documentation verifying accuracy of field engineering work. 14 1.7 CLOSEOUT SUBMITTALS [NOT USED] 15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 16 1.9 QUALITY ASSURANCE 17 A. Construction Staking 18 1. Construction staking will be performed by the City Contractor. ®` 19 2. Coordination 20 a. Contact City's Project Representative at least 2 weeks in advance for 21 scheduling of Construction Staking. 22 b. It is the Contractor's responsibility to coordinate staking such that construction 23 activities are not delayed or negatively impacted. 24 3. General 25 a. Contractor is responsible for preserving and maintaining stakes fumished-by 26 Q3`staking. 27 b. If in the opinion of the City, a sufficient number of stakes or markings have 28 been lost, destroyed or disturbed,by Contractor's neglect, such that the 29 contracted Work cannot take place,then the Contractor will be required to pay 30 the City for new staking with a 25 percent markup. The cost for staking will be �» 31 deducted from the payment due to the Contractor for the Project. 32 B. Construction Survey 33 1. Construction Survey will be performed by the C4y Contractor. 34 2. Coordination 35 a. Contractor to verify that control data established in the design survey remains 36 intact. 37 b. Coordinate with the City prior to field investigation to determine which 38 horizontal and vertical control data will be required for construction survey. 39 c. It is the Contractor's responsibility to coordinate Construction Survey such that 40 construction activities are not delayed or negatively impacted. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised December 20,2012 017123-3 CONSTRUCTION STAKING AND SURVEY +.r Page 3 of 5 1 d. Notify G4y if affy raefgfel dMa needs to be fester-ed or-feplaeed due to damage 2 eatised dufing eeas4uetiefi epefations Contractor shall restore or replace all �*► 3 necessary control data damaged during construction operations. 4 1) Gity Contractor shall perform replacements and/or restorations. 5 3. General 6 a. Construction survey will be performed in order to maintain complete and 7 accurate logs of control and survey work as it progresses for Project Records. 8 b. The Contractor will Reed to epsuFe eeer-dination is maiwained with the City to 9 shall perform construction survey to obtain construction features, including but 10 not limited to the following: 11 1) All Utility Lines 12 a) Rim and flowline elevations and coordinates for each manhole or 13 junction structure 14 2) Water Lines 15 a) Top of pipe elevations and coordinates for waterlines at the following 16 locations: 17 (1) Every 25O linear feet 18 (2) Horizontal and vertical points of inflection, curvature, etc.(All 19 Fittings) 20 (3) Cathodic protection test stations 21 (4) Sampling stations * 22 (5) Meter boxes/vaults(All sizes) 23 (6) Fire lines 24 (7) Fire hydrants ., 25 (8) Gate valves 26 (9) Plugs, stubouts, dead-end lines 27 (10) Air Release valves(Manhole rim and vent pipe) w 28 (11) Blow off valves(Manhole rim and valve lid) 29 (12) Pressure plane valves 30 (13) Cleaning wyes 31 (14) Casing pipe(each end) 32 b) Storm Sewer 33 (1) Top of pipe elevations and coordinates at the following locations: 34 (a) Every 250 linear feet 35 (b) Horizontal and vertical points of inflection, curvature,etc. 36 c) Sanitary Sewer 37 (1) Top of pipe elevations and coordinates for sanitary sewer lines at 38 the following locations: 39 (a) Every 250 linear feet 40 (b) Horizontal and vertical points of inflection, curvature,etc. 41 (c) Cleanouts 42 c. Construction survey will be performed in order to maintain complete and 43 accurate logs of control and survey work associated with meeting or exceeding 44 the line and grade required by these Specifications. 45 d. The Contractor will need te efisuFe eeer-dinatieft is main4ftified with the City to 46 shall perform construction survey and to verify control data, including but not 47 limited to the following: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised December 20,2012 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 5 1 t) >;s4ablished t.eaeh,,,afks an eefAfet p „ts p idea f the CefA fete f' 2 Verification that established benchmarks and control are 3 accurate. 4 2) Beaahmafkr,were used to fiwnish and maintain @A mfeFeaee lines an 5 games-€6 elifg 6 3) Use of lines Lilies and grades were-xsed to establish the location of the pipe 7 4) Submit to the City copies of field notes, if requested,used to establish all 8 lines and grades and allow the City to check guidance system setup prior to 9 beginning each tunneling drive. 10 5) Provide.. o s f r the Qt�,toverify the guidamee system and the lifie an 11 . 12 6) The Contractor remains fully responsible for the accuracy of the work and 13 the correction of it,as required. 14 7) Monitor line and grade continuously during construction. 15 16 17 9) If the installation does not meet the specified tolerances, immediately notify 18 the City and correct the installation in accordance with the Contract 19 Documents. 20 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 21 1.11 FIELD [SITE] CONDITIONS [NOT USED] 22 1.12 WARRANTY [NOT USED] 23 PART 2- PRODUCTS [NOT USED] 24 PART 3 - EXECUTION 25 3.1 INSTALLERS [NOT USED] 26 3.2 EXAMINATION [NOT USED] 27 3.3 PREPARATION [NOT USED] 28 3.4 APPLICATION 29 3.5 REPAIR/RESTORATION [NOT USED] 30 3.6 RE-INSTALLATION [NOT USED] 31 3.7 FIELD [OR] SITE QUALITY CONTROL 32 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 33 City in accordance with this Specification. 34 B. Do not change or relocate stakes or control data without approval from the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised December 20,2012 w..r 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 5 1 3.8 SYSTEM STARTUP [NOT USED] .. 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 7 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION .�, 9 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson an 10 s 4, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised December 20,2012 017423-1 CLEANING Pagel of 4 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. Section 32 92 13 —Hydro-Mulching, Seeding and Sodding 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. �wr 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised July 1,2011 so 017423-3 CLEANING no Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. In 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. ,a 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project �w 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised July 1,2011 017719-1 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 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees,bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised July 1,2011 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 ar. 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 01 78 39 11 2. Operation and Maintenance Data,if required,in accordance with Section 01 78 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised July 1,2011 ■wr 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 D. Notice of Project Completion 2 1. Once the City Project Representative finds the Work subsequent to Final Inspection 3 to be satisfactory, the City will issue a Notice of Project Completion(Green Sheet). 4 E. Supporting Documentation 5 1. Coordinate with the City Project Representative to complete the following 6 additional forms: 7 a. Final Payment Request 8 b. Statement of Contract Time 9 c. Affidavit of Payment and Release of Liens 10 d. Consent of Surety to Final Payment 11 e. Pipe Report(if required) 12 f. Contractor's Evaluation of City 13 g. Performance Evaluation of Contractor ..,� 14 F. Letter of Final Acceptance 15 1. Upon review and acceptance of Notice of Project Completion and Supporting 16 Documentation, in accordance with General Conditions, City will issue Letter of 17 Final Acceptance and release the Final Payment Request for payment. 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 [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE [NOT USED] 27 3.14 ATTACHMENTS [NOT USED] 28 END OF SECTION 29 r� Revision Log DATE NAME SUMMARY OF CHANGE rw 30 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised July 1,2011 01 78 23-1 OPERATION AND MAINTENANCE DATA Page 1 of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include,but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers(to be operated by the City) 11 c. Butterfly Valves 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 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 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 0133 00. All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 '/2 inches x 11 inches 34 b. Paper �. 35 1) 40 pound minimum,white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal ONO CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised December 20,2012 wo 017823-2 OPERATION AND MAINTENANCE DATA Page 2 of 5 00 1 c. Text: Manufacturer's printed data, or neatly typewritten 2 d. Drawings OW 3 1) Provide reinforced punched binder tab,bind in with text 4 2) Reduce larger drawings and fold to size of text pages. 5 e. Provide fly-leaf for each separate product,or each piece of operating 6 equipment. 7 1) Provide typed description of product, and major component parts of 8 equipment. 9 2) Provide indexed tabs. 10 f. Cover 11 1) Identify each volume with typed or printed title "OPERATING AND 12 MAINTENANCE INSTRUCTIONS". 13 2) List: 14 a) Title of Project 15 b) Identity of separate structure as applicable 16 c) Identity of general subject matter covered in the manual 17 3. Binders 18 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 19 b. When multiple binders are used, correlate the data into related consistent 20 groupings. 21 4. If available,provide an electronic form of the O&M Manual. IF 22 B. Manual Content 23 1. Neatly typewritten table of contents for each volume, arranged in systematic order 24 a. Contractor, name of responsible principal,address and telephone number — 25 b. A list of each product required to be included, indexed to content of the volume 26 c. List,with each product: 27 1) The name, address and telephone number of the subcontractor or installer 28 2) A list of each product required to be included, indexed to content of the 29 volume 30 3) Identify area of responsibility of each 31 4) Local source of supply for parts and replacement 32 d. Identify each product by product name and other identifying symbols as set 33 forth in Contract Documents. 34 2. Product Data 35 a. Include only those sheets which are pertinent to the specific product. 36 b. Annotate each sheet to: 37 1) Clearly identify specific product or part installed . 38 2) Clearly identify data applicable to installation 39 3) Delete references to inapplicable information 40 3. Drawings 41 a. Supplement product data with drawings as necessary to clearly illustrate: 42 1) Relations of component parts of equipment and systems 43 2) Control and flow diagrams 44 b. Coordinate drawings with information in Project Record Documents to assure 45 correct illustration of completed installation. 46 c. Do not use Project Record Drawings as maintenance drawings. " 47 4. Written text, as required to supplement product data for the particular installation: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised December 20,2012 01 7823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 1 a. Organize in consistent format under separate headings for different procedures. 2 b. Provide logical sequence of instructions of each procedure. 3 5. Copy of each warranty, bond and service contract issued 4 a. Provide information sheet for City personnel giving: 5 1) Proper procedures in event of failure "- 6 2) Instances which might affect validity of warranties or bonds 7 C. Manual for Materials and Finishes 8 1. Submit 5 copies of complete manual in final form. 9 2. Content, for architectural products, applied materials and finishes: 10 a. Manufacturer's data,giving full information on products w 11 1) Catalog number, size, composition 12 2) Color and texture designations 13 3) Information required for reordering special manufactured products 14 b. Instructions for care and maintenance 15 1) Manufacturer's recommendation for types of cleaning agents and methods 16 2) Cautions against cleaning agents and methods which are detrimental to 17 product 18 3) Recommended schedule for cleaning and maintenance 19 3. Content, for moisture protection and weather exposure products: 20 a. Manufacturer's data,giving full information on products 21 1) Applicable standards 22 2) Chemical composition 23 3) Details of installation 24 b. Instructions for inspection,maintenance and repair 25 D. Manual for Equipment and Systems ., 26 1. Submit 5 copies of complete manual in final form. 27 2. Content, for each unit of equipment and system, as appropriate: 28 a. Description of unit and component parts 29 1) Function,normal operating characteristics and limiting conditions 30 2) Performance curves, engineering data and tests 31 3) Complete nomenclature and commercial number of replaceable parts 32 b. Operating procedures 33 1) Start-up,break-in,routine and normal operating instructions 34 2) Regulation, control,stopping, shut-down and emergency instructions 35 3) Summer and winter operating instructions 36 4) Special operating instructions 37 c. Maintenance procedures 38 1) Routine operations 39 2) Guide to "trouble shooting" 40 3) Disassembly,repair and reassembly 41 4) Alignment, adjusting and checking 42 d. Servicing and lubrication schedule 43 1) List of lubricants required 44 e. Manufacturer's printed operating and maintenance instructions 45 f. Description of sequence of operation by control manufacturer 46 1) Predicted life of parts subject to wear 47 2) Items recommended to be stocked as spare parts CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project 4W Revised December 20,2012 r 017823-4 OPERATION AND MAINTENANCE DATA Page 4 of 5 1 g. As installed control diagrams by controls manufacturer 2 h. Each contractor's coordination drawings 3 1) As installed color coded piping diagrams 4 i. Charts of valve tag numbers,with location and function of each valve 5 j. List of original manufacturer's spare parts,manufacturer's current prices,and 6 recommended quantities to be maintained in storage 7 k. Other data as required under pertinent Sections of Specifications 8 3. Content, for each electric and electronic system, as appropriate: 9 a. Description of system and component parts 10 1) Function,normal operating characteristics,and limiting conditions 11 2) Performance curves,engineering data and tests 12 3) Complete nomenclature and commercial number of replaceable parts 13 b. Circuit directories of panelboards 14 1) Electrical service 15 2) Controls 16 3) Communications 17 c. As installed color coded wiring diagrams 18 d. Operating procedures 19 1) Routine and normal operating instructions 20 2) Sequences required 21 3) Special operating instructions 22 e. Maintenance procedures 23 1) Routine operations 24 2) Guide to "trouble shooting" 25 3) Disassembly,repair and reassembly 26 4) Adjustment and checking 27 f. Manufacturer's printed operating and maintenance instructions 28 g. List of original manufacturer's spare parts,manufacturer's current prices,and +• 29 recommended quantities to be maintained in storage 30 h. Other data as required under pertinent Sections of Specifications 31 4. Prepare and include additional data when the need for such data becomes apparent 32 during instruction of City's personnel. 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSURANCE 36 A. Provide operation and maintenance data by personnel with the following criteria: 37 1. Trained and experienced in maintenance and operation of described products 38 2. Skilled as technical writer to the extent required to communicate essential data 39 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised December 20,2012 �s 017823-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 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 8/31/2012 D.Johnson 1.5.A.1—title of section removed 8 ..r ..r wry «.w no CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project w Revised December 20,2012 017839-1 PROJECT RECORD DOCUMENTS Page l of 5 1 SECTION 0178 39 ., 2 PROJECT RECORD DOCUMENTS .� 3 PART 1 - 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 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 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] .,M 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents,making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised July 1,2011 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 5 wr 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 10R] 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project 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 from 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project e� Revised July 1,2011 01 7839-4 PROJECT RECORD DOCUMENTS Page 4 of 5 Mrr 1 1) Final physical arrangement is determined by the Contractor, subject to the 2 City's approval. 3 2) Show,by symbol or note,the vertical location of the Item("under slab", "in 4 ceiling plenum", "exposed", and the like). 5 3) Make all identification sufficiently descriptive that it may be related 6 reliably to the Specifications. * 7 c. The City may waive the requirements for conversion of schematic layouts 8 where, in the City's judgment, conversion serves no useful purpose. However, 9 do not rely upon waivers being issued except as specifically issued in writing 10 by the City. 11 B. Final Project Record Documents 12 1. Transfer of data to Drawings 13 a. Carefully transfer change data shown on the job set of Record Drawings to the 14 corresponding final documents,coordinating the changes as required. 15 b. Clearly indicate at each affected detail and other Drawing a full description of 16 changes made during construction, and the actual location of items. 17 c. Call attention to each entry by drawing a "cloud" around the area or areas 18 affected. 19 d. Make changes neatly, consistently and with the proper media to assure 20 longevity and clear reproduction. 21 2. Transfer of data to other Documents 22 a. If the Documents, other than Drawings,have been kept clean during progress of 23 the Work, and if entries thereon have been orderly to the approval of the City, 24 the job set of those Documents, other than Drawings,will be accepted as final 25 Record Documents. 26 b. If any such Document is not so approved by the City, secure a new copy of that 27 Document from the City at the City's usual charge for reproduction and 28 handling, and carefully transfer the change data to the new copy to the approval 29 of the City. 30 3.5 REPAIR/RESTORATION [NOT USED] ,m 31 3.6 RE-INSTALLATION [NOT USED] 32 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] V0 33 3.8 SYSTEM STARTUP [NOT USED] 34 3.9 ADJUSTING [NOT USED] so 35 3.10 CLEANING[NOT USED] 36 3.11 CLOSEOUT ACTIVITIES [NOT USED] 37 3.12 PROTECTION [NOT USED] 38 3.13 MAINTENANCE [NOT USED] 39 3.14 ATTACHMENTS [NOT USED] 40 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised July 1,2011r 017839-5 PROJECT RECORD DOCUMENTS wr Page 5 of 5 1 w� Revision Log DATE NAME SUMMARY OF CHANGE w 2 .n w CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised July 1,2011 DIVISION 02 - EXISTING CONDITIONS 02 24 23.13 CONFIRMATION SOIL SAMPLING AND TESTING (PCB ANALYSIS) 1.00 GENERAL 1.01 WORK INCLUDED A. The work covered by this section of the specifications consists of confirmation soil sampling and testing from designated areas as shown on the plans. 1.02 QUALITY ASSURANCE A. CONFIRMATION TESTING AND CERTIFICATION 1. CONFIRMATION TESTING a. The Contractor shall arrange and pay for the services of an EPA approved laboratory to analyze soil samples for PCB's and heavy metals(arsenic,cadmium, lead, mercury, selenium and silver). b. Copies of the results of the laboratory test shall be submitted to the Engineer by the �. Contractor. If any samples indicate contaminant levels above that which is permitted for the particular zone,then additional excavation and sampling shall be performed in accordance with Paragraph 3.01 of this specification section. 2. CERTIFICATION a. The laboratory performing the tests for contaminants for the Contractor shall TM provide a written certification along with the test results which states that the laboratory is EPA approved and that the tests were performed according to EPA guidelines. 1.03 SUBMITTALS Submittals shall include: A. Confirmation Sampling and Testing Plan:The contractor shall submit a Confirmation Sampling and Testing Plan for approval by the Engineer prior to beginning sampling.The plan shall be in accordance with 40 Code of Federal Regulation (CFR), Section 761 Subpart 0 and the City's approved variances,to be proved to the successful bidder. B. Certified Test Results 2.00 PRODUCTS(NOT APPLICABLE) 3.00 EXECUTION 3.01 CONFIRMATION SOIL SAMPLING A. Confirmation sampling shall be performed following complete excavation of soils in two zones, as shown on the plans and described herein.The two zones are described below: 1) Round 1A—The designated areas where soils exceed 2-9 50 ppm of PCBs.This area shall 2 be excavated prior to confirmation testing. Confirmation Soil Sampling and Testing(PCB Analysis) 02 24 23.13-1 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project November 2016 2) Round 1B—The designated areas where soils exceed 20 ppm of PCBs but less than 50 ppm of PCBs.This area shall be excavated prior to confirmation testing. /2\ All excavation of PCB-contaminated soils shall be performed in accordance with Specification Section 3123 16—Excavation and the plans. B. The contractor shall lay out a 15-meter grid following the complete excavation of each zone - and collect confirmation soil samples based on this layout.The Contractor shall collect samples from the upper six inches of soil after the initial excavation is complete. C. If test results indicate that the concentrations still exceed the limit for that area,then one additional foot of soil shall be removed from the area that had the failed test and the Contractor shall take an additional sample from the upper six inches of soil and have it tested.This procedure shall be performed until all tests pass the requirements of each zone. The exceedance limits for each zone are as follows: Round 1A—PCBs>29 50ppm Round 1B—PCBs>20ppm 2 Round 2—PCBs>1 ppm; arsenic>18.47 ppm;cadmium>28.91 ppm; lead>500 ppm; . mercury>5.5 ppm;selenium>15.26 ppm;silver>76.99 ppm Upon receiving final approval that the zones are below the exceedance levels,the Contractor shall restore the site to the final grade as shown on the plans.The earth fill shall be placed and compacted in accordance with Specification Section 3123 23.16—Compacted Earth Fill and the plans. END OF SECTION Confirmation Soil Sampling and Testing(PCB Analysis) 02 24 23.13-2 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project November 2016 APPENDIX A A1.00 MEASUREMENT AND PAYMENT A1.01 MEASUREMENT A. PCB Analysis shall be measured for payment per sample tested. A1.02 PAYMENT A. Payment will be made at the contract unit price bid for"PCB Analysis",which price and payment shall constitute full compensation for furnishing labor, material, equipment, and performing operations in connection with confirmation sampling and testing. END OF APPENDIX A Confirmation Soil Sampling and Testing(PCB Analysis) 02 24 23.13-3 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project November 2016 024100 DEMOLITION 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary for every type of required demolition. B. Furnish equipment of every type required to perform the following: 1. The structures to be removed from the waste water treatment plant include, but not limited to,the following:the screen house,venture meter,pump house, primary clarifiers, aeration tanks, pump station no. 3, six secondary clarifiers, original sludge pump house, sludge pump house,four dosing tanks,four filters,three final clarifiers, effluent channel,garage, grit channels, pump suction well,and valve chamber. 2. Remove metal trusses and appurtenances from the nine clarifiers(secondary and final) and place trusses adjacent to the clarifiers. Cut and/or separate the trusses into manageable sections.Transport the metal to an approved recycling facility. 3. Remove all other metal and appurtenances from the buildings and structures. Cut and/or separate into manageable sections.Transport to an approved recycling facility. 4. Asphalt shingles and wood debris from the structures shall be transported to Southeast Landfill in Fort Worth,Texas as Class 2 Nonhazardous Construction and Demolition Debris. S. All above ground brick,clay tile, masonry and concrete within one foot of the final grade shall be demolished and placed in areas that are a minimum of one foot below grade.All below-ground concrete shall be left in place. 6. All demolished brick, clay tile, masonry and concrete shall be broken into pieces not larger than 2 feet in diameter before placement to achieve final grade. 7. Perform final grading of the WWTP site in accordance with the drawings. 1.02 STANDARDS A. Work shall be performed in accordance with the codes and ordinances of the agency having „* jurisdiction over the Place of Record. B. Occupational Safety and Health Association (OSHA), 29CFR Parts 1010 and 1926, "Occupational Exposure to Asbestos,Tremolite,Anthophyllite, and Actinolite",40 CPR Part 61 -"National Emission Standard for Hazardous Air Pollutants" 1.03 DELIVERY AND STORAGE m A. Stockpile asphalt shingles,wood and metal at the Site only as long as necessary to haul to the recycling facility or Southeast Landfill. Stack materials neatly and handle in an orderly manner until removed from the Site. Demolition 024100-1 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project November 2016 1.04 10B CONDITIONS A. Contractor shall visit the Site and determine the extent of demolition required and the Site conditions that might affect his proposal. Include costs of covering all aspects of the demolition as part of the proposal. B. The Drawings shall be carefully reviewed to determine the extent of necessary demolition and to identify elements of the existing construction which are to remain in place. Report any discrepancies to Owner and Engineer before disturbing existing conditions. Property lines and limits of demolition shall be accurately located prior to beginning site demolition. Start of demolition activities shall represent confirmation by Contractor that existing conditions are as presented in the Contract Documents. Demolition outside the limits indicated on the Drawings,or outside the property lines shall not be performed. C. Material removed during demolition, and any equipment not otherwise designated to remain the property of the Owner,shall become the property of the Contractor and shall be „ promptly removed from the Site. 1.05 HAZARDOUS MATERIALS _;,Ad the pump house buildings and s4bl6tWes te be demolished A repeFt en the 3. A comprehensive hazardous materials(asbestos) survey was completed for the former plant structures. All hazardous materials(asbestos)have been abated by other prior to - this Contract. An asbestos abatement completion report is provided in Appendix B to b the Contract Documents. 2.00 PRODUCTS(NOT APPLICABLE) 3.00 EXECUTION 3.01 REMOVAL OF STRUCTURES A. REMOVAL OF TRUSSES AND OTHER MISCELLANEOUS METALS: Remove metal trusses from the clarifiers and other miscellaneous metals connected to the structures to be demolished. Remove steel structural members by unbolting, cutting welds, cutting rivet heads and punching shanks through holes,flame-cutting,or other method approved by the Engineer. Flame-cutting shall not occur within 50 feet of any structure unless approved by the Engineer.Transport metal to an approved metals recycling facility. B. REMOVAL OF PIPING AND OTHER MISCELLANEOUS METALS:All above-ground piping and miscellaneous metals shall be removed.All piping and miscellaneous metals that is within a minimum of one foot below final grade shall be removed.All piping left in place shall be a Demolition 024100-2 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project November 2016 minimum of one foot below final grade.Transport piping and miscellaneous metals to an approved metals recycling facility. 3.02 REMOVAL OF EXISTING STRUCTURES A. Remove concrete or masonry structures (including, but not limited to,filters, basins, clarifiers, buildings, manholes, aeration tanks)a minimum of one foot below final grade. Place demolished concrete/masonry debris in areas that are more than one foot below final grade. 3.03 BACKFILLING AND SITE GRADING A. Backfill cavities resulting from demolition with onsite Class 3 Earth Fill. Fill cavities occurring within the construction limits in accordance with the requirements of other Sections of the Specifications. B. Perform final grading of the WWTP utilizing onsite Class 3 Earth Fill materials.The top foot of the area to be graded shall consist of Class 3 Earth Fill materials and shall be free of brick, clay, masonry and concrete. END OF SECTION Demolition 024100-3 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project November 2016 APPENDIX A A1.00 MEASUREMENT AND PAYMENT A1.01 MEASUREMENT A. Measurement is not required for"Building and Structure Demolition". B. Measurement is not required for"Removal and Transportation of Metals from WWTP Structures for Recycling" C. Measurement is not required for"Removal and Transportation of Asphalt Shingles and Woodend Debris from WWTP Structures" D. Measurement is not required for"Site Grading—WWTP Area". A1.02 PAYMENT A. Payment shall be at the lump sum price bid for"Building and Structure Demolition",which payment shall constitute full compensation for furnishing labor, equipment, materials, and incidentals necessary to complete the work as specified and indicated on the plans. B. Payment shall be at the lump sum price bid for"Removal and Transportation of Metals from WWTP Structures for Recycling",which payment shall constitute full compensation for �. furnishing labor, equipment, materials, and incidentals necessary to complete the work as specified and indicated on the plans. C. Payment shall be at the lump sum price bid for"Removal and Transportation of Asphalt Shingles and Wood Debris from WWTP Structures"to Southeast Landfill, which payment shall constitute full compensation for furnishing labor, equipment, materials, and incidentals necessary to complete the work as specified and indicated on the plans. D. Payment shall be at the lump sum price bid for"Site Grading", which payment shall constitute full compensation for furnishing labor, equipment, materials, and incidentals necessary to complete the work as specified and indicated on the plans. END OF APPENDIX A Demolition 024100-4 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project November 2016 A DIVISION 03 - CONCRETE 03 30 53 MISCELLANEOUS CAST-IN-PLACE CONCRETE 1.00 GENERAL 1.01 SUMMARY A. This Section specifies cast-in-place concrete, including reinforcement, concrete materials, mixture design, placement procedures, and finishes. 1.02 SUBMITTALS A. Product Data: For each type of product indicated. B. Design Mixtures: For each concrete mixture. 1. Submit mix design supporting documentation and calculations as required. 1.03 QUALITY ASSURANCE A. Manufacturer Qualifications: A firm experienced in manufacturing ready-mixed concrete products and that complies with ASTM C94/C94M requirements for production facilities and equipment. B. Source Limitations: Obtain each type of cement of the same brand from the same manufacturer's plant,obtain aggregate from one source, and obtain admixtures through one source from a single manufacturer. C. Comply with ACI 301, "Specification for Structural Concrete," including the following sections, unless modified by requirements in the Contract Documents: 1. "General Requirements." 2. "Formwork and Formwork Accessories." 3. "Reinforcement and Reinforcement Supports." 4. "Concrete Mixtures." 5. "Handling, Placing,and Constructing." D. Comply with ACI 117, "Specifications for Tolerances for Concrete Construction and Materials." 2.00 PRODUCTS 2.01 FORMWORK A. Furnish formwork and formwork accessories according to ACI 301. 2.02 STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A615/A615M, Grade 60, deformed. B. Plain-Steel Welded Wire Reinforcement: ASTM A1064,fabricated from as-drawn steel wire into flat sheets. Miscellaneous Cast-In-Place Concrete 033053- 1 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project November 2016 2.03 CONCRETE MATERIALS A. Cementitious Material: Use the following cementitious materials, of the same type, brand, and source throughout the Project: 1. Portland Cement: ASTM C150,Type I. 2. Fly Ash: ASTM C618, Class F. No more than 20 percent of the cement may be replaced with fly ash. B. Coarse Aggregate: ASTM C33,graded, uniformly graded, of the size scheduled and as follows: 1. Class: Moderate weathering region, but not less than 3M. C. Fine Aggregate: 1. Washed and screened natural sands or sands manufactured by crushing stones; conforming to ASTM C33. The gradation in ASTM C33 is: Sieve Size' Percent Retained Percent Passing 3/8" 0 100 #4 0-5 95-100 #8 0-20 80-100 #16 15-50 50-85 #30 40-75 25-60 #50 70-90 10-30 #100 90-98 2-10 2. Fine aggregate shall have not more than 45 percent retained between any two consecutive sieves. Its fineness modulus, as defined in ASTM C125, shall be not less than 2.3 nor more than 3.1. D. Water: ASTM C94/C94M; potable. 2.04 ADMIXTURES A. Air-Entraining Admixture: ASTM C260. B. Chemical Admixtures: Provide admixtures certified by manufacturer to be compatible with other admixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. Do not use calcium chloride or admixtures containing �a calcium chloride. Water-Reducing Admixture ASTM C494/C494M,Type A Retarding Admixture ASTM C494/C494M,Type B Water-Reducing and Retarding Admixture ASTM C494/C494M,Type D High-Range,Water-Reducing Admixture ASTM C494/C494M,Type F High-Range, Water-Reducing and Retarding ASTM C494/C494M,Type G Admixture Miscellaneous Cast-In-Place Concrete 033053-2 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project November 2016 Plasticizing and Retarding Admixture ASTM C1017/C1017M,Type II 2.05 RELATED MATERIALS A. Joint-Filler Strips: ASTM D1751, asphalt-saturated cellulosic fiber, or ASTM D1752, cork or self-expanding cork. 2.06 CURING MATERIALS A. Evaporation Retarder: Waterborne, monomolecular film forming; manufactured for application to fresh concrete. B. Absorptive Cover: AASHTO M182, Class 2, burlap cloth made from jute or kenaf,weighing approximately 9 oz./sq.yd.when dry. C. Moisture-Retaining Cover: ASTM C171, polyethylene film or white burlap-polyethylene sheet. D. Water: Potable. E. Clear,Waterborne, Membrane-Forming Curing Compound: ASTM C309,Type 1,Class B. 2.07 CONCRETE MIXTURES A. Comply with ACI 301 requirements for concrete mixtures. B. Normal-Weight Concrete: Prepare design mixes, proportioned according to ACI 301, as follows: Min. 28-Day Minimum Compressive Maximum Maximum Maximum Sacks of Use Size of Coarse Water/Cement Slump Strength Cement per (psi) Aggregate Ratio (i^•) cubic yard .® General 3000 1-1/2" 0.45 5 5.5 Utility blocking, 1500 11/2" 0.70 4 4.0 —e cradling and Size No.467 encasement 1. Air Content: Maintain within range permitted by ACI 301. Do not allow air content of floor slabs to receive troweled finishes to exceed 3 percent. 2.08 CONCRETE MIXING A. Ready-Mixed Concrete: 1. Measure, batch, mix, and deliver concrete according to ASTM C94/C94M, and furnish batch ticket information. 2. When air temperature is above 90 F, reduce mixing and delivery time to 60 minutes. 3.00 EXECUTION 3.01 FORMWORK Miscellaneous Cast-In-Place Concrete 0330-53-3 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project November 2016 A. Design,construct,erect, brace, and maintain formwork according to ACI 301. 3.02 STEEL REINFORCEMENT A. Comply with CRSI's "Manual of Standard Practice"for fabricating, placing, and supporting reinforcement. 3.03 JOINTS A. General: Construct joints true to line with faces perpendicular to surface plane of concrete. B. Construction Joints: Locate and install so strength and appearance of concrete are not impaired. C. Isolation Joints: Install joint-filler strips at junctions with slabs-on-grade and vertical surfaces, such as column pedestals,foundation walls,grade beams,and other locations, as indicated. D. Extend joint fillers full width and depth of joint, terminating flush with finished concrete surface, unless otherwise indicated. 3.04 CONCRETE PLACEMENT A. Comply with ACI 301 for measuring, batching, mixing,transporting, and placing concrete. B. Do not add water to concrete during delivery, at the Site, or during placement. C. Consolidate concrete with mechanical vibrating equipment. . 3.05 BLOCKING OF PIPE FITTINGS A. Concrete blocking shall be placed at bends,tees, wyes, crosses, plugs, etc. The concrete blocking shall be placed so as to rest against firm undisturbed trench walls. The supporting area for each block shall be sufficient to withstand the thrusts, shall rest on a firm, undisturbed earth. B. The concrete blocking shall be placed against undisturbed trench walls,with a minimum of 18 inches between trench wall and pipe. Blocking shall extend a minimum of 0.75 x pipe diameter below and above the centerline of pipe and shall not extend beyond any joints. C. If requested by the Owner's representative or where upward thrusts are present,the ends of the thrust blocks shall be contained in wood or metal forms. ° 3.06 FINISHING FORMED SURFACES A. No Finish: After forms are removed, repair or patch tie holes and defects. Otherwise, no .� additional finish is required. Apply to surfaces which are not visible from the inside or outside of the completed structure or less than 12 inches below finish grade(i.e. back of retaining walls below embankment, etc.). 3.07 CONCRETE PROTECTING AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold-weather protection and with ACI 301 for hot- weather protection during curing. - Miscellaneous Cast-In-Place Concrete 033053-4 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project November 2016 B. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 Ib./sq.ft. x h before and during finishing operations. Apply according to manufacturer's written instructions after placing,screeding, and bull floating or darbying concrete, but before float finishing. C. Begin curing after finishing concrete but not before free water has disappeared from concrete surface. D. Curing Methods: 1. Cure formed and unformed concrete for at least 7 days by one or a combination of the following methods: e.e a. Moisture Curing: 1). Keep surfaces continuously moist for not less than 7 days with the following materials: a). Water. b). Continuous water-fog spray. c). Absorptive cover,water saturated and kept continuously wet. Cover concrete surfaces and edges with 12-inch lap over adjacent absorptive covers. b. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture-retaining cover for curing concrete, placed in widest practicable width,with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Cure for not less than 7 days. Immediately repair any holes or tears during curing period using cover material and waterproof tape. c. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within 3 hours after initial application. Maintain continuity of coating and repair damage during curing period. 3.08 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified independent testing and inspecting agency to sample materials, perform tests, and submit test reports during concrete placement according to requirements specified in this Article. B. Tests: Perform according to ACI 301. 1. Testing Frequency: One composite Sample shall be obtained for each day's pour of each concrete mix exceeding 5 cubic yards but less than 25 cubic yards, plus one set for each additional 50 cubic yards or fraction thereof. 3.09 REPAIRS A. Remove and replace concrete that does not comply with requirements in this Section. END OF SECTION Miscellaneous Cast-In-Place Concrete 033053-5 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project November 2016 DIVISION 31 - EARTHWORK 310513 SOILS FOR EARTHWORK 1.00 GENERAL 1.01 WORK INCLUDED A. This Section of the specifications describes the various classes of Earth Fill. All of the classes of Earth Fill contained in this specification may not be used on this project. The classes of �. Earth Fill used on this project are shown on the drawings or specified in other sections of the specifications. This Section does not include specifications for placement and compaction of Earth Fill. Specifications for placement and compaction of Earth Fill are included in other sections of the specifications and/or shown on the drawings. 1.02 STANDARDS A. Soil materials shall be classified into the appropriate class of Earth Fill shown below according to ASTM D2487"Standard Classification of Soils for Engineering Purposes(Unified Soil Classification System)"or other appropriate methods as designated by the Engineer. 2.00 PRODUCTS 2.01 MATERIALS; CLASSIFICATIONS A. Class 1 Earth Fill: Limited to clays and sandy clays classified as CH material with a liquid limit greater than or equal to 50, a plasticity index greater than or equal to 25, and a minimum of 60 percent passing the No. 200 sieve,which are free of organic materials. B. Class 2 Earth Fill: Limited to clays and sandy clays classified as CH and CL materials with a coefficient of permeability less than or equal to 1.0 x 10-'cm/sec,a liquid limit greater than or equal to 30, a plasticity index greater than or equal to 15, and more than 50 percent passing the No. 200 sieve,which are free of organic materials. C. Class 3 Earth Fill: Consist of any materials classified as CH, CL,SM,SP, SP-SM, SC, and GC, which have a minimum plasticity index of 4,which are free of organic materials. D. Class 4 Earth Fill: Consist of materials which are classified as SP,SM,SC, CL,or dual classifications thereof,which have a liquid limit less than or equal to 35 and a plasticity index of a minimum of 4 and a maximum of 15,which are free of organic materials. E. Class 5 Earth Fill: Consist of materials classified as SP or SP-SM which have a plasticity index less than or equal to 4 and a maximum of 12 percent passing the No.200 sieve,which are free of organic materials. F. Class 12 Earth Fill: Consist of soils suitable for topsoil which are relatively free of stones or other objectionable debris,which have sufficient humus content to readily support vegetative growth. The suitability of soils for topsoil shall be subject to the approval of the Engineer. END OF SECTION Soils for Earthwork 310513-1 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project November 2016 311100 CLEARING AND GRUBBING 1.00 GENERAL 1.01 WORK INCLUDED A. Provide labor, materials,equipment and incidentals necessary to perform operations in connection with clearing,grubbing, and disposal of cleared and grubbed materials. 1.02 QUALITY ASSURANCE; DEFINITIONS A. Clearing: Clearing is defined as the removal of trees, shrubs, bushes, and other organic matter at or above original ground level. B. Grubbing: Grubbing is defined as the removal of stumps, roots, boards, logs, and other organic matter found at or below ground level. 2.00 PRODUCTS(NOT APPLICABLE) 3.00 EXECUTION 3.01 PREPARATION A. Mark areas to be cleared and grubbed prior to commencing clearing operations. The Owner's Representative shall approve clearing and grubbing limits prior to commencement of clearing operations. B. Trees and shrubs outside of the clearing limits, which are within 10 feet of the clearing limits,shall be clearly marked to avoid damage during clearing and grubbing operations. C. Remove trees and brush outside the clearing limits, but within the immediate vicinity of the work, upon receipt of approval by the Owner's Representative,when the trees or brush interfere with the progress of construction operations. D. The clearing limits shall not extend beyond the project limits. E. Establish the clearing limits as follows: LAGOON AREAS: 1. Excavations plus 5 feet beyond the top of the excavation. PLANT AREA: 2. Entire plant area. 3. Clearing should not extend into the existing flood control levees on the west,south and east side. 4. Clearing should not extend beyond the existing fence in the area of filter No.4 on the north side. Excavations should terminate two feet from existing fence in area west of Filter No.4 along the north end of the construction limits. F. Establish the grubbing limits as follows: LAGOON AREAS: Clearing and Grubbing 311100-1 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project November 2016 1. Excavations plus 2 feet beyond the top of the excavation. PLANT AREA: 2. Entire plant area. 3. Grubbing should not extend into the existing flood control levee on the west, south and east side. 4. Grubbing should not extend beyond the existing fence in the area of filter No.4 on the north side. Excavations should terminate two feet from existing fence in area west of Filter No.4 along the north end of the construction limits. 3.02 INSTALLATION A. Clearing: 1. Clearing shall consist of the felling, cutting up, and the satisfactory disposal of trees and other vegetation,together with the down timber,snags, brush, rubbish,fences, and debris occurring within the area to be cleaned. 2. Special care should be taken to not remove stumps and roots in the contaminated lagoon areas during clearing. Parts of trees and vegetation below the existing ground should be cleared during grubbing. B. Grubbing: 1. Grubbing shall consist of the removal and disposal of stumps and roots larger than 1 inch in diameter. 2. Extend grubbing to a minimum depth of 24 inches below final grade. 3. Stumps and roots that are removed in the contaminated lagoon areas will need to be f`. transported to either Itasca Landfill in Itasca,TX if the area is designated as Round 1A or Round 16 on the plans,or at Southeast Landfill in Fort Worth,TX if the area is designated as Round 2 on the plans. 3.03 FIELD QUALITY CONTROL �w A. Completely remove timber, logs, roots, brush, rotten wood, and other refuse from the Owner's property. Disposal of materials in streams shall not be permitted and no materials shall be piled in stream channels or in areas where it might be washed away by floods. Timber within the area to be cleared shall become the property of the Contractor, and the Contractor may cut,trim, hew, saw, or otherwise dress felled timber within the limits of the Owner's property, provided timber and waste material is disposed of in a satisfactory manner offsite or spread across the site following final grading. Excess materials shall be 2 removed from the site daily, unless permission is granted by the Engineer to store the materials for longer periods. Materials such as stumps and roots that are currently below ground in the contaminated lagoon areas should be disposed of at either Itasca Landfill in Itasca,TX if the area is designated as Round 1A or Round 16on the plans,or at Southeast Landfill in Fort Worth,TX if the area is designated as Round 2 on the plans. END OF SECTION Clearing and Grubbing 311100-2 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project November 2016 APPENDIX A A1.00 MEASUREMENT AND PAYMENT A1.01 MEASUREMENT A. Measurement is not required. A1.02 PAYMENT A. Payment for the work specified will be made at the lump sum price bid for"Clearing and Grubbing",which payment shall constitute full compensation for labor, equipment,tools, and incidentals necessary to complete the specified work, including refilling of depressions. No payment will be made for clearing and grubbing in the borrow or waste disposal areas, and all costs thereof shall be included in the appropriate bid price of the type of work involved. B. The amount bid for"Clearing and Grubbing"shall not exceed 1 percent of the total amount bid, exclusive of"Mobilization" and "Clearing and Grubbing." END OF APPENDIX A Clearing and Grubbing 311100-4 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project November 2016 312316 EXCAVATION 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to perform the operations in connection with removing, hauling, and disposing of materials from the locations specified in accordance with these specifications. Conduct excavations to be placed in the compacted fills to segregate different materials in accordance with their suitability in the various zones of the work. 1.02 QUALITY ASSURANCE A. Classifications: Classifications of excavation shall include material of whatever nature encountered, including but not limited to clays, sands,gravels,conglomeritic boulders, weathered clay shales, shales, rock,debris,and miscellaneous abandoned subsurface structures. The Engineer will, in accordance with the specifications, determine the classification of required excavations. All required excavation shall be considered to fall within one of the following classifications. 1. Stripping Excavation: Shall consist of excavation, down to a maximum depth of 6 inches, required to remove topsoil, rubbish,vegetation not removed by clearing and grubbing operations, and other unsatisfactory material from the subgrade area of the compacted fills for the embankments,from the surfaces underneath roadways or other structures and from the surface areas of all required excavations. 2. General Required Excavation: Shall consist of the material required to be excavated which is not classified or subsidiary to another class of excavation or other work. General required excavation includes but is not limited to filters, basins,clarifiers, buildings, manholes and aeration tanks. 3. PCB-Contaminated Soil (PCLE Zones)and Metal Zones Excavation: Shall consist of the material required to be excavated within the PCLE and Metal zones indicated on the plans. 4. Undercutting: Shall consist of the excavation and removal of soft or otherwise unsuitable soil from prepared subgrade areas underneath embankments, roadways, parking areas, slabs at grade and similar structures. 5. Onsite Borrow Excavation: Borrow Excavation shall consist of suitable material required to be excavated from the General Required Excavation areas, as may be required for the various classes of Earth Fill. It shall be the responsibility of the Contractor to see that soils from required excavations which are suitable for the various fills are properly segregated and not disposed of unless there is a surplus. 2.00 PRODUCTS 2.01 EQUIPMENT Excavation 312316-1 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project November 2016 A. Excavation of materials may be performed by the use of any excavating and hauling equipment adaptable to the work and by any method generally accepted for this type of work,which is compatible with project requirements and conditions. 3.00 EXECUTION 3.01 REMOVAL A. General: , 1. Excavations shall be to the lines and grades shown on the drawings within a tolerance of plus or minus 0.1 foot unless specified otherwise herein. Any and all excess excavation for the convenience of the Contractor or over-excavation performed by the Contractor for any purpose or reason, except when requested by the Engineer, and whether or not due to the fault of the Contractor,shall be at the expense of the Contractor. Where required to complete the work, refill the excess excavation and over-excavation with materials furnished, placed and compacted at the Contractor's expense, using procedures approved by the Engineer. 2. Perform excavation for embankments and structural foundations in the dry. Perform no excavation in frozen material without the approval of the Engineer. No additional allowance above the unit prices bid per cubic yard for the respective classification of excavation shall be made on account of any material being wet or frozen or on account of any surface or ground water condition. 3. Excavations shall be to the full dimensions shown on the drawings. Finish excavations to the prescribed lines and grades. 4. Following completion of the excavation and prior to placement of embankment material upon the prepared subgrade surface,the Engineer will approve the subgrade surface. If the subgrade material, in the opinion of the Engineer, is unsuitable for use as the subgrade, perform additional excavation and backfill as requested by the Engineer. Such additional excavation and backfill shall be paid for in accordance with the appropriate bid items. Following approval of the subgrade surface,assume all responsibility for maintaining the subgrade surface and remove or recompact the weathered or unsatisfactory subgrade material and replace with compacted fill at Contractor's expense. Following approval of the subgrade, diligently prosecute the work of placing the appropriate embankment material on the prepared subgrade. Maintenance of all slopes is the Contractor's responsibility. 5. Requirements for care of water, including dewatering of excavations, are included in Section 32 23 19.02 "Care of Water During Construction." B. Stripping Excavation: Complete stripping at least 200 feet in advance of other excavation or fill operations. Stockpile stripping excavation which is suitable for use as topsoil in areas approved by the Engineer for later respreading, provided this material is not located within the PCLE or Metal Zones. Dispose of surplus stripping excavation material or topsoil in spoil disposal areas as designated by the Engineer or in offsite disposal areas. Maintain continuous drainage of stripped areas to prevent ponding of water or formation of swampy areas. Excavation 312316-2 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project November 2016 — C. General Required Excavation: Perform general required excavation to the full lines and grades shown on the drawings and within the tolerance of plus or minus 0.1 foot. Sequence and schedule the excavation operations so that the various types of excavated materials will be available when needed for fill or backfill and so the overall site drainage patterns will not be unduly interrupted. D. PCB-Contaminated Soil (PCLE Zones)and Metal-Contaminated Soil (Metal Zones) Excavation: CAUTION:THE CONTRACTOR SHALL TAKE ALL NECESSARY SAFETY PRECAUTIONS AND COMPLY WITH ALL FEDERAL, STATE AND LOCAL LAWS CONCERNING SAFETY INCLUDING BUT NOT LIMITED TO THE OCCUPATIONAL SAFETY AND HEALTH ACT(OSHA) OF 1970 AND ALL LATER REVISIONS.A SAFETY PLAN MUST BE SUBMITTED TO THE ENGINEER BY THE CONTRACTOR PRIOR TO COMMENCEMENT OF ANY PCB-CONTAMINATED OR METAL CONTAMINATED SOIL EXCAVATION WORK AT THE SITE DETAILING SAFETY PRECAUTIONS TO BE TAKEN. 1. The general anticipated depths of the PCB-contaminated soil excavation vary throughout the Lagoon area. 2. All materials designated as Round 1A or Round 1B PCB-contaminated soil (PCLE zone)or Round 1A or Round 1B Metal-contaminated soil shall be disposed of at Itasca Landfill, 2 which is approved to accept this type of waste.All materials designated as Round 2 PCB-contaminated soil (PCLE zone)or Round 2 Metal-contaminated soil shall be disposed of at Southeast Landfill,which is approved to accept this type of waste. Contaminated soil that is excavated shall be transported and disposed of that same day. 3. Surface water,groundwater or other water encountered or present during the excavation of PCB-contaminated soil shall be contained and managed as specified in Section 32 23 19.02 "Care of Water During Construction." E. Proof-Rolling and Undercutting: 1. Proof-roll the prepared subgrade areas underneath embankments, roadways, parking areas,slabs at grade or other such structures with a loaded dump truck or other rubber- tired, heavy ground pressure equipment acceptable to the Engineer. The equipment shall pass over the entire subgrade at low speed with tire tracks staggered approximately 3 feet on each pass. Mark any soft or otherwise unsuitable subgrade areas during proof-rolling for undercutting. 2. Undercut and remove the marked areas of soft or otherwise unsuitable subgrade to the limits determined by the Engineer. Backfill of undercut subgrade areas shall be as specified in Section 3123 23.16 "Compacted Earth Fill." F. Borrow Excavation: 1. Borrow excavation shall consist of suitable material from required excavations on site. Borrow excavation consisting of Round 1A, Round 1B,and/or Round 2 PCB- contaminated soils(PCLE zone)and Round 1A, Round 16,and/or Round 2 Metal- 2 contaminated soils may not be used as compacted earth fill. Do not use the materials that are unsuitable for placement in the work. Upon completion of the borrow excavation, leave the borrow areas neat and slightly and graded to drain freely. Side slopes shall not be steeper than one vertical to two horizontal (1:2) if borrow is in the area of the lagoons or one vertical to four horizontal (1:4)for all areas that will be left .� exposed after completion of the project. Excavation 312316-3 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project November 2016 2. Use the soil borrow materials from required excavations and onsite borrow areas in the most restrictive earth fill classification zone which the borrow material will meet until all requirements for the most restrictive earth fill classification are fulfilled. Segregate and stockpile borrow materials. It is the intent that the segregation take place generally in the normal course of excavation. Highly selective excavation or segregation of small pockets less than SO cubic yards of soil material shall not be required. 3.02 BLASTING A. No blasting shall be allowed. 3.03 DISPOSAL A. Suitable material from excavations which meets the requirements for the various fills as specified in Section 3123 23.16"Compacted Earth Fill" except stripping excavation may be placed in the fill zones of the embankments. When necessary,adjust the moisture of the excavation suitable for use in the embankments to the proper moisture content prior to placing on the fill. When necessary,stockpile excavated materials suitable for use at convenient locations in an approved manner. Place materials that are not useable in the spoil disposal areas at no additional cost to the Owner. 3.04 SPOIL DISPOSAL AREAS A. Place materials designated as spoil in off-site disposal areas. Leave spoil disposal areas neat and slightly conditioned and sloped to provide positive drainage away from the embankments and present and proposed future construction work. Compaction of materials in the spoil disposal areas will not be required. END OF SECTION Excavation 312316-4 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project November 2016 APPENDIX A A1.00 MEASUREMENT AND PAYMENT A1.01 MEASUREMENT the G.UbiG VaFd a .ated MeasuFeme...+...ill be to the nearest ewhi.-.•aFd B. T-FaFISI39Ftatien ef GentamiFiated Soils (12GLE aFid Meta'Zones -R9WAd 1)to Itasca 1 andfoll WA aS Fen..vae.d a*_the S -.les at It-sea Landfill. neffest tenaS OFde,d at the seales at It-,. 1 aR _fill 14 A. Excavation of Contaminated Soils(PCLE and Metal Zones) shall be measured for payment by the cubic yard excavated. Measurement will be to the nearest cubic yard. B. Transportation of Contaminated Soils(PCLE and Metal Zones—Round 1A)to Itasca Landfill shall be measured for payment by the ton excavated. Measurement will be to 2 the nearest ton as recorded at the scales at Itasca Landfill. C. Transportation of Contaminated Soils(PCLE and Metal Zones—Round 16)to Itasca Landfill shall be measured for payment by the ton excavated. Measurement will be to the nearest ton as recorded at the scales at Itasca Landfill. D. Transportation of Contaminated Soils (PCLE and Metal Zones—Round 2)to Southeast Landfill shall be measured for payment by the ton excavated. Measurement will be to the nearest ton as recorded at the scales at Southeast Landfill. E. Disposal of Contaminated Soils(PCLE and Metal Zones—Round 1A)to Itasca Landfill shall be measured for payment by the ton disposed. Measurement will be to the nearest ton as recorded at the scales at Itasca Landfill. F. Disposal of Contaminated Soils(PCLE and Metal Zones—Round 1B)to Itasca Landfill shall be measured for payment by the ton disposed. Measurement will be to the nearest ton as recorded at the scales at Itasca Landfill. G. Disposal of Contaminated Soils(PCLE and Metal Zones—Round 2)at Southeast Landfill shall be measured for payment by the ton disposed. Measurement will be to the nearest ton as recorded at the scales at Southeast Landfill. Excavation 312316-5 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project November 2016 A1.O2 PAYMENT „ , he in.-I .,de.•! :., ..+he.i+ems B. payment will be made at the 69AtFact unit PF;ee bad f9F 4FaRsp9rn-a*-*k-;.R.Aef. Gentaminated Landfill", WGFk as-spec-ified G. Payment; c �►+ „ `;9;*5�RE6E-and-1�4e1�ZAfl25—R„r,.,.1 ,, ..r.+l,...s+ . 1 .,,�f:11» ,.,h:,h „ PRthall D. payment .ill be made at the ..+. ..+unit n e hid of$15.59 n F t9n f, rr `POSa1 of +e ltasc-a Landfill (see Dr:.-Ag Gemmi+men+I e++er+e Gity of Ce.+W9414). E. " payment shall renstitute full eempeRsatign f9F labGF, equipment,teels, and ine 4 dentals A. Payment will be made at the contract unit price bid for"Excavation of Contaminated 2 Soils (PCLE and Metal Zones)",which payment shall constitute full compensation for labor,equipment,tools,and incidentals necessary to complete the work as specified. Borrow excavation will not be an item of direct payment and the cost of this item of excavation shall be included in other items. B. Payment will be made at the contract unit price bid for"Transportation of Contaminated Soils(PCLE and Metal Zones—Round 1A)to Itasca Landfill",which payment shall constitute full compensation for labor, equipment,tools,and incidentals necessary to complete the work as specified. C. Payment will be made at the contract unit price bid for"Transportation of Contaminated Soils(PCLE and Metal Zones—Round 16)to Itasca Landfill",which payment shall constitute full compensation for labor, equipment,tools,and incidentals necessary to complete the work as specified. MP D. Payment will be made at the contract unit price bid for"Transportation of Contaminated Soils(PCLE and Metal Zones—Round 2)to Southeast Landfill",which payment shall constitute full compensation for labor, equipment,tools,and incidentals necessary to complete the work as specified. Excavation 312316-6 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project November 2016 E. Payment will be made at the contract unit price bid of$35.00 per ton for"Disposal of Contaminated Soils(PCLE and Metal Zones—Round 1A)as Itasca Landfill,which payment shall constitute full compensation for labor,equipment,tools,and incidentals necessary to complete the work as specified.The designated price includes a disposal fee of $35.00/ton to Itasca Landfill (see Pricing Commitment Letter to City of Fort Worth). F. Payment will be made at the contract unit price bid of$15.50 per ton for"Disposal of Contaminated Soils(PCLE and Metal Zones—Round 1B)as Itasca Landfill,which payment shall constitute full compensation for labor,equipment,tools,and incidentals necessary_ to complete the work as specified.The designated price includes a disposal fee of ° $15.50/ton to Itasca Landfill(see Pricing Commitment Letter to City of Fort Worth). G. Payment will be made at the contract unit price bid of$15.50 per ton for"Disposal of Contaminated Soils(PCLE and Metal Zones—Round 2)to Southeast Landfill',which payment shall constitute full compensation for labor,equipment,tools,and incidentals necessary to complete the work as specified.The designated price includes disposal fee of $15.50/ton to Southeast Landfill. END OF APPENDIX A Excavation 312316-7 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project November 2016 3123 23.16 COMPACTED EARTH FILL 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals, and perform the necessary operations in connection with preparing the subgrades for the embankments and placing and compacting the permanent earth fill and backfill not otherwise specified. 1.02 QUALITY ASSURANCE A. Definitions: The term "embankment" as used in these specifications is defined as the earth fill portions for the plant area final grade and any other earth fill as specified or shown on the drawings. B. Classification: Classifications shall be in accordance with Section 3105 13 "Soils for Earthwork." C. General Provisions: 1. Lines and Grades: The embankments shall be constructed to the lines,grades, and cross sections indicated on the drawings. The embankments and fills shall be final graded to a tolerance of plus or minus 0.1 foot. There will be no payment for shrinkage or consolidation that occurs during construction. The end slopes and side slopes of fill sections shall not be steeper than those shown on the plans. 2. Conduct of the Work: a. Maintain and protect the embankments in a satisfactory condition at all times until final completion and acceptance of the work. If the hauling equipment causes horizontal shears or slickensides, rutting, quaking, heaving, cracking, or excessive deformation of the embankments, limit the type, load,travel speed,and/or haul pattern of the hauling equipment on the embankments. Excavate and remove from the embankments any material which the Engineer considers objectionable and dispose of such material and refill the excavated area. Remove any embankment material placed outside of prescribed lines shown on the drawings. Replacement of any material rendered unsuitable as a result of the operation will be at the Contractor's own expense. b. Do not place frozen earth fill or fill upon frozen subgrade. Previously frozen fill shall be recompacted prior to placement of additional fill. 3. Haul Roads: Locate and construct haul roads at approved locations. Construct roads to maintain the intended traffic and be free draining. Maintain roads in good condition throughout the contract period. WheR no IengeF needed, °mtepseW and seed the aFea aS Fecluested by the QwneF. Haul roads to remain in place at 2 completion of project unless otherwise indicated by the Owner. 4. Stockpiling from Approved Borrow Sources: Stockpile the excavated material, adjacent to the work until used, at locations approved by the Owner when the excavation from approved borrow sources or from required excavation progresses at a faster rate than Compacted Earth Fill 3123 23.16-1 PROJECT NO.00180: Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project November 2016 placement of the fill is being accomplished. Plan operations to minimize stockpiling. Dress and maintain stockpiles so that the surfaces will be free draining. 5. Control Testing: a. The Contractor will provide for quality control tests on the materials incorporated in the work using our approved testing laboratory, including classification testing of borrow materials from on-site sources. Copies of the results of the tests performed will be furnished to the Owner and Engineer upon request. The testing performed by the Contractor in no way relieves the Contractor of the responsibility of completing the work in accordance with the specifications. The Contractor shall assist the testing personnel in taking tests to the extent of furnishing labor and equipment to prepare the areas for testing and curtailing operations in the vicinity of the test area during testing. b. The Owner has the right to conduct such tests as deemed necessary to assure compliance with the contract specifications. Conflicting results between the Owner's tests and those made by the Contractor will be resolved by the Engineer, and his decision shall be final. Contractor shall also assist any testing personnel of the Owners. c. The Contractor shall have the sole responsibility for seeing that the appropriate class of earth fill is placed in each zone. To this end,the Contractor will be responsible for determining any changes in materials from borrow sources, excavations,and stockpiles, and see that appropriate classification tests are requested in a timely manner. Any earth fill which does not meet the classification requirements for the zone in which it is placed,shall be removed and properly replaced with conforming material by the Contractor at no additional cost to the Owner. . 6. Slides: In the event of slides in any part of the embankments prior to final acceptance of the work, remove all loose material from the slide area and rebuild the portion of the embankment as requested by the Engineer, at no additional cost to the Owner. 1.03 STANDARDS A. The following publications, referred to hereafter by basic designation only,form a part of this specification to the extent indicated by the references thereto: 1. American Society for Testing and Materials(ASTM)Standards: ASTM D698 Moisture-Density Relationship of Soils and Soil Aggregate Mixtures, Using 5.5-Ib. Rammer and 12-Inch Drop ASTM D1556 Density of Soil in Place by the Sand Cone Method ASTM D2922 Density of Soil and Soil-Aggregate In-Place by Nuclear Methods ASTM D3017 Moisture Content of Soil and Soil-Aggregate In-Place by Nuclear �. Methods ASTM D4253 Test Methods for Maximum Index Density and Unit Weight of Soils Using a Vibratory Table ASTM D4254 Test Methods for Minimum Index Density and Unit Weight of Soils and Calculation of Relative Density Compacted Earth Fill 3123 23.16-2 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project November 2016 B. Any other testing required by these specifications and not specifically referenced to a standard shall be performed under ASTM or other appropriate standards as designated by the Engineer. C. References herein or on the drawings to soil classifications shall be understood to be according to ASTM D2487, "Classification of Soils for Engineering Purposes" unless indicated otherwise. 2.00 PRODUCTS 2.01 MATERIALS; EARTH FILL ZONES A. General: Materials for embankment fills shall be secured from required excavations indicated on the drawings.The intention is to use the most suitable materials obtainable from these sources. Materials containing brush, roots, sod, or other perishable materials will not be considered suitable. The suitability of the materials shall be subject to approval of the Engineer. Mixing of materials during the excavating process at the borrow area may be required for Class 3 earth fill. B. Embankments and Backfill: Consist of earth fill of the class shown on the drawings or specified herein for the various zones of fill. 2.02 COMPACTION EQUIPMENT A. Compaction equipment shall conform to the following requirements and shall be utilized as hereinafter specified. 1. Tamping Rollers(Sheepsfoot): a. Tamping rollers shall consist of a heavy duty double drum unit with a drum diameter not less than 60 inches and an individual drum length of not less than 60 inches. The drums shall be water or sand and water ballasted. Each drum shall have staggered feet uniformly spaced over the cylindrical surface such as to provide approximately 3 tamping feet for each 2 square feet of drum surface. The tamping feet shall be 7 to 9 inches in clear projection from the cylindrical surface of the roller r. and shall have a face area of not less than 7 nor more than 10 square inches. Self- propelled rollers with tamping feet surface areas greater than 10 but less than 30 square inches can be utilized provided the feet have tapered heads that add to the compactive effort. The roller shall be equipped with cleaning fingers, designed and attached to prevent the accumulation of material between the tamping feet,and these cleaning fingers shall be maintained at their full length throughout the periods of use of the roller. The weight of the roller shall not be less than 3500 pounds per foot of linear drum length weighted and shall not be less than 1500 pounds per foot of drum length empty. The two drums comprising one roller unit shall be designed such that they will both function when traversing uneven ground. The roller shall be self-propelled or tractor drawn at a speed that will give optimum compactive effort. b. The design,operation, and use of the tamping roller shall be approved by the Engineer based on the results of the construction of a test section. The test section shall be constructed using the proposed roller and the materials from designated and/or planned borrow areas. The roller shall provide uniform compaction throughout the lift and shall insure bonding by its kneading action. The roller shall Compacted Earth Fill 3123 23.16-3 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project W November 2016 not cause scaring of the fill or laminations in the fill. The roller shall not walk across a lift until uniform compaction is obtained. Additional testing will be required if the materials change during construction. When necessary repairs shall be made to the tamping feet, minor alterations shall be made to the roller, and variations in the weight of roller shall be made. 2. Pneumatic Rollers: Pneumatic rollers shall have a minimum of four wheels equipped with pneumatic tires. The tires shall be of such size and ply as can be maintained at tire pressures between 80 and 100 pounds per square inch for a 25,000-pound wheel load during rolling operations. The roller wheels shall be located abreast and be designed so that each wheel will carry approximately equal load in traversing uneven ground. The spacing of the wheels shall be such that the distance between the nearest edges of adjacent tires will not be greater than 50 percent of the tire width of a single tire at the operating pressure of a 25,000-pound wheel load. The roller shall be provided with a body suitable for ballast loading such that the load per wheel may be varied, from 18,000 to 25,000 pounds. The roller shall be towed at speeds not to exceed ten miles per hour. The character and efficiency of this equipment shall be subject to the approval of the Engineer. 3. Vibratory Rollers: Vibratory rollers shall have a total static weight of not less than 20,000 pounds, with at least 90 percent of the weight transmitted to the ground through a single smooth drum when the roller is standing in a level position. The diameter of the drum shall be between 5 and 5-1/2 feet and the width between 6 and 9 feet. The unsprung weight of drum,shaft, and internal mechanism shall be not less than 12,000 pounds. The frequency of vibration during operation shall be between 1100 and 1500 cpm,and the dynamic force shall be not less than 40,000 pounds at 1,400 cpm. No backing of the vibratory roller will be allowed on the embankment unless the vibrating mechanism is capable of being reversed. The Equipment Manufacturer shall furnish sufficient data,drawings and computations for verification of the above specifications, and the character and efficiency of this equipment shall be subject to the approval of the Engineer. Self-propelled and towed vibratory rollers shall be operated at speeds not exceeding 3 miles per hour and 1.5 miles per hour, respectively. 4. Power Hand Tampers and Vibratory Plate Hand Compactors: Compaction of material in areas where it is impracticable to use a roller or tractor shall be performed with approved power hand tampers,vibratory plate hand compactors,or other approved equipment. Approval shall be based upon performance in a test section. 3.00 EXECUTION 3.01 PREPARATION OF SUBGRADE A. Stable Subgrades: After excavation or stripping of the subgrades and excavation of the undesirable material to the extent indicated on the drawings or otherwise required, break down the sides of stump holes,test pits, and other similar cavities or depressions to flatten out the slopes to no steeper than five horizontal to one vertical(5:1). Scarify the sides of the cut or hole to provide bond between the subgrade material and the fill. Scarify the slopes and bottom of all excavations. Fill each depression with the appropriate class of earth fill material, depending upon the type of material which is to be placed immediately above the subgrade. Place the fill in layers, moistened,and compacted in accordance with Compacted Earth Fill 3123 23.16-4 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project November 2016 the applicable provisions. Spread materials which cannot be compacted by roller equipment because of inadequate clearances in 4-inch layers and compact with power tampers to a density and moisture content specified herein for the particular material being placed. After filling of depressions and trenches and immediately prior to placement of compacted fill in any section of the embankment, loosen the subgrade of such section thoroughly by scarifying, plowing, discing,or hallowing to a minimum depth of 6 inches. The moisture content shall be within the limits specified in Paragraph 3.03 of this specification for the appropriate type of material. After removal of roots or other debris turned up in the process of loosing,compact the entire surface of the embankment subgrade area as specified in Paragraph 3.04 of this specification. B. Unstable Subgrades: 1. In areas of the subgrade which, in the opinion of the Engineer, are too soft,wet, or otherwise unstable to allow embankment construction to begin,the Engineer may request soft ground stabilization techniques. Soft ground stabilization techniques shall consist of plating and/or plating. 2. Plating shall consist of covering the unstable areas with an approximate 12-inch lift of dry cohesive soil meeting the earth fill classification requirements for the particular zone. Spread and initially compact the lift with low ground pressure equipment such as D-3 Caterpillar bulldozer or equivalent. The lift shall receive a minimum of three coverages of the bulldozer tracks prior to beginning compaction with the equipment specified in Paragraph 2.02 of this specification. The lift shall receive the specified number of passes of the specified compaction equipment for the particular class of earth fill. In areas which will not support the specified number of passes of the compaction equipment without severe rutting or pumping, place an additional 8-inch lift of dry cohesive soil over the previous lift and apply the specified number of passes of the specified compaction equipment. This process shall continue until all areas will support the compaction equipment for the specified number of passes without significant rutting or pumping. 3. Each lift of plating will be tested for moisture and density by the Contractor's testing personnel. These tests on the plating will be for informational purposes. No specific moisture or compaction criteria will be required in areas of plating which will not support the specified number of passes of the compaction equipment without significant rutting or pumping; however,when requested by the Engineer,the Contractor shall adjust the moisture content of the earth fill material being used for plating prior to spreading on the plating areas. This adjustment shall be within a range as designated by the Engineer. The minimum and maximum percentages of moisture content of the range designated by the Engineer shall be separated by no less than 5 percentage points. Once the lifts of plating are built up in an area to the point that the plating will support the specified number of passes of the specified compaction equipment,these areas will then be considered as stable subgrade areas. Embankment construction shall then proceed and all additional lifts of earth fill shall meet the requirements for placing, moisture,and density as specified in this specification for the particular class of earth fill. 4. Soft ground stabilization techniques in relation to embankment construction will not be undertaken by the Contractor without prior approval of the Engineer. When soft ground stabilization techniques are approved or requested by the Engineer,each lift of Compacted Earth Fill 3123 23.16-5 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project November 2016 plating will require specific approval by the Engineer prior to the Contractor proceeding to the next lift or layer. Any soft ground stabilization techniques performed by the Contractor without prior specific approval of the Engineer shall be subject to removal and proper replacement by the Contractor at no cost to the Owner. 3.02 PLACING OF MATERIAL A. Class 1 through Class 5 Earth Fill: 1. Place embankment materials on properly prepared subgrade as specified above. The combined excavation, placing, and spreading operation shall be done in such manner to obtain blending of material and to insure that the materials, when compacted in the embankment,will have the best practicable degree of compaction, impermeability, and stability. The placing of materials from the borrow sources shall be in the zones as shown on the drawings or specified. Spread the earth materials that can be compacted with the specified tamping and pneumatic rollers with approved equipment in ' approximate horizontal layers not more than 8 inches thick for Class 1 and 2 earth fill and not more than 12 inches thick for Class 3 through 5 earth fill, before compacting over the length and breadth of the section of embankment under construction. Lift thickness will be reduced if required to consistently achieve the specified density. In areas where the specified tamping and pneumatic rollers cannot be utilized, spread the earth materials in approximately horizontal layers not more than 4 inches thick before compacting. If the surface of the embankment is too smooth and hard to bond properly with succeeding layer, roughen and loosen the surface by scarifying before the succeeding layer is placed. Where fill is to be placed next to existing fill, remove fill to unweathered, dense material, sloped to no steeper than 1H:1V if existing fill face is parallel to the centerline of the embankment and 51-1: 1V if the face is perpendicular to the centerline of the embankment. Bench and scarify each layer as adjoining lifts are placed. Route material hauling equipment over the surface of the embankment to distribute the added compaction afforded by the rolling equipment and to prevent the formation of ruts on the embankment surface. 2. As soon as practicable after commencement of construction of any section of the embankment, raise or crown the appropriate portions with grades not to exceed 2 percent so that the surface of the fill will drain freely and can be maintained throughout construction. During the dumping and spreading process, maintain at all times a force of men adequate to remove all roots and debris from all embankment materials. Remove roots and debris from the embankment and dispose of material in an approved manner. B. Class 12 Earth Fill: 1. Prior to and immediately preceding spreading of Class 12 earth fill, lightly scarify the surface of the area to receive Class 12 earth fill and lightly wet the surface if unusually dry, as determined by the Engineer. 2. Uniformly spread Class 12 earth fill over the areas and to the thickness shown on the drawings or specified. Class 12 earth fill thickness shall be 4 inches if not shown or specified otherwise. Compacted Earth Fill 3123 23.16-6 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project November 2016 3. Remove stones 1-1/2 inches or larger in maximum dimension, stumps, large roots, or other objectionable debris from the Class 12 earth fill at the time of spreading, and dispose of material in an approved manner. 3.03 MOISTURE CONTROL-CLASS 1 THROUGH CLASS 5 EARTH FILL A. General: The materials in each layer of the fill shall uniformly contain the amount of moisture within the limits specified below necessary to obtain the maximum dry density for the soil. Compact Class 1 and Class 2 earth fill with a moisture content at or within 5 percentage points wet of optimum moisture content. Compact Class 3, Class 4,and Class 5 earth fill with a moisture content within 2 percentage points dry to 5 percentage points wet of optimum moisture content. The moisture content ranges specified above for the various classes of earth fill represent maximum upper and lower limits of the particular range. Determination of the maximum dry density-optimum moisture is specified in Paragraph 3.04 of this specification. Completely cohesionless materials which are to be compacted to a specified percentage of maximum density and shall be at a moisture content which will allow use of the specified compaction equipment and consistent achievement of the specified density. B. Irrigation of Borrow: Irrigation of borrow shall be done with distributing or sprinkling equipment that will uniformly produce the required results. Wet the material at the source of borrow to within 3 percentage points of optimum moisture content. Wet the material in the borrow pits by irrigation sprinkler system, by flooding, or by another approved method. Allow an adequate amount of time to wet the borrow source in advance of excavation operations to permit thorough and uniform distribution and penetration of moisture throughout the material. Divide the borrow area into sufficient sections to be worked in rotational order,for example, while one section is being worked,the previously worked section will be in the process of wetting, and the other sections will be in the process of curing to obtain uniform distribution and penetration of moisture. C. Drying of Borrow: Drying of borrow prior to placing may be required if the placed material is wet enough to adversely affect the moisture and/or density of the underlying lifts. D. Moisture Control During Placement: After spreading the soil on the embankment, adjust the moisture content of the soil if necessary by either aeration or the addition of water to bring the moisture content within the range specified. Uniformly distribute the moisture content throughout the layer of soil to be compacted. In order to accomplish this distribution,thoroughly mix the layer of soil by discing, harrowing, or by the use of a power- driven pulverizer. Should the surface of a previously compacted layer become dry due to exposure to the elements,appropriately wet the surface of the compacted layer prior to placing the succeeding layer of soil, and properly disk or harrow the surface. Should a layer of soil be over wet, allow the layer to dry to a proper moisture content prior to compacting. Should the surface of a layer become smooth and hard, roughen the surface by scarifying, and wet the surface if necessary prior to placing the next layer of soil. Reprocess any layer which becomes damaged by weather conditions to meet the specification requirements. There shall be no additional payment made for such reprocessing. The prescribed moisture and density characteristics of the compacted fill shall be met immediately prior to placement of any fill on top of it. Compacted Earth Fill 3123 23.16-7 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project November 2016 3.04 PROCESSING AND COMPACTION A. Class 1 through Class 5 Earth Fill: 1. After a layer of fill material has been dumped and spread,thoroughly process the material to break up and blend the fill materials. Perform harrowing with a heavy disc plow or other approved harrow to the full depth of the layer. If the power-driven pulverizer is used, a minimum of three passes shall be required. If a heavy disc plow or other similar harrow is used,a minimum of five passes shall be required. Where space permits, each pass shall be in a direction perpendicular to the previous pass. Regardless of the type of equipment used, a greater number of passes than specified above shall be used if necessary to accomplish the breaking up and blending of the materials. When the moisture content and the condition of the layer is satisfactory, compact the lift of material by at least the specified number of passes to the percent of maximum density specified below. 2. Compact the Class 1 and Class 2 earth fill zones by a minimum of eight passes with a tamping roller. Compact the Class 3, Class 4, and Class 5 earth fill zones by a minimum of eight passes with a tamping roller or by a minimum of four passes with a tamping r roller,followed by a minimum of four passes with a pneumatic roller. A vibratory roller shall be required if the material is sandy and if requested by the Engineer. A pass shall consist of one trip over the area being compacted. The front and rear axle rollers on self-propelled models will only be considered as one pass per trip. The initial and final area to be rolled shall each have eight passes. Stagger passes between the initial and final area in order to establish overlapping with at least eight passes at all locations. Dumping,spreading, sprinkling and compacting may be performed at the same time at different points along a section where there is sufficient area to permit these operations including approximate testing to proceed simultaneously. 3. Areas of the fill being compacted with power hand tampers or vibratory plate hand compactors shall receive a minimum of eight passes of the equipment with an overlap of 50 percent of the equipment base plate width. 4. The in-place density of Class 1 through Class 5 earth fill shall not be less than 95 percent of maximum dry density as determined by ASTM D698,Standard Proctor. 5. Cohensionless materials on which are not practical to control the density by proctor methods shall be compacted to a minimum of 90 percent of the maximum density as determined by ASTM D4253. 6. Determine the moisture and density of in-place materials by one or more of the following ASTM procedures: D1556, D3017,or D2922. 7. If necessary to achieve the specified density,the number of passes of the compaction equipment shall be increased and/or the weight of the compaction equipment shall be modified. 8. Regardless of the density achieved,the number of passes of the compaction equipment shall not be less than eight. B. Class 12 Earth Fill: Class 12 earth fill does not require specific compaction but roll with suitable construction equipment as required for initial stability. Finish grade Class 12 earth Compacted Earth Fill 3123 23.16-8 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project November 2016 fill to a tolerance of plus or minus 0.1 foot. Repair any erosion of Class 12 earth fill at the Contractor's expense until final acceptance by the Owner. END OF SECTION Compacted Earth Fill 3123 23.16-9 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project November 2016 APPENDIX A A1.00 MEASUREMENT AND PAYMENT A1.01 MEASUREMENT A. The completed an accepted embankment shall be measured to the neat lines, slopes and graded indicated in the plans. After completion of stripping, but before excavating, make a survey of the site of the embankment work and base measurements of embankment on this survey. Compute the volume using the "Average End Area" method using centerlines for distance calculations. No allowance shall be make for unauthorized over excavation and the satisfactory replacement of such overcut with appropriate materials shall be required and performed at the Contractor's expense. B. Coordinate the survey with the owner's representative in order that Owner's representative may verify the adequacy and accuracy of the survey. A1.02 PAYMENT A. Payment for Class 3 Earth Fill shall be made at the unit price bid per cubic yard for "Class 3 Earth Fill" which price shall be full compensation for furnishing labor, equipment, materials, and for performing operations necessary to place and compact the Class 3 Earth Fill as part of the embankment in the levee. B. Payment for class 12 Earth Fill (topsoil) shall be made at the unit price bid per cubic yard for "Class 12 Earth Fill (topsoil)" which price shall be full compensation for furnishing labor, equipment, materials, and for performing operations necessary to place the Class 12 Earth Fill (topsoil) as part of the embankment in the levee. END OF APPENDIX A Compacted Earth Fill 3123 23.16-10 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project November 2016 3125 13.14 GRASS FOR EROSION CONTROL 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to perform work in providing grass erosion control protection for the areas as indicated on the drawings or as modified by the Owner. The work includes developing and maintaining the grass source; preparing the surfaces for grassing; removing,hauling, and placing the grass at the locations indicated on the drawings; and maintenance of the grass erosion control, until acceptance by the Owner. 1.02 DELIVERY AND STORAGE A. Furnish and deliver each variety of seed in separate bags or containers. B. Deliver fertilizer to the site in fully labeled original containers. Fertilizer which has been exposed to high humidity and moisture, has become caked,or otherwise damaged, making it unsuitable for use,shall be rejected. 2.00 PRODUCTS 2.01 MATERIALS A. Permanent Grass-Bermuda Grass Seed: Bermuda grass seed shall be from the previous season's crop, labeled in accordance with the Texas Seed Law. The seed used shall conform to Item 164.2 Standard Specification for Construction of Highways, Streets and Bridges, State Department of Highways and Public Transportation, latest edition. B. Cool Season Temporary Grasses:Tall Fescue, Oats, or Wheat. C. Topsoil: Topsoil shall be fertile loam topsoil, easily cultivated,free from objectionable material and readily able to support the growth of grass erosion control. D. Fertilizer: 1. Initial Planting Application: Fertilizer for the initial planting application shall be of an organic base containing by weight the following percentages of nutrients: 15-5-10(N-P- K); also containing 10-15 percent sulphate and traces of iron and zinc. 2. Post Planting Application: Fertilizer for the post planting application shall be a chemical base fertilizer containing by weight the following percentages of nutrients: 21-0-0(N-P- K) ammonium sulphate; or the nitrogen equivalent of 33-0-0 ammonium nitrate. 3. In the event it is necessary to substitute a fertilizer of a different analysis, it shall be a pelleted or granulated fertilizer with a lower concentration. Total amount of nutrients furnished and applied per acre shall equal or exceed that specified for each nutrient. E. Straw or Hay Mulch: Straw mulch shall be oat,wheat, or rice straw. Hay mulch shall be prairie grass, Bermuda grass, or other hay as approved by the Owner's representative. The mulch shall be free of Johnson-grass or other noxious weeds and foreign materials. Keep mulch in dry conditions and do not allow molding or rotting. Grass for Erosion Control 3125 13.14-1 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project ,tee November 2016 2.02 MANUFACTURED PRODUCTS A. Tacking Agent: The tacking agent may be asphalt emulsion or Terra Tack AR or Terra Tack II, as manufactured by Grass Growers,424 Cottage Place, Plainfield, NJ,07060, or an equivalent. 3.00 EXECUTION 3.01 PREPARATION A. Permanent Planting Season and Rates: Planting shall be done between the dates specified except as specifically authorized in writing. The pure live seed planted per acre shall be of the type specified with the mixture, rate, and planting dates as follows except as specifically indicated: Planting Dates Name Rate Jan. 1 to May 15 Bermuda Grass 50.0 lbs per acre B. Temporary Cool Season Planting Season and Rates: Fall planting will be temporary only and will be required if construction is completed between May 15 and November 20.The fall planting is to be followed by a spring planting of permanent vegetation. Optimum fall planting dates are September 1 to November 30.Accomplish the seeding for fall planting within these dates unless approval to do otherwise is obtained from the Engineer. Planting rates are as follows: Name Rate Tall Fescue 4.5 lbs per acre _ Wheat 24 lbs per acre Oats 34 lbs per acre C. Preparation of the Slope: Smoothly and uniformly grade the surface of the slopes and areas to receive grass to the final slopes and grades as indicated. Lightly scarify, wet, and roll the areas to be grassed prior to placement of the grass. 3.02 APPLICATION OF FERTILIZER A. Uniformly apply pelleted or granulated fertilizer over the area specified to be fertilized and in a manner directed for the particular item of work. Fertilizer shall be dry and in good physical condition. Fertilizer that is powdered or caked shall be rejected. Uniformly apply fertilizer at the average rate of 400 Ib. per acre. 3.03 TOP SOIL A. Secure topsoil from borrow sources as necessary to supplement material secured from required excavation. Use all excavated material suitable as top soil before any top soil is obtained from the borrow source. Stockpile top soil material secured from required excavation, and after completion of grading and paving operations, place top soil on areas Grass for Erosion Control 3125 13.14-2 PROJECT NO.00180: Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project November 2016 to be seeded so as to provide a minimum 6-inch compacted depth of top soil measured normal to the surface. 3.04 SEEDING A. After the designed areas have been completed to the lines, grades,and cross sections indicated and as provided for in other items of this contract, perform seeding in accordance with the requirements described hereinafter. Apply a minimum of 6 inches of topsoil to areas to be seeded. Sufficiently cultivate the seedbed to reduce the soil to a state of good tilth when the soil particles on the surface are small enough and lie closely enough together to prevent the seed from being covered too deep for optimum germination. Cultivation of seedbed shall not be required in loose sand where depth of sand is 4 inches or more. B. Uniformly distribute the seed or seed mixture in the quantity specified over the areas. If the sowing of seed is by hand, rather than by mechanical methods,sow the seed in two directions at right angles to each other. If mechanical equipment is used, distribute the seed, as well as,the fertilizer at the same time, provided that each component is uniformly applied at the specified rate. When seed and fertilizer are to be distributed as a water slurry, apply the mixture to the areas to be seeded within 30 minutes after the components are placed in the equipment. C. Immediately after application of seed and fertilizer,thoroughly water the area. After the initial watering,water the areas as soon as drying of the surface is evident. Repeat watering at such intervals as necessary to maintain a moist condition of the soil until acceptance of the project. The watering shall be done in a manner which prevents excessive erosion of the soil. D. After planting, if mulch is not required, roll the planted area with a corrugated roller of the "Cultipacker"type. Perform rolling of the slope areas on the contour. If mulch is required, then proceed in accordance with the type of mulch specified as follows: E. Straw or Hay Mulch Seeding: Upon completion of planting of the seed, uniformly spread mulch over the seeded area at the rate of approximately 1-1/2 to 2 tons of hay or 2 to 2-1/2 tons of straw per acre. Equip the mulching machine to inject a tacking agent into the straw or hay uniformly as it leaves the equipment at a rate of 0.05 to 0.10 gallon of tacking agent per square yard of mulched area. If the straw or hay tacking agent is placed by hand,then the rate of application for the tacking agent shall be approximately 0.15 gallons per square yard. 3.05 MAINTENANCE A. Maintain the grassed areas until final acceptance of the project. Maintenance includes, but is not limited to,fertilizer,weed control,watering, and mowing. Fertilize and weed control when necessary or at least three times annually. Water and mow areas when necessary except maintain a grass height less than 6 inches. 3.06 FIELD QUALITY CONTROL A. Final acceptance of the grassing shall be made only during the growing season after the work is completed. The grass growth on acceptance must not be over 6 inches high and have a minimum coverage of 80 percent healthy, green, relatively weed-free grass. Maintain the grass during the entire time since grass placement. Upon final acceptance of Grass for Erosion Control 3125 13.14-3 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project November 2016 the completed structure,the Owner will assume responsibility for watering and maintenance of the slopes. END OF SECTION Grass for Erosion Control 3125 13.14-4 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project November 2016 APPENDIX A A1.00 MEASUREMENT AND PAYMENT A1.01 MEASUREMENT A. Measurement for grassing for erosion control shall be made by the acre complete and in place. Areas shall be measured based on their horizontal projection with no adjustments for sloped surfaces. B. No measurement shall be made of the work required by the Contractor to develop and maintain the source of grass or the grassed areas in a good, useable, living, weed free, condition including watering, mowing, and fertilizing. A1.02 PAYMENT A. Payment for grassing for erosion control shall be made at the unit price bid per acre for "Grassing for Erosion Control",which price shall be full compensation for providing labor, equipment, materials,water, fertilizer, and weed control, and for maintaining the slopes and areas to receive grassing, placing, watering, fertilizing, mowing if required, and maintaining the areas until final acceptance has been made and other work necessary and incidental to this phase of work. B. Partial payment of 50 percent shall be made for grassing of completed areas when 80 percent grass coverage is obtained, if proper maintenance is being and continues to be m performed. The remaining 50 percent shall be made on final acceptance of the entire project. Additional payment for grassing of areas previously grassed shall not be made. END OF APPENDIX A Grass for Erosion Control 3125 13.14-5 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project November 2016 DIVISION 32 - EXTERIOR IMPROVEMENTS 32 23 19.02 CARE OF WATER DURING CONSTRUCTION 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals, including pumps, piping and other facilities necessary to remove surface,groundwater, and water located in the existing structures as needed to perform the required project construction. B. Build and maintain the necessary temporary impounding works, channels, and diversions. Remove the temporary works, equipment,and materials after they have served their purpose in strict accordance with this section of the specifications and the applicable drawings. 1.02 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00"Submittal Procedures" and shall include: 1. Plans and procedures for handling flood flows and dewatering excavations. Submit plans and procedures to Engineer for approval. 2. Any construction modifications to the system shall also be submitted. 1.03 JOB CONDITIONS A. Approval of plans and procedures for handling flood flows and dewatering does not relieve the Contractor of full responsibility and liability for care of water during construction. 2.00 PRODUCTS(NOT APPLICABLE) 3.00 EXECUTION 3.01 FLOOD FLOWS AND OTHER WATER A. The Contractor shall be responsible for handling and diverting any flood flows, stream flows, or any other water, including groundwater encountered during the progress of the work. Build, maintain, and operate cofferdams,channels, flumes, sumps, and other temporary works needed to pass floodwater,divert stream flow,or pass other surface water through or around the construction site and away from construction in progress. Unless otherwise approved by the Engineer, a diversion must discharge into the same natural watercourse in which its headworks are located. Construct permanent work in areas free from water. The removal of protective works, after having served their purpose, shall be in a manner and timing satisfactory to the Engineer. 3.02 DEWATERING EXCAVATED AND OTHER FOUNDATION AREAS A. The Contractor shall be responsible for dewatering foundations for all areas during construction of the works of improvement, including areas of required backfills. Lower the water table as needed to keep those areas free of standing water or excessive muddy conditions. Care of Water During Construction 32 23 19.02-1 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project November 2016 B. Furnish the drains, sumps,casings,well points, and other equipment necessary to dewater areas for required construction work. Any dewatering method that causes a loss of fines from foundation areas will not be permitted. Keep available standby equipment to provide proper and continuous operation of the dewatering system. Provide continuous monitoring (24 hours per day) of the dewatering system to provide continuous operation. 3.03 HANDLING OF PCB-CONTAMINATED WATER (PCLE ZONE) Itar,r--a 1-.ndd'ill (ReuR d 1) .. at Sewtheast Landfill (Reun.d 2) that type of waste. Flush and elean (deegntaminate) any dewat i - - . ..- �At 9F FnateFi ed i ntam*nate.d. ate.n F te Fewsing ..h equipment eF FA;#-Pr;Alr, i .° A. Groundwater or runoff water(which may be encountered during excavation of the Round 1A, Round 1B, and/or Round 2 PCB-contaminated soil and Round 1A, Round 1B, and/or Round 2 Metal-contaminated soil or during other excavations) which has come in contact with PCB-contaminated soil shall not be allowed to enter adjacent streams or otherwise exit the site.Water encountered within the PCLE zone or other excavations shall be allowed to infiltrate or evaporate as necessary for excavations to continue. B. The Contractor may construct temporary earthen dikes or take other precautionary measures as required to contain any encountered water. If the Contractor selects to contain water for purposes of continuing work within the PCLE zone,it will be the responsibility of the Contractor to containerize,test,and,if necessary,dispose of contaminated water at a disposal facility approved to accept that type of waste. Flush and clean (decontaminate) any dewatering equipment or materials used in contaminated water prior to reusing such equipment or materials in uncontaminated areas. Pump wash water into containers for disposal. END OF SECTION Care of Water During Construction 32 23 19.02-2 PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project November 2016 -- APPENDIX A A1.00 MEASUREMENT AND PAYMENT A1.01 PAYMENT A. Payment for the work covered under this section of the specifications will be made at the lump sum price bid for"Care of Water During Construction", which payment shall constitute full compensation for all costs of furnishing all labor, equipment, and materials for any temporary diversions and drainage channels,installing pumps and other equipment as required, maintaining the work free from water, handling contaminated water,and removing all temporary protective works. Payment shall be made in even installments over the duration of the contract, unless otherwise approved by the Engineer and Owner. END OF APPENDIX A Care of Water During Construction 32 23 19.02-3 PROJECT NO.00180: Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project November 2016 DIVISION 34 — TRANSPORTATION atv 3471 13-1 TRAFFIC CONTROL Page 1 of 5 1 SECTION 34 7113 2 TRAFFIC CONTROL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans 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 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Installation of Traffic Control Devices 15 a. Measurement 16 1) Measurement for Traffic Control Devices shall be per month for the Project �. 17 duration. 18 a) A month is defined as 30 calendar days. 19 b. Payment 20 1) The work performed and materials furnished in accordance with this Item 21 and measured as provided under"Measurement" shall be paid for at the 22 unit price bid for"Traffic Control". 23 c. The price bid shall include: 24 1) Traffic Control implementation 25 2) Installation 26 3) Maintenance 27 4) Adjustments 28 5) Replacements 29 6) Removal 30 7) Police assistance during peak hours 31 2. Portable Message Signs 32 a. Measurement 33 1) Measurement for this Item shall be per week for the duration of use. 34 b. Payment 35 1) The work performed and materials furnished in accordance to this Item and �w 36 measured as provided under"Measurement"shall be paid for at the unit 37 price bid per week for"Portable Message Sign"rental. 38 c. The price bid shall include: 39 1) Delivery of Portable Message Sign to Site 40 2) Message updating 41 3) Sign movement throughout construction CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project N� Revised November 22,2013 3471 13-2 TRAFFIC CONTROL Page 2 of 5 �. 1 4) Return of the Portable Message Sign post-construction 2 3. Preparation of Traffic Control Plan Details 3 a. Measurement 4 1) Measurement for this Item be per each Traffic Control Detail prepared. 5 b. Payment 6 1) The work performed and materials furnished in accordance with this Item 7 shall be paid for at the unit price bid per each"Traffic Control Detail" 8 prepared. 9 c. The price bid shall include: 10 1) Preparing the Traffic Control Plan Details for closures of 24 hours or 11 longer 12 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices 13 (TMUTCD) 14 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 15 4) Incorporation of City comments 16 1.3 REFERENCES 17 A. Reference Standards 18 1. Reference standards cited in this Specification refer to the current reference 19 standard published at the time of the latest revision date logged at the end of this 20 Specification,unless a date is specifically cited. 21 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 22 3. Item 502,Barricades, Signs, and Traffic Handling of the Texas Department of 23 Transportation, Standard Specifications for Construction and Maintenance of ■* 24 Highways, Streets, and Bridges. 25 1.4 ADMINISTRATIVE REQUIREMENTS 26 A. Coordination 27 1. Contact Traffic Services Division(817-392-7738)a minimum of 48 hours prior to 28 implementing Traffic Control within 500 feet of a traffic signal. 29 B. Sequencing 30 1. Any deviations to the Traffic Control Plan included in the Drawings must be first _ 31 approved by the City and design Engineer before implementation. 32 1.5 SUBMITTALS 33 A. Provide the City with a current list of qualified flaggers before beginning flagging 34 activities. Use only flaggers on the qualified list. 35 B. Obtain a Street Use Permit from the Street Management Section of the Traffic 36 Engineering Division,311 W. 10'l'Street. The Traffic Control Plan(TCP)for the 37 Project shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. 38 A copy of this Traffic Control Plan shall be submitted with the Street Use Permit. 39 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 40 Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised November 22,2013 rn 3471 13-3 TRAFFIC CONTROL Page 3 of 5 1 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 2 Specifications. The Contractor will be responsible for having a licensed Texas ®' 3 Professional Engineer sign and seal the Traffic Control Plan sheets. 4 E. Lane closures 24 hours or longer shall require a site-specific traffic control plan. 5 F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 6 changes to the Traffic Control Plan(s)developed by the Design Engineer. 7 G. Design Engineer will furnish standard details for Traffic Control. 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] �r 11 1.9 QUALITY ASSURANCE [NOT USED] 12 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 13 1.11 FIELD [SITE] CONDITIONS [NOT USED] 14 1.12 WARRANTY [NOT USED] 15 PART 2- PRODUCTS 16 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 17 2.2 ASSEMBLIES AND MATERIALS 18 A. Description 19 1. Regulatory Requirements 20 a. Provide Traffic Control Devices that conform to details shown on the 21 Drawings,the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control 22 Device List(CWZTCDL). 23 2. Materials 24 a. Traffic Control Devices must meet all reflectivity requirements included in the 25 TMUTCD and TxDOT Specifications—Item 502 at all times during 26 construction. 27 b. Electronic message boards shall be provided in accordance with the TMUTCD. 28 2.3 ACCESSORIES [NOT USED] 29 2.4 SOURCE QUALITY CONTROL [NOT USED] 30 PART 3- EXECUTION 31 3.1 EXAMINATION [NOT USED] 32 3.2 PREPARATION 33 A. Protection of In-Place Conditions CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&SIudge Lagoons Excavation and Disposal Project Revised November 22,2013 ON 3471 13-4 TRAFFIC CONTROL Page 4 of 5 PW 1 1. Protect existing traffic signal equipment. 2 3.3 INSTALLATION , 3 A. Follow the Traffic Control Plan(TCP)and install Traffic Control Devices as shown on 4 the Drawings and as directed. 5 B. Install Traffic Control Devices straight and plumb. 6 C. Do not make changes to the location of any device or implement any other changes to 7 the Traffic Control Plan without the approval of the Engineer. 8 1. Minor adjustments to meet field constructability and visibility are allowed. 9 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 10 1. Corrective action includes but is not limited to cleaning, replacing, straightening, 11 covering, or removing Devices. 12 2. Maintain the Devices such that they are properly positioned, spaced,and legible, .— 13 and that retroreflective characteristics meet requirements during darkness and rain. 14 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 15 and state laws(by failing to furnish the necessary flagmen, warning devices,barricades, 16 lights,signs,or other precautionary measures for the protection of persons or property),the 17 Inspector may order such additional precautionary measures be taken to protect persons 18 and property. -� 19 F. Subject to the approval of the Inspector,portions of this Project,which are not affected by 20 or in conflict with the proposed method of handling traffic or utility adjustments,can be 21 constructed during any phase. 22 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 23 distance of drivers entering the highway from driveways or side streets. 24 H. To facilitate shifting,barricades and signs used in lane closures or traffic staging may 25 be erected and mounted on portable supports. 26 1. The support design is subject to the approval of the Engineer. �- 27 I. Lane closures shall be in accordance with the approved Traffic Control Plans. 28 J. If at any time the existing traffic signals become inoperable as a result of construction 29 operations,the Contractor shall provide portable stop signs with 2 orange flags,as 30 approved by the Engineer,to be used for Traffic Control. 31 K. Contractor shall make arrangements for police assistance to direct traffic if traffic signal 32 turn-ons,street light pole installation,or other construction will be done during peak traffic 33 times(AM:7 am—9 am,PM: 4 pm-6 pm). 34 L. Flaggers 35 1. Provide a Contractor representative who has been certified as a flagging instructor 36 through courses offered by the Texas Engineering Extension Service,the American 37 Traffic Safety Services Association,the National Safety Council, or other approved 38 organizations. 39 a. Provide the certificate indicating course completion when requested. 40 b. This representative is responsible for training and assuring that all flaggers are 41 qualified to perform flagging duties. so CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised November 22,2013 3471 13-5 TRAFFIC CONTROL +� Page 5 of 5 1 2. A qualified flagger must be independently certified by 1 of the organizations listed 2 above or trained by the Contractor's certified flagging instructor. 3 3. Flaggers must be courteous and able to effectively communicate with the public. 4 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals 5 and follow the flagging procedures set forth in the TMUTCD. 6 5. Provide and maintain flaggers at such points and for such periods of time as may be 7 required to provide for the safety and convenience of public travel and Contractor's 8 personnel, and as shown on the Drawings or as directed by the Engineer. 9 a. These flaggers shall be located at each end of the lane closure. 10 M. Removal 11 1. Upon completion of Work,remove from the Site all barricades,signs, cones,lights 12 and other Traffic Control Devices used for work-zone traffic handling in a timely 13 manner, unless otherwise shown on the Drawings. 14 3.4 REPAIR/RESTORATION [NOT USED] 15 3.5 RE-INSTALLATION [NOT USED] 16 3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 17 3.7 SYSTEM STARTUP [NOT USED] 18 3.8 ADJUSTING [NOT USED] 19 3.9 CLEANING [NOT USED] 20 3.10 CLOSEOUT ACTIVITIES [NOT USED] 21 3.11 PROTECTION [NOT USED] 22 3.12 MAINTENANCE [NOT USED] 23 3.13 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 Revision Log DATE NAME SUMMARY OF CHANGE i 11/22/13 S.Arnold Added police assistance,requirement for when a site specific TCP is required F 26 I OR j OR CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation and Disposal Project Revised November 22,2013 APPENDIX GG 4.01 Availability of ban GC4.02 Subsurface and Physical Conditions Refer to Supplementary Conditions, Section SC-4.02A GG 4.04 Ufider-gr-etmd Faeilities GC-4.06 Hazardous Environmental Condition at Site-Refer to Supplementary Conditions, Section SC- "" ` 4.02A GC-6.06.1)Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GG 6.09 Pet:mits and Utilities GG 6.24 Nandisefifninmien GR 0160 00 Pr-eduet Requir-ements Appendix A—Republic Services Pricing Commitment Documentation Appendix B—Asbestos Abatement Report Appendix C—Tree Survey w CITY OF FORT WORTH PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation Disposal Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation Disposal Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation Disposal Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 ,�ww GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation Disposal Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 GC-4.06 Hazardous Environmental Condition at Site THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation Disposal Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 GC-6.06.1) Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation Disposal Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 ATTACHMENT IA Page 1 of 4 FORT NVOR`rH City of Fort Worth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable block to describe Lindamood Demolition Offeror PROJECT NAME: M/W1DBE NON-M/WiDBE Former Riverside WWTP Demolition 1/12/2017 BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 6 % 6 Bio 00180 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications. MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant Dallas Denton Johnson Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a subcontractor is considered 1s`tier, a payment by a subcontractor to its supplier is considered 2N tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency(NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner-operated, and receive full MBE credit. The MBE may lease trucks from non-MBEs, including owner-operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev.2/10/15 FORT WORTH ATTACHMENT 1 A Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first,use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal.. NCTRCA N SUBCONTRACTOR/SUPPLIER o Company Name T n Detail Detail Address i Subcontracting Supplies M W Dollar Amount Telephone/Fax e B B M Work Purchased Email r B B Contact Person E Guido Construction, Inc. DBA 1 Trucking 461,882.00 GDO Contractors LLC 1105 Mohawk Dr, Irving,TX 75061 214-4 ❑ 214-493-0613 469-955-1620 sonyguidotrucks@hotmail.com Sony Guido El F1 El F1 El F] El F] El F] Rev.2/10/15 FORT WORTH ATTACHMENT 1A Page 4 of 4 — Total Dollar Amount of MBE Subcontractors/Suppliers $461,882.00 Total Dollar Amount of Non-MBE Subcontractors/Suppliers $0 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $461,882.00 The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval o Change(Addition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and .. any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1)year. `7 -= W10/t �-� 1 K. Author!Ad'Si na re Printed Si nature 9 9 Chief Estimator Kory Petesron Title Contact Name/Title Of different) Lindamood Demolition 972-721 -0898 Company Name Telephone and/or Fax 2020 S Nursery kory@lindamooddemolition.com Address E-mail Address Irving, TX 75060 1/17/2017 City/State/Zip Date Rev.2/10/15 - -ti PIO loop • " Z ° or CD Cd O ,dLfa MEW 0 POO 169, it U 'w � .G O w r c 6 O � O " •4 UL Cly CoM L- 0 coo y `= •� Q O •~ V rr UL N ��„ •w iii cpi Cfl Q O O „ ca .�aw ¢,, ... V Q � 0 ��n. •i p cis cyC Q" Q) v) co Lo 00 O b Cr; OCL ow c En00 CJ of 1 711 �� � �`�`u'J ^�'�'�.l✓ `ti�J � �''U/ X3,;4' F�'-' ���"�� " " �'�ii ��� `tt�"`moi:' �� �7i'�'�<ii GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation Disposal Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 4w 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 w. Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 ,.t Electrician $ 19.80 Excavator Operator,50,000 pounds or less $ 17.19 Excavator Operator,Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter,Structures $ 13.84 Form Setter, Paving&Curb $ 13.16 Foundation Drill Operator,Crawler Mounted $ 17.99 Foundation Drill Operator,Truck Mounted $ 21.07 Front End Loader Operator,3 CY or Less $ 13.69 Front End Loader Operator,Over 3 CY $ 14.72 Laborer,Common $ 10.72 Laborer, Utility $ 12.32 ■. Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator,Asphalt $ 13.08 Roller Operator,Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 r.. Spreader Box Operator $ 14.73 Truck Driver Lowboy-Float $ 16.24 Truck Driver Transit-Mix $ 14.14 +w� Truck Driver,Single Axle $ 12.31 Truck Driver,Single or Tandem Axle Dump Truck $ 12.62 Truck Driver,Tandem Axle Tractor with Semi Trailer $ 12.86 ,wr Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas'Standard Job Classifications and Descriptions for Highway, Heavy,Utilities,and Industrial Construction in Texas. Page 1 of 1 GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation Disposal Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 GC-6.24 Nondiscrimination THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation Disposal Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK s CITY OF FORT WORTH PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation Disposal Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 APPENDIX A REPUBLIC SERVICES PRICING COMMITMENT DOCUMENTATION CITY OF FORT WORTH PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation Disposal Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 10 R1. REPUBLIC SERVICES, INC. MIR March 29, 2011 Mr. Richard Talley City of Fort Worth Water Department — 1000 Throckmorton Street Fort Worth, TX 76102 (817) 392-8203 Richard.Tal ley@FortWorthgov.org Re: Pricing Commitment for City of Fort Worth: Disposal of PCB Waste Associated with Remediation of the Riverside Wastewater Treatment Plant and Lagoons .r Mr. Talley, +* Republic Waste Services of Texas,Ltd., d/b/a as CSC Landfill, (CSC) is providing, via this letter, confirmation of pricing that will be provided to contractors preparing bids for the above referenced project. Additionally,this letter documents terms and conditions that the City of Fort Worth(City),it's Contractors, and CSC shall agree upon prior to the shipment of any waste. CSC shall dispose of all TSCA-regulated waste containing PCBs at concentrations greater than or equal to 50 mg/kg in its dedicated trench area, which is fully authorized for such disposal pursuant to approvals obtained from the EPA and TCEQ. All waste containing PCBs at concentrations less that 50 mg/kg shall be disposed in other disposal cells at CSC landfill approved by the EPA and TCEQ for disposal of such wastes. All wastes must be properly classified in accordance with 30 TAC Chapter 335, Subchapter R, Classification of Waste before shipment to our facility. CSC will require additional waste characterization sampling in addition to data previously provided by representatives of the City, which requirements are attached to this letter. CSC acknowledges that the City has selected CSC Landfill as it designated facility to receive all PCB waste generated by this project in return for this pricing commitment and Stephen Brown (Special Waste Analyst) as the City&Contractors landfill contact. The Contractors and their subcontractors shall be responsible for following all of CSC's policies and procedures for disposing of waste at the landfill facility. This consists of agreeing to the terms and conditions of CSC's Waste Service Agreement(WSA)which is attached to this letter. The Contractors selected by the City shall complete and execute the WSA prior to shipment of any waste. 1212 HARRISON AVENUE ♦ ARLINGTON,TEXAS 76011 CSC shall extend the same pricing to all bidders for a period of one (1) year form the date hereof. Pricing established for these projects is attached and shall be distributed to all bidders along with the WSA. The Contractor shall be responsible for payments to CSC. The City shall ensure that CSC has been paid prior to any final payment to the Contractors. The Contractors shall indemnify CSC as stated in item 13 of the WSA"Terms and Conditions". The Contractors shall meet the insurance requirements as stated in item 14 of the WSA"Terms and Conditions"and name CSC as an additional insured. CSC shall provide the Contractors with grid locations of where the waste is disposed. CSC shall provide manifests and return them to the Contractor's designee within 30 days after disposal. The Contractors and CSC shall resolve any discrepancies within 30 days of the discovery of the discrepancy. The City shall notify CSC, in writing,of any material changes or addendums to the above _ referenced project. CSC shall notify the City and its contractors, in writing, of any changes to its permit or other authorizations or any regulatory actions that may affect the project. ._ Sincerely, Nick Steflcovicli — Republic Services, Inc. Area President 1212 Harrison Avenue, Arlington,TX 76011 �- Office 817-317-2074 1212 Harrison Avenue•Arlington,TX 76011 .. " REPUBLIC SERVICES, INC. Pricing for Disposal Waste Generated at the Riverside WWTP and Lagoons (Sludge Ponds) Description of Waste Disposal Cost* Non-Hazardous Waste PCB> 50ppm (25,000 tons, bulk solids) $80.25 /ton Class 1 Non-Hazardous Waste PCB's <50ppm (unknown volume, bulk solids) $35.00/ton Class 2 Non-Hazardous Waste PCB's<50ppm (156,000 tons proposed in 2011-2012, bulk solids) $15.50/ton Non—Hazardous Waste PCB's>50 ppm (55 Gallon Solid Drums) $125.00/drum Non-Hazardous Waste PCB's <50ppm (55 Gallon Solid Drums) $40.00/drum A state fee of$0.25/cy is included in the pricing. 1212 HARRISON AVENUE ♦ ARLINGTON,TEXAS 76011 APPENDIX B ASBESTOS ABATEMENT REPORT CITY OF FORT WORTH PROJECT NO.00180:Former Riverside WWTP Plant Demolition&Sludge Lagoons Excavation Disposal Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 Report of.- Asbestos Abatement and Project Management, Supervision and Testing Services Industrial Hygiene and Safety Technology,Inc. Conducted at.- 2235 t;2235 Keller Way Riverside Water Treatment Plant Carrollton,TX 75006 4600 1 st Street Phone: (972)478-7415 Fort Worth, Texas Fax: (972)478-7615 http://www.ihst.com Abatement Date(s);August 30—Sept 2, 2016 Leaders in Report Date;September 15, 2016 Quality, Service and Innovation Prepared for.- City or;City of Fort Worth 1000 Throckmorton Fort Worth, Texas 76102 Prepared by; Industrial Hygiene & Safety Technology, Inc. 2235 Keller Way Carrollton, Texas 75006 972-478-7415 Report of Asbestos Abatement and Project Management, Supervision and Testing Services Conducted at Riverside Water Treatment Plant 4600 1St Street Fort Worth, Texas Table of Contents 1. ASBESTOS ABATEMENT REPORT .......................................................................................................1 2. BASELINE AIR SAMPLES....................................................................................................................... 2 3. AREA AIR SAMPLES.............................................................................................................................. 2 4. CLEARANCE SAMPLES .........................................................................................................................2 5. CERTIFICATION OF FINAL AIR CLEARANCE .......................................................................................3 6. PERSONAL AIR SAMPLES..................................................................................................................... 3 Appendix A—Daily Job Activity Log Appendix B—On-Site Air Sample Analysis Results Appendix C—Certification of Final Air Clearance pw P" 4M on o. 1. ASBESTOS ABATEMENT REPORT An asbestos abatement was conducted at Riverside Water Treatment Plant located at 4600 1St St, Fort Worth, Texas on August 30—September 2, 2016. The purpose of the asbestos abatement was to remove the following asbestos-containing material: ➢ Approximately 7,107 square feet of window glazing ➢ Approximately 295 linear feet of pipe insulation ➢ Approximately 90 square feet of boiler insulation ➢ Approximately 26 square feet of wall texture ➢ Approximately 189 linear feet of caulking The asbestos abatement contractor for the project was Intercon Environmental, Inc. located in Mansfield, TX(DSHS#80-0805). The asbestos abatement project management was performed by Industrial Hygiene and Safety Technology, Inc. (IHST). All work performed at this location conformed to published specifications and federal, state and local requirements and regulations. Mr. Jose Reyes (DSHS Project Manager License#50-1588 and Air Monitoring Technician License#70-6723) representing IHST, managed the abatement activities. IHST analyzed the air samples utilizing the NIOSH 7400 Method. IHST participates in the Proficiency Analytical Test(P.A.T.) IHST's laboratory meets all the requirements for Phase Contrast Microscopy (PCM) as defined in EPA 40 CFR Part 763.90 (i) (2) (ii)of the AHERA regulations, and is licensed by the Texas Department of Health as an Asbestos Laboratory(DSHS#30-0010). The abatement of the insulation was performed using wet removal methods inside a negative-pressure enclosure. The enclosure employed 6-mil polyethylene critical barriers over all openings into the work area and 4-mil polyethylene on the walls, a three-stage, wet decontamination unit and exhaust fan equipped with a high-efficiency particulate air(NEPA)filter used to obtain negative pressure inside the containment. The window glazing, wall texture, and caulking was removed using NESHAP removal methods. All ACM waste was placed in double, 6-mil bags for proper disposal. Worker's protection during removal included half-face, dual-cartridge, air-purifying respirators, full-body disposable clothing, and rubber boots. Phase I of the asbestos abatement included prepping and pre-cleaning of the area. Phase II of the asbestos abatement was the actual removal of the ACM. The final phase consisted of bag-out and final cleaning. Air samples were collected during all abatement activities. The asbestos-containing waste was transported by Intercon Environmental Inc DBA Smart Solutions Transport located at 210 Walnut Creek Drive, Mansfield, Texas 76063 (DSHS License#40-0336) to the DFW Landfill located at 1600 Railroad Street, Lewisville, Texas 75067(State Permit#102B). This report and subsequent documentation from Intercon Environmental, Inc. indicate that the areas where asbestos was removed are cleared for normal occupancy. Tracy K. B amlett Date President DSHS Consultant License No. 10-5040 Asbestos Abatement IHST#21388 City of Fort Worth Riverside Water Treatment Plant 4600 1s'Street Fort Worth,Texas Page 1 2. BASELINE AIR SAMPLES Baseline air samples were collected before the asbestos abatement began to determine pre- abatement airborne concentration of fibers. This enables a verification to be made that no air quality degradation is produced by the abatement. All air monitoring was done using air sampling pumps calibrated both before and after sample collection. The samples were collected on 25 mm filters and analyzed according to the NIOSH 7400 method using Phase Contrast Microscopy by an analyzed rated proficient in the Proficiency Analytical Testing (PAT) program. This program is a quality assurance program managed by the American Industrial Hygiene Association. The results of the baseline air samples are listed in Appendix B. 3. AREA AIR SAMPLES Area air samples were collected during the asbestos abatement to assure adherence to published regulations, that work practices did not create excessive fiber-in-air levels, and that adjacent areas .. were not contaminated. The results of these area air samples are listed in Appendix B. 4. WORKING AREA CLEARANCE SAMPLES Before any area was considered clean, an employee of IHST conducted a visual inspection to certify . that all work areas had been thoroughly cleaned. An area was considered clean when no dust debris or residue was detected. Following the visual inspections(s), air samples were analyzed from around the abated area. When all area air samples were determined to be<0.01 fibers/cc,as identified by Phase Contrast Microscopy (PCM),the area was considered safe for normal occupancy. All samples were analyzed in accordance with criteria listed in the NIOSH 7400 Method of fiber identification. CERTIFICATION OF VISUAL INSPECTION The Owner's Representative designated to perform visual inspections certifies that the work area(s) where asbestos abatement activities were conducted has been visually inspected for the presence of asbestos. All surfaces including walls ceiling,floor, and sheet plastic, etc., were inspected and found to be free of dust, debris or residue. Location of Clearance Area: Riverside Water Treatment Plant 4600 18t Street Fort Worth,TX Asbestos Abatement I HST#21388 City of Fort Worth Riverside Water Treatment Plant 4600 1 It Street Fort Worth,Texas Page 2 5. CERTIFICATION OF FINAL AIR CLEARANCE The Owner's Representative designated to perform final air clearance hereby certifies that all air clearance samples collected were determined to be <0.01 fibers/cc of air as analyzed by PCM using the NIOSH 7400 Method of fiber identification. The results are listed in Appendix C. 6. PERSONAL AIR SAMPLES In accordance with OSHA Regulations 29 CFR 1926. 1101, personal air samples were collected and analyzed by Phase Contrast Microscopy (PCM) using the NIOSH 7400 Method of fiber identification. The results of the personal air sampling are listed in Appendix B. Asbestos Abatement IHST#21388 City of Fort Worth Riverside Water Treatment Plant 4600 1st Street Fort Worth,Texas Page 3 Appendix A Daily Job Activity Log Asbestos Abatement IHST#21388 City of Fort Worth Riverside Water Treatment Plant 4600 1"Street Fort Worth,Texas Page 4 a$ mm U)! �wco coca N N a1 X O LL t IL m u+. Cl) N Y E m c U + o tL V J 6/S O Iq _O m CL '� m !! C O c E U S p; O 00 N A. O O w ) J J =O N 4 n a Vf N m l0 tJ u, a E ¢ m E P y L .0 6 a a Vl f0 m LL N O CL m pct s� O r E G N t� YU M CL O Q1 _ d ITC N m C o 7 n .0 N 8 fn H ,.r. F- m W C m C tx Y�LO- .0 ts d ace o a N ° G c a S m m U- 0 - N O m C O ` N m m w c cC OL o m c o O p CL m dc = CL �i -E ENm c 03 ao O c c mE 0 c Z 0 m c a+ C! Cs N `m n d N a= m E n y y e o o m > o 00 _ � � '3 LL V -5 U N r� ) O GOff,. CO 'p O m m O M0 0 o c (gipp-poi �Ep y o U C c, O O N lS N y N N O fi go M C? m 'L O. m d m m w c cow E ; E2 c, n d a cg a c c no t °- C o E a `mlca °� m 'a � C2 ". 2 e a I� in > c O0 o c m 0'E'c s Ln w is o '0 .O Oa C m mo �° cm10maniis C3 _ r � � 130 ou~im~ a`�i ~t~i>u~iooai N c OJO m W o m < CL o y v cc m� ¢ E ¢ ¢a fa ¢ O N E"' O O O > ICC 0 m C O O.C o o 0 .6 a 4 C a m U— m c+� o o M M w a) y 0 � c V Q) y co O N w LL (!) C y O O r .- Q N \ ¢ ¢ ¢¢ a.aaaaa c m Io �' iT0000000000 o m O e a Z E 1= 0 0 0 0 0 0 0 0 0 0 a E m 0 z +a_: t •°_' 4no o n9 coy Im n v o o � C d p a e U V W N o 0 0 o 0 0 0 o y a j ❑ UIL O � O1L OQ 2 an It n L Coco CD av Q c m axi O LL L N a o = E vCL ®' N N a :9 �o L a m E m � $ n o d c CD 0 do N c C d io E m ri m V r J = I E v 3 a 8 d ° c E c � c CL Ev c E v m c `a m $ a m O/ ; L m rw C1 2 = m 3 0 J °to 'a ¢�q1 �p AO ,� m X y c x 3w E o c G u r. _a w XX m p _ w U y m V �+ d N O a m O. O) Yoa mai E a m o ac c a dCD 0 r � � O a Est V .2:, 4 E c nF� ; W m " E mm ul N m9i «c C 10 d n c of d C E F- E cCL N m J N o cZ 2 $ N(p @ ow ca 0. O a+ do Yyamd me y .5 m a—i 1Oy aCi > L) 0 mm « m « cc « $ tE0 uf0i _mE .tj p O cg ^y d N C y ow C7 ° a d m U � !9U w a E E m U 4 c U Q a y m c E� 3 m o c o m 8 Y .0 oo c ° REc E� u0 E Q m V O O m 7 O ,E C "" C m , d $ 'g H M D b 'O a fA"" �j O c C a m'O h E N 'S m .w.. m aw > °� � a Ed o > > S ay � m �m cow c a .i IL S E E a c c wccE ' m �� mo �mCL ° myc OO pp m •p o _ p W G N y ` a ° m O L N J m M m w m w �ic? m -0 w yah « c .. in > Ccmam3 $''xc � � c i� L° ac c d => v 'o ,Rc C io a m m N N m a ° •p C C) Q .°'_. « �' Qmmu«i cc �' (D n �' � c4 o nam ° _ a F- F-F- F-�- " -� F- -L� F- F- F- F- ►- F- .. c « E o to to to to � « o o Cl) o c � co U) U) h o oJo t°w � xxxxM: c33x g CL m b gw w c c Q E ¢ ¢ a a a 0- ° a rn 0 0 9 0 0 0 Gl fn C LL. 'D co O O K Coil p c o mw •` y In 00 G o N o co 0 0 0 C h co m Q c y Eww Ea ¢ ¢ ¢ QQ Q0. aa a s an. aa a U m +' m a ll O O O O O O O O O O O 0 0 0 0 0 0 O p •Q N� Z X00990909999 O O 9999 a JT NoUOJ7F- 66666 U.) too0o vi .0 o o Ln LO o V MOMO7itrn7O 9 7 N 'f 9 9 mZ 0 r- rl M W r N N NNNO Su'i•va 0OO O OO v UW Oaa � 4 �jm 4 ww nn ao co vv N N d K C 10 L LL a Q) z 0 2 o. E 4 o 0 2 m m O E = C 3 a p O # O Q O `) a C ::3 O m E ct CLcu 4 0 w J � A N U 7 F- CD Yo Q S 10 _ a M o O N A O ^ d U N Z E C L U N a E at avi c Ea) Q c t o m p " m S N m �+ dU N a CL C., d d y C N E 7 y y 0 0 a s o U U I_-CL N y oc 3 aNi < � a Y = y n � E m w Cl CD c a o o a°, v ai V 0 0 �'� O y 0 2 `n o ,0 a 'N fp N y a F Y Cc m d 10 N 7 d 0 E O C a w C o U 3 0 = 3 m E V ° m m a y a a , 7 d _ c c 2 a o r- d CL Cl c a y C N U U C 7 y 7 C O U d N 0 a O Y f6 a N d C N d '� S . YO �Q O A t -0DYW N vtoN-� CFvmo cm uF- F- t- o � cntn onrE -0o o o � -� VO .c � oFw = = a = =p =C E °Cv: ai rt' a m W �3: ¢o E 13 3 e o F- d > co LL C) o mq d m_ °oC) �, o ao E e y rod ui .. a o d � � � � � � 2222 CF" E `d d E Q QQ4cadaaa V "' coa llo00000000o z E a p N F= 0 0 a 0 0 0 0 0 0 ` ui ui C o000 0000Liio a C ai V Z L l� M O M Zn O O M T O C d CN `� � •O p c j U W o 000 N o000 C U a O J O a I-- :1-1 P7 pr Cl) 0000 \\ \ 2 _ 0 \ � f _ ( \ - \ _ { Ol§ ®k E ° - e ] \ cL } } 4Q) E . \ \ o) k \ ) j § S o R o \E: \ / a- a) LU (D� - � \ - ° & )kca E iL §kms o u , ] / . . o / \ a- c=� / k j )) - f@@ C E __ E bjv _ ) a ) k - ( wC) co - t ; : § y z m v q $ jj \ ) \ / $ . % B f77cL0 oa __0 mct u § ® � ® kms 0 % 2G2f % ° 2 k � k � � zQzz * 4 8 i � d E 7 7 7 § § M- CL CC)l § § 3 G ) p c 0 I 52L { \ § ] § � e � m � a ee § L: lu - § « < « � � U • ki z � GGa0aB G % $ �� .. _ ; 2 to § § aaa & IO LL. 32 kk \� rc me ® _ § ov � � u,1"0 0000eG Appendix B On-Site Air Sample Analysis Results Asbestos Abatement IHST#21388 City of Fort Worth Riverside Water Treatment Plant 4600 1't Street Fort Worth,Texas Page 6 �O N � N_ 10 a0 f0 1�1 f0 01 a0 M V f0O h N V N O N M 00 F z z O O O O O O O O O O w cb r r L o 0 0 0 0 0 0 0 0 0 e e ao N N m m C c°a o'n C� IL o E y ��_`+ o o c c o 0 0 0 0 0 o c e U C E O 0 n d C N (� m m O m 0 N N V �d a— o00 0 0 0 o w J O d O U 0 0 0 0 O O O O o O o E - u U v c c a a d a v $Y z o a v w c v mc02mOFM Cn 11 U 11 W II d'J a 7 O O n N N N N O M (O OD 1 d �p JIm �0=t'SUm LLOto 1Ypl U9 = O d U< ¢Q uoi �i ug o o' o $ o h n D o E C O 0 E z z fh M M OOi OOi Ch m b W N N b F o E d `' d v L7 . U U E m ¢(CO: CL v w c c n o YC O m O 0 z z`h' u) v) e e e M M M •v_rii D. } �N Oy m W E m 0 d W vi a`a¢v a m e 11 II II I� II it .iQ- „' Q Q O O O N N N N O N N a a¢v a m f-E z z O O O N N N N M N N i- N r od ¢ ¢ rnE z N VE ¢Q o rn F z z J �� T �O in in o a c v e Cq a v m` d o z z o 0 o m to w to m �u io w Y o Q u E N am Z cc m E N E C N g `V c)£ 4omroEv �w ¢Qo 0 0 0 o o 0 0 0 4S v o f y E z z o 0 o ii i� ii m m ri n A =�oN� ` C O W N m c Q az ��±j ' ad w m o 0 v y Y E Q Q> > > > > > > > > > aew N $. y 0_ a 0 z z= _ = J J J J J J J .¢IL LLiLL z C r e ov o0 0 CO m U U U U U = U U U N — — — — — — m a a m v a o r r o 13 � a c e Z d W Q CL L 9 W E m CD C N c E a� o a3 m z U N W m W m Z C N N N ~C m t0.1 O f0 f0 m 0 O O C E _ _ = N N C Y 0 O. 0. 0. d i' 0 ID m m .e a J C CS m m E E E v 0. o y H a Hy m CO CL CL 0 d d > Q Q C 0 u C N F C O �: �:IL'00 O. J.!J J J m m m (n (n of N @ OI m 0 m m 2 a a Q Q Q Q a o_ O_ m C popp C Ell = v F F U LE N w o r No 0 0 Co 0 E�M w� m E o wd o4 e q ai maa �y a E m�'^ rnz mm Z a H 0 0 c 0 a K tn0IL a U)IL .n.n 3 m r cn ao g rn cn co ^ 0 0 0 0 0 z z sorb L" 0 0 0 0 0 0 0 0 0 0 a a ab N N 0 O E' X11 Cl O a_"~ La C pOo oOp La pb M N A gyp- pM 0U. 0 E ?� a U w E �y =a o d c o 0 o c o o c o c o c w E o U 6 i7 E C TI=/ W" N•-• W O m rf 0 v °1 o V$$W U E°' o 0 0 0 0 $ b0 0 $ $ $ o m w u7 m a iE y U V C poC 7 ul n Y3 a 3 U C Z O U C A c0S2m Om N IIII II II II C to N cn O N M N �O J : II U W X a'J m a 7 O O N V Ln N t0 r- 0 0 2 W Um LL O 9 c U _ o¢ h h Lr o c C p O r Z b b b b CCi co ori 7 > au� c U d U m ¢ U c c IT c CL w 0 0 a 2 Z V V V cn en Cl) m ,v'_ a m y wE E c °-m pc a a a0/ `� 0Y K FS Q Lac c d) a a Q o 0 a m E 11 11 II 11 11 II O o h o oufi N b O O O aa¢cViam � E �Z z` e v g g M N M a OI OI O N Q ¢ NE 3z v v N O O J r G! E '.�' � .9 •� X`J+ o L Q Q :Q O is tC co iD °itf0 w a z Z m m CC « W Y«Q u E rn a a Q 8 w E c r m ¢¢ coo m. . con c4f $ c9i g gf0i cin.UE M v d o E N « E Z 22 r r M c l` �oN� tnF o 0 0 0 0 0 0 n N (n �O NM Q az nd A oUvdy EE aQ > > > > > > > � > S-4 ' Z Z J J J J J J J J = Z T � Q LL LL U. 2 R C Cao D c a0 M 1 U m m U p U _ — U U U U U g C4 v J — — — — — r wo x c o s c a T; y m — E Jo 6 ! E 3 c 'E e z m E 0 O US z Ea Q m U c m E m `o E u �m m � 3 � N S N N m c E 0d al !0} O N O N v ' d 0 l0 l9 Y N O m m W W O E: n 'i J c Im cm cA 0i 0 v ci m mra mina Q 5 ¢ c ¢ ¢ 'S U 3 aN'c ME < < 8 0 0 o v v o y m Ir `m CL J J m m m m cn cn U) U U U U I Im O7 mo w ww mmQ Q Q Q a a a O D U 5 c c c c O �WOD nq A T C W d >M s « N 3 U O N N Q p E o d m o 4 N c ccs r "o '. 1ii E a a D o o Z as Y Y a a a a a a a a a a `y Z aEmoo rnZ mm „ wm caa CO A r Ir V1UIL a via ¢ n (m ED �� ¢Q o o 0 do °� z L o 0 0 a a co N N m o d A u tl 8a C N rL O IL E O N O S O N IL o w E U )L) o c o c o g P ' r d g c C o o E — A ooiogm a'a NO o E U i o y .0 ELL o 0 0 0 0 iE w U v c c �„• w o H p¢'v' g Y z 0 d H E � �w'gwm � w m 0 11 11 m O m w J U N II U W xI' 11 d o O O N r a J U O S W U m R: N U� = ca w _o tm o¢ C � E Q Q O N b + o O F O z N , L N O QU a J c n o o � wE— ° y ZZcn m en ��w aw Etc LL ivy a c 4: m Y o: c¢ E d m y 0 en d M m ¢U a m E u u u It o aa..°�. ¢cViam ~E M F N N Q a V T E Z Z io is p N ^ 4$ ¢Q 40 l7j tm G E 212 J au) ANS d X�, O F ¢a o o N RS N F O. Z g N N N m cc 2E o m Y oQ U E g a toa� t— E 8 NUS C $ v� Ey �w t6 c n KoN� NF ��2 0 0 Q 6 Z 0 U O. N C °U W N 7 E 12 Z J J J S cow• wrr a = ¢LLiz c D G0 m m U U U 2Go N J d n c E, c c .. O W E a E o z w (Jj qqp� N S J i w C o o C N c o ` t N b= N N U w U Nn { O o _ Y N 'O O C 11 ° N N C l0 y N d o�2 G c n S o U { ow y 0 m mtiv T mm a a d E , m� '�OO `o (" co F 'O y V U N O D1 � O N a N w u W R Q 7 N m E 2 an Y Y N N N rn K Z m m o a- a a 0 0 mz ' EE Z = o_ cy d Edi rnz gg3 WZ aa o E moo mm N N N N C7 /h O ¢¢ t0 c0 H1 N anb anb L'-' o 0 0 0 0 v v ao N N CD C d-0"e ppOpp �Oj iQ� n t7 aD Y} CN Oa °i Eco.' O S O O ON La cd E E N a-. o d o c d o c D d U O E o U U m o m Tic y �v IL o 0 o i6 o y ' oU ELL go a g g o o U c w n d actio ox Z p y q _ U C cEp W 02 70m J V C N IIII 11 II 11 dC lh O O1 a�J N UwX RJ ,O 7 OO N Cl) N P7 UO2 W Um jL O _ 0 � o ¢ JU O F d E 12 `z Z '00 , ¢"0001 v d c c a o i� c g w E- o y ZZ M M en M u c m IL m v a w m na�Ei3 0x E� < E d Eacoym g N CL ¢Uam E II 11 II II 11 aaQo. 1E z� "' N n N g F N CL od Q¢ yE Z'Z N O y F Z Z 1 Wuoi In d7 w No 31 T Lo o FE- ¢ ¢ e e v df0 w a cO d Y o Q o E N a N Qd E NUa Q o "°N° E ° w ¢Q a � o Na UE v n o f y E Z Z o 0 0 o p n A �0 N M ~ 0 S Q a Z 0�cas N ¢¢ C Ny .—di d 0 Z J J J J �W Q lL it lL Z C C 00 ppp .. U O m m U U U U X11 n oU - - - Jd e 8� �Me E o � aLi R a a A� J v d Z CL w co w 7 ZJ co C N N a N n N N d d O p N d C co N N m J J J O Ti d U a V O > m a H N N Y N le O C h 7 n y N J N O O N l0 Im W o Li n a E a m tq w w ¢ (7 .. y c C C E E IN.a -12 dj aa� - aci o map mm a a a a o 10 c X T 00 C.0 �Q N mO j CO . Y _ IL LL U OC N 3 f1 O ... . l0 d �F Nn m m o� „ EQ� tll j0 N E O O d O O N t( I 1 1 o n W ro 0_Q vw mi Z CLA EE zQz a a a a o oZ ° cy o aC CD wo NZ mm p 2 d vl vl o. E d mm F4 caNNaNN +w. K a7Ua 6. ¢ In IL Appendix C Certification of Final Air Clearance Asbestos Abatement IHST#21388 City of Fort Worth Riverside Water Treatment Plant 4600 1"Street Fort Worth,Texas Page 6 LO LO c � � o v 00 00 O N I` ti tom. 00 (D r am �t �t .� c N o� M � rl- rl- O OO d O O O U O O O N � LL O LL `- m tF O IL o O C:) v a� 2 Z> coo � o ti � 2 U ami O t= z c � CD o c L a) a) LN N C � � N N (C W) L N L I` Q �= O X m +, mHcm (a Yom (n o IL LO C-4 V U N O A O C L � V ON (D C 3 a N . c U N " (a O (a O (a cn N� CO _ C C 0 a- C Q C O O U O to O N N = 01 a O O N o jJ 'Na— C cnN VI E E O v c cn 0 � ° a` Q (9 N N N N , Q > o I I I Z (a a ca m. U a- a IL a m o $' C: •� o =s Q a cn a � � �' � 4 a G1 0' CD +�+ N N r m coco E Q M f� N 'C N 00 00 00 O O O Z Q APPENDIX C TREE SURVEY CITY OF FORT WORTH PROJECT NO.00180:Former Riverside WWI?Plant Demolition&Sludge Lagoons Excavation Disposal Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 PM �P A a u'" +m pM N V r eW ry CF' Ilk +Rl!' br u• ►, * 4- m. as h 347.318 98 324.385 op 01 - 4 41 tO tr10 537 Jimr ), .... 281 2"279 .� ,I a mea uxe 1 ,.. .r a a 3 A 1i mm T7et DBH IM— k. �. AL A& � tt� 160 a to be Cleared Feet • oundary CITY OF FORT WORTH lire FREESE N pie 4 �arr7_tlx'I nx3 qMHOLS Riverside WWTP Closure 405558 AND Nona)Pl , w E 4055 International Plaza,Suite 200 � i Fart Worth,TX 76109-4895 Haul Route Tree Survey ' Phone-(817)735-7300 s �t- MK FIGURE Corridor 1 - North of Rugby Field a"°.,.-4 HHV Path:C:\Usm\IwTtOnktopq_Corrl_Bxll.md NAD 1983 StatePline Texas North Central FIPS 4202 Feet W" afa rr A; � pv' u W R f w. t' ,77 - 44 " � 14 413 ,°"�' ." - dk 4 " 4116 b 41 s r 418 " d d 41901 < 421 Q. _. u r � m n F ., ,_p i 3T5h378 380 378 81 3T9 383 387 389 „ .._ 391 E». n v Nr 1392 � - ,"- 39743965399 Tree Size-Total DBH a ,400'i,401-402t403 6"- 12" :07 12"-18" >18" Q n 100 200 Trees and Area to be Cleared Feet Tree Survey Boundary FN JOB No ATY OF FORT WORTH FTW11231 AM FREESE N FILE Corr2_3_8xll.mxd ^ re1VNLS,INC Riverside WWTP Closure DAME FREESE AND NICROIS,INC �7�/ - E 10/10/20'6 4055 International Plam,Suite 200 SCALE Fort WoRh,TX 76109-4895 Haul Route Tree Survey t 1,250 Phone-(817)735-7300 S DESIGNED MK FIGURE Corridor 2 - Access to Sludge Lagoons 0-1-D HHM Path:C:tUaentlkrribU)esktop%3_Cot2_3_8xll.=d NAD 1983 StatePlane Texas North Central FIPS 4202 Feat Riverside WWTP/Gateway Park Haul Road Tree Survey Data Tag Number Common Name Scientific Name DBH-1 DBH-2 DBH-3 Total DBH Notes Corridor 1-North of Rugby Field 228 Cedar Elm Ulmus crassifolia 8.5 8.5 1 229 Cedar Elm Ulmus crassifolia 13.0 11.5 18.8 1 230 Cedar Elm Ulmus crassifolia 12.0 12.0 1 231 Cedar Elm Ulmus crassifolia 12.0 12.0 1 232 Cedar Elm Ulmus crassifolia 18.0 18.0 1 233 Bois d'Arc Moclura pomifera 6.0 6.0 Outside of Buffer 234 Cedar Elm Ulmus crassifolia 16.5 16.5 1 235 Cedar Elm Ulmus crassifolia 15.0 15.0 1 236 Cedar Elm Ulmus crassifolia 18.0 18.0 1 237 Cedar Elm Ulmus crassifolia 14.5 L8.j5 18.8 1 238 Cedar Elm Ulmus crassifolia 11.5 11.5 1;2nd stem dead 239 Cedar Elm Ulmus crassifolia 12.5 12.5 1 240 Cedar Elm Ulmus crassifolia 13.0 13.0 1 241 Cedar Elm Ulmus crassifolia 13.0 13.0 1 242 Cedar Elm Ulmus crassifolia 13.5 13.5 1 243 Cedar Elm Ulmus crassifolia 11.0 11.0 1 244 Cedar Elm Ulmus crassifolia 9.0 5.0 11.5 1 245 Cedar Elm Ulmus crassifolia 18.0 11.5 23.8 1 246 Cedar Elm Ulmus crassifolia 10.0 10.0 Outside of Buffer 247 Cedar Elm Ulmus crassifolia 12.5 12.5 Outside of Buffer 248 Cedar Elm Ulmus crassifolia 6.0 6.0 1 249 Cedar Elm Ulmus crassifolia 9.5 9.5 1;2nd stem dead 250 Cedar Elm Ulmus crassifolia 13.5 13.5 1 251 Cedar Elm Ulmus crassifolia 8.0 8.0 1 252 Cedar Elm Ulmus crassifolia 14.0 10.5 19.3 1 253 Cedar Elm Ulmus crassifolia 8.5 8.5 1 254 Cedar Elm Ulmus crassifolia 15.0 15.0 1 255 Cedar Elm Ulmus crassifolia 11.0 11.0 1 256 Cedar Elm Ulmus crassifolia 19.0 19.0 1 257 Cedar Elm Ulmus crassifolia 6.5 6.5 1 258 Cedar Elm Ulmus crassifolia 13.0 13.0 1 259 Cedar Elm Ulmus crassifolia 20.0 20.0 1;severe heart rot,photo 153 260 Cedar Elm Ulmus crassifolia 7.5 7.5 Outside of Buffer 261 Cedar Elm Ulmus crassifolia 17.0 7.0 20.5 1 262 Cedar Elm Ulmus crassifolia 8.0 8.0 1 263 Cedar Elm Ulmus crassifolia 11.5 11.5 1 264 Cedar Elm Ulmus crassifolia 7.5 7.5 1 265 Cedar Elm Ulmus crassifolia 21.0 21.0 1 266 Cedar Elm Ulmus crassifolia 6.5 6.5 1 267 Sugarberry Celtis laevigato 7.0 7.0 268 Cedar Elm Ulmus crassifolia 7.0 7.0 1 269 Cedar Elm Ulmus crassifolia 7.5 7.5 1 270 Cedar Elm Ulmus crassifolia 6.5 6.5 1 271 Chaste Tree Vitex agnus-cactus 6.0 6.0 Outside of Buffer 272 Cedar Elm Ulmus crassifolia 6.0 6.0 1 273 Cedar Elm Ulmus crassifolia 6.0 6.0 1 274 Cedar Elm Ulmus crassifolia 6.0 6.0 1 275 Cedar Elm Ulmus crassifolia 7.0 7.0 1 276 Cedar Elm Ulmus crassifolia 8.5 8.5 1 277 Cedar Elm Ulmus crassifolia 8.5 8.5 1 278 Cedar Elm Ulmus crassifolia 5.5 5.5 <61, 279 Cedar Elm Ulmus crassifolia 6.5 6.5 1 280 Green Ash Fraxinus pennsylvanica 12.5 12.5 1 281 Cedar Elm Ulmus crassifolia 10.75 10.8 1.1 Riverside WWTP/Gateway Park Haul Road Tree Survey Data Tag Common Name Scientific Name D131-1-1 DBH-2 DBH-3 Total DBH Notes Number 282 Sugarberry Celtis laevigata 9.5 9.5 283 Sugarberry Celtis laevigata 9.0 9.0 284 Sugarberry Celtis laevigata 10.0 10.0 285 Sugarberry Celtis laevigata 15.5 15.5 286 Sugarberry Celtis laevigata 8.5 8.5 287 Sugarberry Celtis laevigata 10.0 10.0 288 Sugarberry Celtis laevigata 9.5 9.5 289 Sugarberry Celtis laevigata 10.5 10.5 290 Sugarberry Celtis laevigata 10.5 10.5 291 Sugarberry Celtis laevigata 9.0 9.0 292 Sugarberry Celtis laevigata 14.0 11.0 19.5 293 Sugarberry Celtis laevigata 13.5 13.5 294 Sugarberry Celtis laevigata 12.0 12.0 Outside of Buffer 295 Sugarberry Celtis laevigata 6.5 6.5 296 Cedar Elm Ulmus crassifolia 6.0 6.0 1 297 Sugarberry Celtis laevigata 7.5 7.5 298 Sugarberry Celtis laevigata 10.5 7.5 14.3 299 Bois d'Arc Maclura pomifera 7.0 7.0 300 Cedar Elm Ulmus crassifolia 7.5 7.5 1 301 Cedar Elm Ulmus crassifolia 14.0 10.0 19.0 1 302 Sugarberry Celtis laevigata 8.0 8.0 303 Sugarberry Celtis laevigata 6.0 6.0 rt 304 Sugarberry Celtis laevigata 6.0 6.0 305 Sugarberry Celtis laevigata 10.0 10.0 306 Sugarberry Celtis laevigata 11.0 11.0 307 Bois d'Arc Maclura pomifera 14.5 14.5 308 Sugarberry Celtis laevigota 7.5 7.5 309 Cedar Elm Ulmus crassifolia 8.5 8.5 1 310 Cedar Elm Ulmus crassifolia 14.0 8.5 5.0 20.8 1 311 Cedar Elm Ulmus crassifolia 9.0 9.0 1 312 Cedar Elm Ulmus crassifolia 9.0 9.0 1 313 Cedar Elm Ulmus crassifolia 6.5 6.5 1 314 Cedar Elm Ulmus crassifolia 9.5 6.0 12.5 1 315 Cedar Elm Ulmus crassifolia 10.5 5.5 13.3 1 316 Cedar Elm Ulmus crassifolia 9.5 8.0 13.5 Outside of Buffer 317 Cedar Elm Ulmus crassifolia 6.0 6.0 1 318 Cedar Elm Ulmus crassifolia 13.5 13.5 1 319 Cedar Elm Ulmus crassifolia 10.5 8.5 6.5 18.0 1 320 Cedar Elm Ulm us crassifolia 9.5 8.5 13.8 11 321 Cedar Elm Ulmus crassifolia 7.5 7.0 11.0 1 322 Cedar Elm Ulmus crassifolia 9.5 9.5 1 323 Cedar Elm Ulmus crassifolia 9.5 9.5 1 324 Cedar Elm Ulmus crassifolia 15.75 15.8 1 325 Cedar Elm Ulmus crassifolia 7.0 7.0 1 326 Cedar Elm Ulmus crassifolia 10.5 7.5 14.3 1 327 Cedar Elm Ulmus crassifolia 9.0 9.0 1 328 Cedar Elm Ulmus crassifolia 14.5 14.5 1 329 Cedar Elm Ulmus crassifolia 13.5 13.5 1 330 Cedar Elm Ulmus crassifolia 8.0 8.0 1 331 Cedar Elm Ulmus crassifolia 10.5 7.0 14.0 1 332 Cedar Elm Ulmus crassifolia 10.5 10.5 Outside of Buffer 333 Cedar Elm Ulmus crassifolia 15.0 15.0 Outside of Buffer 334 Cedar Elm Ulmus crassifolia 15.0 15.0 1 335 Cedar Elm Ulmus crassifolia 14.0 14.0 Outside of Buffer 336 1 Sugarberry Celtis laevigata 10.0 10.0 or Riverside WWTP/Gateway Park Haul Road Tree Survey Data Tag Number Common Name Scientific Name DBH-1 DBH-2 DBH-3 Total DBH Notes "! 337 Sugarberry Celtis laevigata 8.5 8.5 338 Sugarberry Celtis laevigata 7.5 7.5 339 Sugarberry Celtis laevigata 12.0 12.0 340 Cedar Elm Ulmus crassifolia 6.0 6.0 Outside of Buffer 341 Sugarberry Celtis laevigata 12.25 12.3 342 Sugarberry Celtis laevigata 8.0 8.0 343 Sugarberry Celtis laevigata 7.5 7.5 344 Sugarberry Celtis laevigata 7.5 7.5 345 Sugarberry Celtis laevigata 11.5 11.5 346 Cedar Elm Ulmus crassifolia 6.0 4.5 4.0 10.3 347 Sugarberry Celtis laevigata 16.0 16.0 severe heart rot 348 Sugarberry Celtis laevigata 7.0 7.0 349 Cedar Elm Ulmus crassifolia 8.0 8.0 1 350 Western Soapberry Sapindus saponaria 6.0 6.0 var.drumondii 351 Western Soapberry Sapindus saponaria 6.0 6.0 var.drumondii 352 Western Soapberry Sapindus saponaria 6.0 6.0 var.drumondii 353 Western Soapberry Sapindus saponaria 7.5 7.5 var.drumondii Corridor 2-Access Road to Former Sludge Lagoons 354 American Elm Ulmus americana 10.0 8.0 14.0 1 355 Cedar Elm Ulmus crassifolia 20.0 20.0 1 356 Cedar Elm Ulmus crassifolia 14.5 14.5 1 ® 357 Cedar Elm Ulmus crassifolia 7.5 6.5 10.8 1 358 Cedar Elm Ulmus crassifolia 18.5 18.5 1 359 Sugarberry Celtis laevigata 19.0 19.0 360 Cedar Elm Ulmus crassifolia 10.5 10.5 1 361 Cedar Elm Ulmus crassifolia 23.0 23.0 1 362 Sugarberry Celtis laevigato 14.5 14.5 363 Sugarberry Celtis laevigata 15.5 15.5 364 Pecan Carya illinoinensis 15.0 12.0 21.0 1 365 Pecan Carya illinoinensis 13.5 9.5 18.3 1 374 Cedar Elm Ulmus crassifolia 6.0 6.0 1 375 Sugarberry Celtis laevigata 8.0 8.0 376 Cedar Elm Ulmus crassifolia 8.5 8.5 1 377 Sugarberry Celtis laevigata 6.5 6.5 378 Cedar Elm Ulmus crassifolia 9.0 9.0 1 379 Cedar Elm Ulmus crassifolia 6.0 6.0 1 380 Cedar Elm Ulmus crassifolia 6.0 6.0 1 381 Cedar Elm Ulmus crassifolia 8.0 8.0 1 382 Sugarberry Celtis laevigata 10.5 10.5 383 Cedar Elm Ulmus crassifolia 6.5 6.5 1 384 Sugarberry Celtis laevigata 7.3 7.3 385 Cedar Elm Ulmus crassifolia 8.5 8.5 1 386 Cedar Elm Ulmus crassifolia 6.0 6.0 1 387 Sugarberry Celtis laevigata 7.0 7.0 388 Cedar Elm Ulmus crassifolia 6.0 6.0 1 389 Sugarberry Celtis laevigata 10.0 10.0 390 Cedar Elm Ulmus crassifolia 6.0 6.0 1 391 Sugarberry Celtis laevigata 7.0 7.0 392 Sugarberry Celtis laevigata 8.5 8.5 W.. 393 Sugarberry Celtis laevigato 6.0 6.0 394 Sugarberry Celtis laevigata 6.5 6.5 Outside of Buffer 395 Sugarberry Celtis laevigata 7.0 7.0 Outside of Buffer 396 Sugarberry Celtis loevigata 9.5 9.5 397 Sugarberry Celtis laevigata 6.0 6.0 398 Sugarberry Celtis laevigata 6.0 6.0 Riverside WWTP/Gateway Park Haul Road Tree Survey Data Tag Number Common Name Scientific Name DBH-1 DBH-2 DBH-3 Total DBH Notes 399 Sugarberry Celtis laevigata 8.S 8.5 400 Sugarberry Celtis laevigata 7.5 7.5 401 Sugarberry Celtis laevigata 8.5 8.5 402 Sugarberry Celtis laevigata 7.5 7.5 403 Sugarberry Celtis laevigata 9.0 9.0 404 Sugarberry Celtis laevigata 7.5 7.5 405 Sugarberry Celtis laevigata 6.0 6.0 406 Sugarberry Celtis laevigata 6.5 6.5 407 Sugarberry Celtis laevigata 13.5 13.5 408 Cedar Elm Ulmus crassifolla 7.0 1 7.0 1 409 American Elm Ulmus americana 7.5 7.5 1 410 Bois d'Arc Maclura pomifera 7.0 7.0 411 American Elm Ulmus americana 10.5 10.5 1 412 American Elm Ulmus americana 11.5 11.5 1 413 American Elm Ulmus americana 8.0 8.0 1 414 American Elm Ulmus americana 13.5 13.5 1 415 Bois d'Arc Maclura pomifera 7.5 7.5 416 American Elm Ulmus americana 10.5 10.5 1 417 American Elm Ulmus americana 11.5 11.5 1;in decline 418 Sugarberry Celtis laevigata 17.0 17.0 419 Bur Oak Quercus macrocarpa 12.5 12.5 1 420 Cedar Elm Ulmus crassifolia 14.0 14.0 1 421 Sugarberry Celtis laevigata 13.0 13.0 422 Sugarberry Celtis laevigata 17.5 17.5 423 Sugarberry Celtis laevigata 13.0 13.0 .� 424 Cedar Elm Ulmus crassifolia 18.5 18.5 Outside of Buffer 425 Sugarberry Celtis laevigata 20.0 20.0 426 Sugarberry Celtis laevigata 10.0 10.0 427 Cedar Elm Ulmus crassifolia 16.0 16.0 1 428 Green Ash Fraxinus pennsylvanica 19.0 19.0 1 429 Cedar Elm Ulmus crassifolia 16.5 16.5 1 430 Green Ash Fraxinus pennsylvanica 14.0 14.0 1 431 Green Ash Fraxinus pennsylvanica 8.5 1 8.5 11 Note:1 indicates tree protected under Fort Worth Tree Ordinance(2009)