Loading...
HomeMy WebLinkAboutContract 46445 (2)�r� ���� � � � �;���'��:��°� ��° FC}RT �+�I�T� � � PROJECT MANUAL roR THE CONST�UCTION OF Meadowbrook Elevated Storage T�nk Rehabilitation Project City PE•oject No. 02329 Betsy Price Mayor David Cooke City Nlanager Andrew T. CYonberg, .P.E. Interim Director, Water Departrrlent Charly C. An�adicheril, Assistant Director k'��epared for The City of Fart Worth September, 2014 I3y: Dunhani Engineering, Inc. .r•--�ti o� rF�a�' o� �••°•!� �k's',� ae � � • a ��'a •��s�a�os�sre��a�i• TRAVIS C rATUM •a��asa���e���ser�� � �% 11Q343 ���- �/�� ��; En�s�Q. 4.``'� ��tCsSaese• ��j��..g C�� � � '- `�'��Ci�?�y,l c �F � ��'��IV�D �E61 � 2a1� �.; ..- - � . . ,. .:> -� .:. ..... ti . '�:�"��`sR�� ���a�I�iP�7 � , ,,;91°�" ��G�tE'TO�R� �' �'.'YV�i�T�, �'1G ; � '`��, .�.v n �� �"��„��- � i�xoJ�ccT n�a.�ruAL F4R rilA� C�1rF71ilUC1��l`! �� IVreadowbrook Elevated Storage Tank Rehabili�a�ion Proj ect City Project No, 02329 ; Betsy Price Mayor David Coolce City Manager Arldrew T. Croliberg, P, E, T�iterim Director, Watsz• Department Charty C. Angadicheril, Assistant Dieeetor Prepared for The City o�' For�t Worth Septeinber, 2014 �y: Dunhanl Engineei•ing, Inc. �13���i��f 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 2G 27 28 �9 30 3t 32 33 34 35 36 37 38 39 �0 41 42 43 44 45 4C 47 48 49 SCCTION 00 00 00 TABLE OF CONTENTS 00 00 00 - t TABLE OF CONTENTS Page l of'2 Division 00 - General Co�iditions 00 OS 10 Mayot• and Council Con�nlunication 00 OS I S Addenda 00 11 13 Invitation to Biddei•s 00 21 13 Instructions to Bidders 00 35 13 Coi�flict of Intcrest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonl•esident Bidder 00 45 11 Biddeis Prequalifications 00 45 26 Conh•actor Goiz�pliance witli Workers' Compensation Law 00 45 40 Minority and Women Business Enterprise Goal (NOT USED) 00 52 43 Agreement 00 61 13 Performance Bond 00 61 14 Payment Bond 00 61 19 Maintenance Bond 00 61 25 Certiticate of Insuraiice 00 72 00 General Conditions 00 73 00 Supplementaiy Conditions Division O1 - General Requirements O1 11 00 Summary of Work Ol 25 00 Substittittion Procedures O1 31 19 Preconstruction Meeting O1 31 20 Project Meetings O1 32 16 Coilsh•uction Progress Schedule O1 33 00 Sttbmittals O1 45 23 Testing and Inspection Services Ol 50 00 Tempoi•ary Facilities and Contl•ols O1 66 00 Prodtict Stoi•age and Handling Requirements Ol 74 23 Cleaning O1 77 19 Closeout Requirements O1 78 39 Project Record Documents Division 13 - Technical Specifications 13 02 00 Elevated Water Storage Tank Rehabilitatiou C[TY OF FORT W02TH STANDARD CONSTRUCTION SPECIFICATIpN DOCUNtENTS Meado�abrook Elevated Storag� T<ank Rehabilitation Project No. 02329 000000-a TABLE OF CONTENTS Page 2 of 2 1 Appendix 2 Site Plan 3 Preliminary Evaluation and Assessment Repoi�t — Meadowbrook Elevated Storage Tank 4 Manway Platform Detail 5 Hose Hangar Detail 6 Roof Vent Detail 7 Ladder Detail 8 Logo Details 9 CFW Vertical Wage Rate Table 10 11 12 13 �ND OF SECTION CITY OF FORT WORTH Me�idowbrook Elevated Storage Tauk Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02329 M&C Review CI1'Y COUNCIL �1GENDA Page 1 of 2 Off'iciai site of the City of Fort Worth, Texas �f�Ri'��'i�Rfil� COUNCIL ACTION: Approved on 1/6/2015 - Ordinance No. 21605-01-2015 DATE: CODE: 1/6/2015 REFERENCE NO.. C TYPE: **G27145 LOG NAME: CONSENT PUBLIC HEARING: 60MEADOWBROOK ELEVATED STORAGE TANK - A&M �[�7 SUBJECT: Authorize Execution of a Contract with A&M Construction and Utilities, Inc., in the Amount of $968,800.00 for the Meadowbrook Elevated Storage Tank Rehabilitation Project, ' Located at 4601 Bridge Street and Adopt Appropriation Ordinance (COUNCIL DISTRICT 4) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of $968,800.00 from the Water and Sewer Operating Fund to the Water Capital Projects Fund; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund in the amount of $968,800.00; and 3. Authorize execution of a contract with A&M Construction and Utilities, Inc., in the amount of $968,800.00 for the Meadowbrook Elevated Storage Tank Rehabilitation �roject, located at 4601 Bridge Street. DISCUSSION: The Meadowbrook two million gallon elevated storage tank was constructed in 1959. The last coating rehabilitation of the tank occurred in 2001. This elevated tank provides potable water storage and fire protection for areas in east Fort Worth. The existing coating system is in need of replacement as required to protect the structural steel from corrosion. On March 6, 2014, a Request for Proposals (RFP) was issued for several Water Department projects, including potable water storage tank rehabilitation projects. On April 9, 2014, a total of five proposals were received from engineering consultants for the tank rehabilitation projects. A Staff consultant selection committee recommended Dunham Engineering, Inc., for the Meadowbrook elevated storage tank rehabilitation project. On July 22, 2014 ,(M&C C-26876) the City Council authorized execution of an Engineering Agreement with Dunham Engineering, Inc., for the design and preparation of contraet documents for the recoating and structural repairs of the Meadowbrook elevated storage tank. The project was advertised on October 9, 2014 and October 16, 2014 in the Fo�t Worth Star - Telegram. On November 6, 2014, the following eight bids were received: http://apps. cfwnet. org/council�acicet/mc_review. asp?ID=20544&councildate=l /6/2015 1/26/2015 M&C Review BIDDER A&M Construction and Utilities. Inc Utility Service Co., Inc American Suncraft Co., Inc. N.G. Painting, L.P. TMI Coatings, Inc. Classic Protective Coatings, Inc. Blastco Texas, Inc. Horizon Bros. Painting, Inc. BID AMOUNT ��CONTRACT $968,800.00 150 calendar $1,038,900.00 $1,059,125.00 $1,081,010.00 $1,288,700.00 $1,483,955.00 $1,584,500.00 $1,947,300.00 Page 2 of 2 M/WBE Office - A waiver of the goal for MBE/SBE subcontracting requirements was requested by the Department and approved by the M/WBE Office, in accordance with the M/WBE or BDE Ordinance, because the purchase of goods or services from source(s) where sub-contracting or supplier opportunities are negligible. 7he project is located in COUNCIL DISTRICT 4. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendations, and adoption of the attached appropriation ordinance, funds will be available in the current capital budget as appropriated, of the Water Capital Projects Fund. TO Fund/AccountlCenters 1 &2Z P253 476045 604180232980 2)P253 541200 604180232980 $968,800.00 �,•.: :�� �� Submitted for City Manager's Office b� Originating Department Head: Additional Information Contact: FROM Fund/Account/Centers 3) P253 541200 604180232980 $968,800.00 1) PE45 538040 0609020 $968,800.00 Fernando Costa (6122) Andy Cronberg (5020) Andy Cronberg (5020) ATTACHMENTS 60MEADOWBROOK ELEVATED STORAGE TANK - A&M P253 A015.docx 60MEADOWBROOK ELEVATED STORAGE TANK - AM.pdf http://apps. cfwnet. org/council�acket/mc_review. asp?ID=20544&councildate=l /6/2015 1/26/2015 2 3 4 5 6 � 8 9 t0 11 12 ]3 14 15 16 17 18 19 20 21 22 23 24 25 ?� 27 28 29 30 31 32 33 34 35 36 37 3� 39 40 41 42 43 44 45 46 47 48 49 001113-I INVITATION TO [31DDEI2S Page t of 2 S�CTION 00 11 13 INVITATION TO BIDDERS RGCEIPT OF SIDS Sealed bids far the construction of the Meadowbroolc Elevated Storage Tanlc Rehabilitation Project will be receivecl by the City of Fort Woi•th Pui•chasing Office: c,�y of Fo��t wo��th Purchasing Division 1000 Throcku7orton Street Fort Worth, Texas 76102 uutil 1:30 PM CST, Thursda,y, November 6, 2014, and bids will be opened pubiicly and read aloud at 2:00 PM CST in the Council Chambei•s. GEN�RAL DCSCRIPTION OF WORK The inajor worlc will consist of the (approYimate) following: removal of eXisting coating systenl, miscellaneous st�•uctiu�al repairs, and recoating of a 2.0 million gallon welded steel elevateci stoi•age tank, located at 4601 Bridge Sh•eet, Fort Worth, TX 76112. PREQUALIFICATION The improvements ineluded in this project ml�st be perfornzed by a contr�ctor w110 has been pre- qualiiied to bid this project by the City prior to the bid opening. The procedures for qualification and pre-qualification are outlined in the Section 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCURENICNTS The Bidding and Contract Documents may be e�amined or obtained on-line by visiting the City of Fort Worth's Ptu•chasing Division website at http:Uwww.fortworth og v•ol•�r/�urchasing/ and clicicing on the Buzzsaw link to the advertisec� project folders on the Gity's Buzzsaw site. The Contract Documei�ts may be downloaded, viewed, and pt•inted by interested contractoi•s and/or suppliers. Copies of tlle Bidding and Contract Documents may be purchased fii•oin Dunham En;ineering, Inc., located at 12815 FM 2154, Suite 150, College Station, TX 778�5, 979-690-6555, attention Mr. Travis Tatum. The cost of Bidding and Contract Doctunents is: Set of Bidding and Contract Doclunents with half size drawings: $75.00 PREBID CONFERENCE A prebid conference may be held as desci•ibed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the f'ollowing location, date, and tiine: DATE: (�ctober 1 S, 2014 TIME: 1:00 PM PLACG: South Holly SCADA Gonference Room, 1500 ll"' Avenue, Fort Worth CITY'S R1GHT TO ACCEPT OR REJECT BIDS City reserves tl�e right� to waive irregularities anci to accept or reject bids. INQUIRIES All inqiiiries relative to this proc�u�ement should be addressed to the following: C1T1' OF FORT WORTH STANDARD CONSTRUCTION SPCCIFICnT[ON DOCUMENTS Nfeadowbrook Blevated Storage Tank Itehabilitation Project �Vo. 023?9 0011 13-2 INVITATION TO BIDDERS Page 2 of 2 1 Attn: Chris Hardei•, City of Fort Worth Water Depal•tn�ent 2 Email: Christopher.Harder@fortworthtexas.gov 3 Phone: 817-392-8293 4 AND/OR 5 Attn: Travis Tat�un, P.E. 6 Email: Travis@Dunhamengineering.com 7 Phone: 979-690-6555 9 ADVERTISEMENT DATES 10 October 9, 2014 ll October 16, 201� 12 13 END OF S�CTION CITY OF FORT WORTH Meadowbrook Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02329 00 21 13 - I INSTRi1C'I'IONS TO BIDDERS Page 1 of 10 2 3 4 5 6 7 8 q 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 ?g 29 30 3l 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 1. Defined Terms 1.1. Terms used in these 1NSTRUCTIONS TO BIDDERS, which are deiined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS l�ave the meanings indicated below which are applicable to both the singular and piui•al thereof. 1.2.1. Bidder: Any pei•son, tirm, parhlership, company, association, oi• corporation acting directly thi•ough a duly authorized 1•epresentative, submitting a bid foi• performing the worlc conteinplated under the Contract Doctuzients. 1.2.2. No�lresident Bidder: Any person, �firm, par•tnei•ship, company, associltion, or co�poration acting directly through a duly authol•ized i•epresentative, subtnitting a bid for performing the work contemplated under the Contract Documents whose principal place of busiuess is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible anci responsive Bidder to whom City (on the basis of City's evaluation as hereinafter providecl) makes an award. 2. Copies of Bidding Documents 2. l. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Worlc and do not authorize or confer a license or grant for any other use. 3. Prequalitication of Bidders (Prime Contractors and Subcontractors) 3.1. All Bidders and their subcontractors are required to be prequalified for the work types requiring prequalification at the tin�e of bidding. Bids received fronl contractors who are not prequalified (even if inadverteutly opened) shall not be considered. Prequalification i•equirement worlc types aud documentation are as follows: 3.1.1. Paving — Requireine�lts document located at; https://pcoiectpoirlt.buzzsaw.comlfol�twortilgovlResout�ce5/0�°%�0- %20Const�ruction%20Docuuients/Coiit��actor%20Preqti�litic�itioi�/TPW%��Pavin� 4%20Contcactoi"%o20Prequalitication'%�OPr•o17ram/I'REQUALIFIC'ATIC>N°�,20RE0 UIREMENTS%20FOR%20PAVING°%2000NTRACTORS PDF`�public 3.1.2. Roadway and Pedestrian Lighting — Requirements documei�t located at; https://pr-ojectpoint.b�izzsaw.com/fortworth�ov/Reyources/0��`%�0- %20Cotistruction°/�20Documents/Contractor`;%20Prequalifte��tion/'I'I'W%20Paving °%20C�ontractor°/;20Prequalificatioil%20Pro�r�un/PR�QUALIFICATION%2012EQ UIREMENTS`%20FOR'%20Pl�VING°%o2000NTRACTORS PDF'��ntblic C[TY OF FORT WORTH STnNDARD CONSTRUC'I'(ON SPECIFICnTION DOCU�4ENTS �iJa�u�fo�rbrook Glcn;ated SYnrnge Tatik fiehahilitcrlron Prujer.l �Vn. 02329 0021 13-2 INSTRUCTIONS TO BIDDERS Pa�e 2 of 10 2 3.1.3. Water and Sanitary Sewer — Requireme►1ts doctm�ent located at; 3 https://projectpoint.buzzsaw.co�n/foctwoi•tll�ov/Resources/02%20- 4 %,20Construction%20DocumentslCotitractor%20Prequalificatiot�/Water%,20and%2 5 OSanitacy%20Sewer%20Contractor°/>20Prec�ualification%20Pro�ran�/VJSS%20prc 6 qual'%20requirements.doc?public 7 9 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within 10 seven (7) calendai• days prior to Bid opening, the documentation identified in Section 00 11 45 1l, BIDDERS PREQUALIFICATIONS. 12 13 3.2.1. Submission of and/or c�uestions related to prequalification should be addressed to 14 the City contact as provided in Paragraph 6.1. 15 16 17 3.3. The City reserves the right to require any pre-qualified contractor who is the apparent low 18 bidder(s) for a project to submit such additional iiiformation as the City, in its sole t 9 disccetion may require, including but not limited to inanpower and ec�uipment 1•ecords, 20 infocmation about key persoimel to be assigned to the project, �nd construction schedLile, 21 to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to 22 deliver a quality product aild successfully complete projects for the amount bid witllin 23 the stipulated tiil�e fr�ine. Based upon the City's assessment of the submitted 24 infoi•mation, a recommendation i•ega►•ding the award of a conti•act will be made to tlle 25 City Council. Failure to submit the additiotial infoi•ulation, if req�lested, may be grounds 26 for rejecting the apparent low bidder as non-responsive. Affected contractors will be 27 notified in writing of a recommendation to the City Council. 28 29 3.4. In additiou to prequalification, additional requireulents for qualification may be requii•ed 30 within vacious sections of the Gontract Documents. 3l 32 3.5. Special qualifications are rec{uired for this project. All contractois nlust receive a speci�l 33 pre-Qualification to bid on elevated storage tanlc rehabilit�tion projects. The City will 34 accept pcevious speci�l prequalification approvals from the last two years fi•om the 35 following �rms: 36 American Suncraft Co. 37 J.R. Stelzer Co. 38 N.G. Painting, L.P. 39 Blastco 40 TMI Coatings 4l A&M Constivction and Utilities 42 Classic Protective Co�tings 43 L.C. United Painting Co. 44 Tanlc Pro, Inc. 45 46 All otller firms wisl�ing to bid on this pcoject n�ust submit a special pre-qualification 47 pacicet, in accordance with Section 00 45 11 `Bidders Pre-Qualifications". Pre- 48 quali�cation packets must be sent to Mr. Chris Harder, 817-999-6344, 49 Christopher.hai•der@fortworthtexas.gov. 50 51 CITY OF FORT WORTH iLlecrc%wbrook E(ei��terl Slo�•nge Ti7nlr Rel�nbilttc�tion STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS Pi'ojecl tVo. 0231J 1 2 3 4 5 6 7 8 q ]0 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 0021 13-3 iNSTRUC'I'IONS TO BIDDEI2S Page 3 of t0 4. Csamination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Befoi•e submitting a Bid, eacli Bidder sl�all: 4. l. l. Examine and carefiilly study the Contract Documents and other related data identi�ed in the Bidding Documents (including "technical data" referred to ili Paragrap114.2. below). No information �iven by City or any representative of the City other than that contained in the Contract Documents and of�cially pl•otnulgated addenda thei•eto, shall be binding upon the City. 4.1.2. Visit� the site to become familiar witli and satisf'y Biddei• as to the general, local and site conditions that may affect cost, progress, performance or fiu�nishing of the Work. 4.1.3. Considel• federal, state and local Laws and Regulations that may aifect cost, progress, perforuiance or furnishing of the Work. 4.1.4. Study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and �11 drawings of physical conditions relatin� to existing suriace or subsLirface structures at the Site (except Undergrolmd Facilities) that have been icientified in the Contract Doctnllents as containing reliable "teclmical data" and (ii) repoi•ts and drawings of Nazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable °technicai data." 4. L5. Be advised that the Contract Documents on file with the City shall constihtte all of the inforin�tion wl�ich the City will furnish. All additional information aud data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of wi•itten addenda and shall become pal•t of the Contract Docun�e�its just as though such addenda were actually written into the original Contract Documeuts. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shail be binding upon the City. 4.1.6. Perform independent research, investigations, tests, borings, and such other means as �nay be necessary to gain a coinplete knowledge of the conditions whicll will be encountered during the construction of the project. On request, City may provide each Bidder access to the site to conduct such e�aminations, i»vestigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder imtst fill ali lioles and clean up and restore ihe site to its former conditions upon completion of such expior�tions, investigations, tests and stuciies. CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFICATION DOCUMFNTS ,1/�udo�rhrook Elci�ntcd Sturagc Tanlc 2ehnl>ilrtulror� Prnjeel 1Vn. 023'� ooa� «-a INSTRUCTIONS TO BIDDERS P�ge 4 oF l0 1 4.1.7. Determine the diffictilties of the Worlc aud all at�ending circumstances affecting the 2 cost of doing the Worlc, time required for its completiou, and obtain all information 3 required to inalce a proposal. Bidders shall i•ely exclusively and solely upon theii• 4 own estimates, investigation, reseai•ch, tests, explorations, and ot�hei• data wl�ich are 5 necessary for fiill and complete information upon which the proposal is to be based. 6 It is understood that the subulission of a pro�osal is prima-facie evidence that the 7 � Biclder h�s made the investigation, examinations and tests herein required. Claiins 8 for additional coinpensation due to vai•iations between conditions actually 9 encountered in construction and as indicated in the Contract Docutnents will not be 10 allowed. 11 12 4.1.8, Promptly notify City of all conflicts, errors, ambig�iities or disci•epancies in or 13 between the Contract Documents and such other related documents. The Contractor 14 shall not take advantage of any gross error or omission in the Contract Documeiits, 15 and the City shall be periuitted to malce such cori•ections or inteipretations as may 16 be deemed necessaty for fulfillment of the intent of the Contract Documents. 17 18 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identific�tion of: 19 20 4.2.1. those reports of explorations and tests of subsurface conditious at or contiguous to 21 the site which have been utilized by City in preparation of the Contract Documents. 22 The logs of Soil Borings, if any, on the plans are for general information only. 23 Neither the City nor ehe Engineer guarantee tl�at the data shown is representative of 24 couditions which actually exist. 25 26 4.2.2. those cirawings of physical conditions in or relating to existing sLu•face and 27 subsurface structuces (except Underground Facilities) which are at or contiguous to 28 the site that� have been utilized by City in preparation of tlle Contract Documents. 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those i•eports and dt•awings may not be part of tlle Contract Doc�iments, but the "technical data" contained therein upou which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified aud established in P�i�agraph SC 4.02 of the Supplementaiy Conditions. Bidder is responsible for any interpi•etation or coucltiision drawn fi•om any "technieal data" or any other data, interpret�tions, opinions or information. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) t�hat Biclder has complied with eveiy requii•ement of this Paragrapl� 4, (ii) that without exception the Bid is premised upon performing and furnishing the Worlc required by the Contract Documents and applying the specific means, methods, technic�ues, sequences or proceduces of const�•uction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all couflicts, erroi•s, ambiguities and discl•epancies in the Conti•act Doculnents and the wi•itten i•esolutions thei•eof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved thcough the interpretations by City as described in Paragcaph 6., and (iv) that the Conhact Documents are generally sufficient to iiidicate and convey understanding of all terms and conditions for performing and filrnishing the Worlc. CITY OF FORT WORTH dieac%irbroolt Elevaterl Slurage Ti�itklZehnbilitatroi� STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS Pr•ojecl tVo. 023?9 1 2 3 4 5 6 7 8 y 1Q Il 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 0021 13-5 INSTRiJCT10NS TO BIDDF.;RS Page 5 of l0 4.4. The provisions of this Paragi•aph 4, inclusive, do� n�t apply to Asbestos, Polychlorinated biphenyls (PCBs), Petrolewn, Hazarclous Waste oi• Radio�ctive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 5. Avlilability of Lands for Worlc, Gtc. 5.1. Tlle lands upon �vhich the Work is �o be perfoi•med, rights-of-way and easeu�ents for access thereto and other lands designated �for use by Contractor in performing the Work are identi�ed in the Cont�ract Docu�nents. All additional lands and access tl�ereto required for ten�pocary consh•uction facilities, construction equipmeut or storage of n�atei•ials and equipment� to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for peY•manent str•uctures or permaiient changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementaly Conditions. In the event the necessary right- of-way, easements, and/or pennits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to conunence construction without all executed right-of- way, ease�nents, and/or permits, and shall submit a schedule to the City of l�ow construction will pr•oceed in the other areas of tlie project that do not rec�uire peru�its and/or easeuients. 6. Interpi•etatious and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents �re to be directed to City in �vriting on oc befoi•e 2 p.m., the Monday prior to the Bid opening. Questions reeeived after this day inay not be responded to. Interpretations or clarifications considered necessary by City in response to such questions wili be issued by Addenda delivered to all parties recorded by City as having reeeived the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations oi- clarifications will be without legal effect. Address questions to: City of Fort Worth 1000 Throclanorton Street Fort Worth, TX 76102 Attn: C6ri�i.s Harclef�, P.E., E��gi»eer•in�� ��lut�ader, i�at��° Dep�n�t���er�t FaY: 817-3,92-841O EtuaiL• Chf•isdophe�-.Haj�c%r�(U�for�tvortl�ttea�as.�ov Phone: 817-.� 92-82I3 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. CITY OT FORT WORTH STnNDARD CONSTRUCT[ON SPF.,CIFICATION DOCUMF.NTS �b/�rc�cl nrhrook Glei�aled Storngc Tafth Rclrnhilrtc�iion Projvcl Nn. 0<3?9 0021 13-6 INSTRUCTtONs TO BIDDERS Page G of 10 1 6.3. Addenda or clarifications may be posted via Buzzsaw at <b�sert Lir�k to Docinnei�ts>. 2 3 6.4. A prebid conference may be held at the time and place indicated in the Advert�isement or 4 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 5 Project. Bidders are encol►raged to attend and participate in the conference. City will 6 transmit to all prospective Bidders of record such Addenda as City considers necessaiy 7 in response to c�uestions arising at the conference. Oral statements may not be relied 8 upon and will not be binding oc legally effective. 9 10 7. Bid Security Il 12 13 14 IS 16 17 18 19 20 21 22 23 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of �ve (5) percent of Bidder's maxiinum Bid price on form attached, issued by a surety meeting the requirements of Paragraphs 5.01 of the General Conditions. 7.2. The Bid Bond of all Bidders will be retained iintil the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and deliver the complete Agreement within 10 days after the Notice of Awarc{, City may consider Bidder to be in default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. Such forfeihu•e shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all other Bidders wholn City believes to have a reasonable chance of receiving the award will be cetaineci by City until final contract execution. 24 8. Contract Times 25 The number of days within which, or the dates by which, Milestones are to be achieved in 26 accordance with the General Requirements �nd the Worlc is to be completed and ready for 27 Final Acceptance is set forth in the Agreenlent or iiicorporated therein by reference to tl�e 28 attached Bid Form. 29 30 9. Liquid�ted D�mages 31 Provisions foc liquidated damages are set forth in the Agreement. 32 33 34 35 36 37 38 39 40 41 42 43 44 10. Substitute �nd "Or-Equ�l" Items The Colltract, if awarded, will be on the basis of matei•ials and eql►ipinent described in the Bidciing Documents without cousideration of possible substihite or "or-equal" items. Whenever it is iudicated or specified in the Bidding Documents that a"substitute" or "or- eqtial" item o�f matecial or equipmeut may be fiirnislled or �ised by Conti•actoc if acceptable to City, applicatiou for such acceptance will not be considered by City until aftei• the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.OSB, and 6.05C. of the General Conditions and is supplemented in Section O1 25 00 of the General Requirements. 11. Subcontractors, Suppliers and Others C[TY OF FORT WORTH STANDARD CONSTRUCTION SPEC[FICATION DOCUMF,NTS Aleudom.broolt Elevated Slurnge Ti��tk Relrabilitcrlio�� f'i•qjecl tVn. 02329 002113-7 INSTRUC'I'IONS TO BIDDERS Page 7 of l0 1 2 3 4 5 6 7 8 9 10 Il 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3t 32 33 34 35 3 E, 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 11.1. In accordance with the City's BUsiness Diversity Enteiprise Ordinance No. 20020- 12-2011 (as anlended), the City 11as goals for the participation of minority business and/or small business enterprises in City conh�acts. A copy of the Ordinance can be obtained trom the Oftice of the City Seci•etary. The Bidder sliall submit the MBE and SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor Waiver Form and/or Good Faith Effort Foi7n with documentation and/or Joint Venture Form as appropriate. The Forms including documentation must be received by the City no later than 5:00 P.M. CST, �ve (5) City business days aftel• the bid opening date. The Bidder sliall obtain a receipt from the City as evidence the doeumeutation was received. Failure to comply shall rendet• the bid as non- responsive. 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other peison or organization against whoin Contractor has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Doctunents; additional copies may be obtained fi•om the City. 12.2. All blanks on the Bid Form must be compieted by printing in inlc and the Bid Form sigued ii1 ink. Erasures or alterations shall be initialed in inlc by the person signing the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In t�he case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shali state the prices, written in ink in botll wards and numerais, for whicll the Bidder proposes to do the worlc conte�l�plated or fiirnish materials required. Ali prices shall be written legibly. In case of discrepancy between price in written words and the price in writt�en numerals, the price in written words shall govern. 12.3. Bids by corporatious shall be executed iu the coiporate name by the pi•esident or a vice-president or other corporate officer accoinpanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships sl�all be executed in the partnership name and si��ed by a parti�er, wflose title must appear under the signatare accompailied by evidence of authority to sign. The ofticial address of the partnership shall be shown below the signature. 12.5. Bids by Iimited liability companies shall be executed in the name of the �rm by a inember and accotup�nied by evidence of authority to sign. The state of formation of the firm and the official address of the frm shall be shown. 12.6. 12.7 Bids by individuals shall sliow the Bidder's name and of�cial add�•ess. Bids by joint ventlii•es shall be executed by each joint venttu�er in the manner indicated on tlle Bid Foru1. The official address of the joint velltlu�e shail be shown. 12.8. All naines shall be typed or pi•intecl in ink below tl�e signati�re. C[TY OF FORT WORTH dl�u�ln�vbrook Elei�a�crf Slnrngc Tunk Rehahilrtulia� S"CANI�t�RD CONSTRUCT[ON SPEC[F[CATION DOCUMENTS Prqjer.! Nn. 02329 oort i3-s INSTl2UCTIONS TO BIDDERS Page 8 of 10 1 2 3 4 5 6 7 8 9 10 ll 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3l 32 33 34 35 36 37 38 39 40 41 42 43 44 12.9. The Bid shall contain an acl<nowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephorie number for cominiinications cegarding tlie Bid shall be shown. � 12.11. Evidence of autllority to condtiict busiuess as a Nom•esident Bidder ui the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Biddei•. 13. Submission of Bids Bids s1i�11 be submitted on the presci•ibed Bid Form, provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to City Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City Project Number, Project title, the name and address of Bidder, and accompanied by the Bid security aud other t•equired docutllents. If t�he Bid is sent through the mail or otlier delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 14. Modification and Withdrawal of Bicls 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be witlldcawn prior to the time set for bid openiug. A request for witl�drawal must be ulade in writing by an appropriate document dLlly executed in the nzanner that a Bid must be executed and delivei•ed to the place where Bids are to be submitted at �ny time prior to the opening of Bids. After all Bids not rec{Liested for withdrawal are opened and publicly read aloud, the Bids for which a withcli•awal reqtiiest has been pi•operly filed nzay, at the option of the City, be rettu�ned unopened. 14.2. Bidders may modify their Bid by electronic conlmunication at any time prior to the time set for the closing of Bid receipt. 15. Opening of Bids Bids will be opened and reac{ aloud publicly at the place wliere Bids are to be submitted. An abstcact of the amounts oithe base Bids and major alternates (if any) will be made available to Biddeis after the opening of Bids. 16. Bids to Rem�in Subject to Acceptance All Bids will re�l�aiu subject to acceptance foc the time period specified for Notice of Awai•d and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and in►llify the Bid security prior to that date. 17. Gvaluation of Bids and Award of Contr�ct CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPEC[FICATION DOCUMENTS Alecrclo�cbroo/r E/evnled Slorage Tiu�k Rc Jtabi/ilutinn 1'rqjcct No. 02329 I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 24 29 30 31 32 33 34 35 3E 37 38 39 40 41 42 43 44 45 46 47 48 49 50 00 21 13 - 9 INS'I'RUC'i'IONS TO BIDDERS Page 9 of 10 17.1. City reserves the rigl�t to reject any oc all Bids, iucluding without limitation the ►-ights to i•eject any or all nonconforming, nom•esponsive, unbalanced or conditional Bids and to i•ejeet the Bid of aily Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or tl�e Bidder is unqualified or of doubtfiil financial ability or fails to meet any other pertinent standard or critei•ia established by City. City also reserves the right to waive infoi-�nalities not involving price, conh•act time c�r changes in the Work with the Successful Bidder. Discrepancies betweetl the mtiltiplication of units of Wock and unit prices will be resolved in f�vor of the unit prices. Discrepancies between tl�e indicated suul of any column of �gures and the correct sum tliereof will be resolved in f'avor of the correct suin. Disccepaucies between words and fig�u•es will be resolved in f�vor of the words. 17.1.1. Any or all bids will be rejeeted if City has reason to believe tllat collusion exists among the Biddets, Bidder is an interested pai•ty to any litigation against Cily, City or Bidder may have a c1ai111 against the other or be engaged in litigation, Bicidet• is in arrears on any existing contract or has ciefaulted on a previous conri-act, Bicider has performed a prior contract in an unsatisfactory Iilanner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additioiial work if awarded. 17.2. City may consider the qualifications and experience of Subcontr�ctors, Suppliet•s, �►nd other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persot7s aud organizatio��s inust be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, perfoi•iilaiice data and guarantees of major itetns of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigat�ions as City deems necessary to assist in the evaluation of any Bid and to establish the r•esponsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Supplieis and other persous and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform witll his owil organization, worl< of a value not less th�n 35°/o of the value embl•aced on the Contract, unless otherwise approved by tl�e City. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Te;cas Government Code Chapter 2252.00 I, the City will not a�vard contract to a Nonresident Bidder uilless tlle Nonresident Bidder's bid is lowei• tl�an the lowest bid submitted by a responsible Te�as Bidder by the saule amount that a Texas resident bidder would be required to underbid a Nom•esident Bidder to obtain a comparable contract in the state in which tlle nom�esident's principal place of business is located. CITY OF ['ORT 4VORTH STnNDARD CC)NSTRUC'I'ION SP[;CIFICATION DOCUMf;NTS d./�udo�rbrool' Elcrrnterl Slurager Taid; 2ehal�ilrlulion Pr'njec! A�n. O2�?9 00 21 13 - l0 INSTl2UCTIONS TO BIDDERS P�ge 10 of 10 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 17.7. A contract is not awarded �intil forinal City Council autl�orization. If the Contract is to be awarded, City wi11 award the Contract witl�in 90 days after the day of the Bid opening unless extended in wciting. No other act of City or others will constitute acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by the City. 17.8. Failure or refusal to comply with the requirements may restiilt in rejection of Bid. 18. Signing of Agreement Wl�en City issues a Notice of Award to the Successfill Bidder, it will be accom�anied by the required number of unsigned counterparts of the Agreement. Within 14 days thereafter Cont�-actar shall sign and deliver the required number of counterparts of the Agreement to City with the required Bonds, Certificates of Insurance, and all other required documentation. Ciry shall thereafter deliver one fully signed counterpart to Contractor. DLl�`L1Z��1F.��[��►1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS dlec�clowbrook Elevated Slornge Tnnk Rehcrbilitcrtioi� Projeut No. 02319 00 35 13 - I CONFLIC'I` OF [NTEREST AFFIDAVIT Page l of 1 1 2 3 4 5 ( 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 2( 2� 28 29 30 31 32 33 34 35 36 37 SECTION 00 35 13 CONFLICT OF iNTEREST AFFIDAVIT Each bidder, offeror, or respondent (l�ei•einaftec also referred to as "you") to a City of Fo►•t Worth (also referred to as "City") procui•ement are required to complete Conflict of Interest Questionnaii•e (the attached CIQ Foru1) and Local Government Officei• Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Worl<. The referenced forms may be downloaded from the website linlcs provided below. htt��://www.ethics.state.tx.us/Porms/C[Q.pdf ht�tp://w�v�v.e,tl�ics.state.tx.us/forms/CIS.pol' L�I � � � CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretaiy CIS Form is on File with City Secretaiy CIS For�n is being provided to the City Secretai•y BIDDCR: l�� M ��s-�t-�r�r� �-nd U�'(,�'� S .I-� . Company �R� v Cs�; �G�-�. Dr: Address Qow� d�, 1 Z �SD d' b� City/State/Zip By: �-�-Sy���o (Please Print) Signature:��_,���� � Title: �,�SjG�I.,� (Please Print) END OF S�CTION CITY OP FORT �VORTH STANDARD CONSTRUC'I'ION SPECIFICATION llOCUN[ENTS illeudoii-hronk El�i�ated S'torr����e Tanlc 2chahrliuli��m Prnjecl tVn. 0�329 TO: The City Manager c/o: The Purchasing Department 1000 Throckmorton Street City of Fort Worth, 7exas 76102 ' FOR: City Project No.: City Project No. 02329 1. Enter into Agreement SECTION 00 41 00 BID FORM Meadowbrook Elevated Storage Tank Rehabilitation Project 00 41 00 BID FORM Page 1 0( 3 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 bocuments to perform and furnish all Work as specified or indicated in the Contract bocuments for the Bid Price and wifhin the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDERAcknowiedgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INS7RUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2,2, 8idder 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 ihat 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 conformify with any collusive agreement or rules of any group, association, organization, or corporafion. 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 intentionai misrepresentation of facts made (a) fo 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 beiween iwo or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation i� the bidding process or affect the execution of the Contract. CITY OF FORT WOftTH STANDARD CONSTRUC710N SPECIFICATION DOCUMENTS � ' Form Revised 20120327 Final Bid Forms - Meadowbroolc Tank Rehab Project-2.xls 00 41 00 BID FORM Pege 2 of 3 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors: a. Elevated Tank Painting and Rehabilitation b. ;Lisiwork type he�e`o_r sPace: :: -- _ - --- _.. _ - - -- . . _ _. __ _._ . _. _ . ., .. . :! c. ;List work type here o� space_';_-' :`_ , . : - ,� - -__ _ - -- � _ - d. iList wotk_type i�ete or space ` .' __._ :. � '. . . -- � - -'- - -�� � - - - . , _ _ .,.__ . .. _.... .- - 4. Time of Completion 4.1. The Work will be substantialiy complete within 120 calendar days from the daie established by the Notice to Proceed. Substantial Completion shall be defined as the ability to place the Meadowbrook Elevated Storage Tank into service. Final Completion shall be achieved within 150 calendar days from the date esfablished by the Notice to Proceed. The time beiween substantial and finai compietion is reserved for cleanup, demobilization, and final paperwork. The Confract Time commences to run as provided in Paragraph 2.3 of the General Conditions. 4,2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to achieve substantial and finai completion within the times specified in the Agreement. 5houid substantial and final completion not be achieved within 120 and 150 calendar days respectively, the Contractor shall be assessed liquidated damages at a rafe of $500 per calendar day, in accordance with Article 14.02 D of the Standard General Conditions of the Construction Contract. 5. Attached to fhis 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 Generai Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (Not Required) f, Confiict of InferestAffidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary 9, Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder wili complete the Work in accordance wiih the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Oniy this figure will be read publicly by the City at the bid opening. g,2, It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification end/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 CONSTftUCTION SPECIFICATION �OCUMENTS Fortn Revised20120327 Final Bid Forms - Meadowbroolc Tank Rehab Project-2.xls 6.3. Evaluation ofAlternate Bid Items Total Base Bid Altemate Bid Total Bid ' ' 7. Bid Submittal This Bid is submitted on 11/6/14 ' Respectfully submitted, s�� By: � ' (Signature) ANTONIO BANDA (Printed Name) Title: PRESIDENT Company: A&M CONSTRUCTION ANb UTILI7IES INC Address: 4950 GRISHAM DR ROWLETT, TX 75088 State of Incorporation: State Here TEXAS Email: rick(a�amconstruclionutility.com Phone:214-680-0587 CITY OF FORT WORTH STANDARD CONS7RUCTION SPECIFICATION DOCUMEN7S � Form Revised 20120327 00 41 00 BID FORM Page 3 of 3 $968,800.00 $0.00 $968,800.00 by the entity named below. Receipt is acknowledged of the Initial followin Addenda: Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Corporate Seal: END OF SECTION Final Bid Forms - Meadowbrool< 7anl< Rehab Project-2.xls SECTTON UO 42 A3 rxoros�.ro� UNIT PRICE SID Project Iiem Inforninfion Bidlist Item No. Descriptia� 00 42 43 DlD PROPOSAL Pagc ] of 1 Bidder's Appiication ataa�rs r�o�5ot Specification Unit of Bid Quan6ty U�ut Price Bid Yalue SeciionNo. Measure I ...... ........... - - --. __�..--.r-.-..___�__ .. . _ __ _., ._ _�.�._ ,.._ ._ .. _ �_. _��. _. . . . . ._.._�. .._... , 1 Contractor Mobilization All LS 1 $25 000.00 _.,_ $25,OOO.qO I __. ._ .... .._.._,--�-----..._.�_......._._.__ . ._. _...__._ _.T .. ___.... _.. . _ _.__._.._ . 2 Complete Repair Items of Work 13 02 00 C,S 1 _.._...._ -.. _.__. _.. .._ ..._....._..--__,__.__...__........_.,___..___ ----...____�a..._.__.._. _._._...- --___--._..�._...�.__...�32,000:00_._._._.....$32�000;00 . 3 Compiete Repair of Pits 8 Prior Corrosion Damage 13 02 00 �S _ 1 $g,000,00 ,_.__ _ $8,000 _QO _ _--,.._. ..,._. �.._.._.. . .. ....... . ......._, ...._....... _.. ._,. .._.. ._ . ...__ _. Repair by welding pits, holes and prior corrosion damage up to 6" in ,} diameter, per the Project Specification, as direcled by the Engfneer. 13 02 00 EA 100 100.00 $10,000.00 _ _ ._ _._.._...._ ..�._.._eJ..__. ___,._.........__._._. _..... _j_....._....�._.__ _.____.. _ . _. �... __...... -- -_ ._ _ . �,.._..__...m....._._...__._.. ... _.. Provide and install TNEMEC Series 216 Pit Filler per the Pro ect 5 SpeciFications and as direcled by ihe Engineer. 13 02 00 GaI. 2 400.00 $800.00 ...._ . . _ _. ___._....____ -__ ..... _ _ ..._.__ . ._. - --� . ___ .._.. ... __ ....,:._...._.._,... ---- ._._ _ ..,....�......�... Pressure wash fnterior of�tank to femove soluble salt content as needed 6 per the Project Specification, and as direcled by lhe Engineer. 13 02 00 LS 1 .._.... .... ..__.___�_ _.----._,.._. .... ........ . __._.__.�.. ._.__..___.__ _. . ....__�.-..�._....._ 5,000.00 $5000.00 _ _ _ _ _..... _ _ _.. .. .. .__. . . .... . _..._�...,___ Provide and operate dehumidification equipment to maintain less than 50% � relaiive humidity during all interior blasUng, coating and curing operations, �3 02 00 LS 1 per the Project Specification, _..__.......----�__.._.__.�_.��..._____..___ ..._..._..._._.__._______�..._.._._._ $35,000.00 . _.$35,000.00 . . . . ..... ........... ..._..---- --__ . .__T._._.__._ ._�_.. Replace Interior Dry Area Coaling System with SpeciBed TNEMEC epoxy 8 coating system. 13 02 00 LS 1 _ ., . .. .... _ . _...,.... ., _,_. .___ _. .. . ._ . .._... .. .. __ _ .... __ ...�_ _ . _ _.. _ _ . ._._ .... $36,000_00 _. _ . _ $36,000.00 __ ..._ .. ._..__.. _ _..._... .. ..__.. .. _ Replace Interior WetArea Coalfng System wilh specified TNEMEC ystem 13 02 00 LS 1 , 9. . zinc/epoxy/epo�ry coatin9 s.. __ .._.._ . _ � . ,... __ . �.... -- - ,. . ,.._. _ .... . T.. ._ . _ ._. ..._ . _ . .. _. �.....� _ �192,000.00 .._ .. _ _$192_,000.00 Provide and install SSPC Class 2A containment capable oF being operated � �� 10 in winds up to 25 mph, as described in ihe Projecl Specification. 13 02 00 LS 1 _..._.._.._..,.......----- --.._._...--- _ .._..,-....._.._..__..,_....,.. _._.$50,000.00 50�000.00 Replace Exierfor Coat(ng System with specified TNEMEC --_ ____ ........_....._..._.. _�...__._.... ....._. ..._.._ . ....._�.___........._. 11 zindepoxy/urelhane/fiuoropolymer coating system 13 02 0o LS 1 . ,_ ___ .. ._ _.. .... ._ .._...._... ..._...,_._.. _.... .___ _._.._.....__ .-___._._ _ .. _ . __. _.._ . _.,. $552,000.00 __$552,OOOAO __,.. --_ . . , _._ �2 Install 2 logos 13 02 OD LS 1 _ . .._._.._.....___,..._ .._.._..__..�,...._._..__ ..._ .___�_..___, �,..... . --. .,__-_-$$,p0000 __.... __.$8,000.00 _ _.._.. ,_ __ 13 Disinfection & Cleanup. Disinfection to be performed by City via chlorine 13 02 00 LS 1 ., ..... . injection.......... - --,,.._._..._.� .............._..._ _ .. . $5.000.00 $5,000.00 , _.., ._..,_....___._......__. � _.._..____.e_..,._ _,... _. ._.._. _. _ 14 ConlractorDemobillzaUan__n.M__.._._.�_.... _. �._. _. _._ .._ ._..�...All LS __..__._ 1 _ _ _ $1.0,000.00. . _ _.$10,000.00 _ . .. . .. Altemate Bid No. 1-Add or Deduct from the Base Bid to install Aiternate Coating System manuFactured by Induron or Sherwin Williams, per Seotion Alt. #1 13 02 00, Paragraph 10, of the Project Specification. 13 02 00 LS 1 ._ cin or roaTwox� ST.WDARD CONSTRUCf10N SPGCI�ICATtON DOClIMIIN1'S Folmticviscd2012D120 Final Bid Forms - Meadowbrook Tank Rehab Project-2.xis 00 43 13 61d BOND Page 1 of 1 KNOW ALL BY THESE PRESEN7S: SECTION 00 4313 BID BONQ That we, (Bidder Name) A&M CONS7RUCT(ON AND UTILiT1ES INC hereinafter called the Principal, and (Surety Name) PHILADEI.PHiA INDEMNITYAND INSURANCE CO. a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and firmly bound unto the City, hereinafter called the Obligee, in the sum of and No/100 Dollars ($ .00), the payment of which sum will be well and truly made and the said Principal and ihe said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firm by lhese presents. WHEREAS, the nci I has syba�� posal perform k for ihe following project of the Obligee, identified as � M do rook EI e ank Rehabilitation Project NOW, TH R ORE, if Obligee shali award tha Contract for the foregoing project io the Principal, and the Princi i s fy all requirements and conditions required for the execution of the Contract and shail enter into the Contract in writing ' igee in accordance with the terms of such proposal, then fhis bond shall be null and void. If the Principal fails to execu ontract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for ihe exec ion of the Contract in accordance with the proposal or fails to satisfy all requirements and conditions required for the execution of the C iract in accordance with the proposal, this bond shall become the properly of 1he Obligee, without recourse of the Principal and/or Surety, not io exceed the penalty hereof, and shall be used to compensate Obligee for the difference beiween Principal's Total Bid Amount and the next selected Bidder's 7otal Bid Amount. SIGNEQ this By: A&M CONSTRUCTION AND UTILITIES INC day of 2014. (Signature and Title of Principal) *By: PHILADELPHIAINDEMNITYANDINSURANCECO. (Signature ofAttorney-of-Fact) *Attach Power of Attorney (Surety) forAttorney-in-Fact END OF SECTION CIN OF FORT IM�RTN S7ANDARp CONSTRUCTION SPECIFICATION DOCUMENTS Fortn Revised 20110627 Impressed Surety Seal Only Final Bid Forms - Meadowbrook Tank Rehab Project-2.xis 00 43 37 VENDOR COMPLIANCETO STATE I.AW Page 1 oi 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON R�SIDENT 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 coniract as low bidder, nonresident bidders (out-of-state contractors whose corporate o�ces or principal place of business are outside the State of Texas) bid projecis for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by ihe 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 nonresidenYs principal place of business is located. The appropriate blanks in Section A must be filled out by ali 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 (':State Hereror �lank7, our principal place of business, - ---- are required to be �/q�._Heie :;' { percent lower than resident bidders by State Law. A copy of the statute is atiached. Nonresident bidders in the State of E�`Statg::H@re:or Blankj, our principal place of business, are not required to underbid resident bidders. B. The principal place of business of ou ompany or our parent company or majorify owner is in the State of Texas. [� BIbDER: A&M CONSTRUCTION AND UTILITIES INC 4950 GRISHAM DR ROWLETT, TX 75088 0 �iVD OF S�CTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fomt Revised 20110627 By: ANTONIO BANbA G!�z�2:v-----/��` " / (Signature) � Title: F'RESIDENT Date: %/ (O `� / � Final Bid Forms - Meadowbrook Tank Rehab Project-2.xls 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of t 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 nonresidenYs 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 Stat�J Fler,:: ar �lanl; , our principal place of business, are required to be `;S� I-lere percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of St<�tt; i lerc or Eilanl< , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of r company or our parent company or majority owner is in the State of Texas. BIDDER: �� �-�71'G�GKA'►��/7'7'Ir�f'GC Ztl , Company Name Here �,� C%I'��j��• �I'W�� /�c '%,�b8d�' Signature) Title: Title Here ��A•��'^-� Address Here Address Here or Space City, State Zip Code Here GND OF SECTION By: Printed Name Here �n�� � Date: /�ilQ /O%/,r CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 Bid Forms 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 �x S�CTION 00 45 11 BIDDERS PREQUALIFICATIONS 004511-( BIDDERS PREQUALIFICATIONS Page l of 2 1. Summary: All contractors are required to be prequalifiecl for this specific tanlc rehabilitation project by tl�e City prior to submitting bids. To be eligible to bid the contr�ctor must submit the required prequalification paperwol•k witllin the time stipulated, and be approved by the City prior to the bid opening. Prequalific�tion informatioi� ulust be submitted to the designated City Project Manager at least seven (7) days prior to the date of the opening of bids. In order to expedite and facilitate the approval of a Bidder's Prequalification Application, the following records must accompany the subinission: a. FINANCIAL - A complete set of current audited or reviewed financial statements. (1) Classified Balance Sheet � (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. EXPERI�NCE — For an e�perience record to be considered to be acceptable, it must reflect the experience of the firm in perforining tank rehabilitation projects. Experience must be on projects tl�at were conlpleted no more than fivc years prior to the bid date. A minimum of three references mUst be included. References nnzst include a contact person, telephone number, project name, total cost, and type of work performed. c. EQUIPMBNT — Tl1e prospective bidder shall list the equipment that tl�e Conti•actor has availabie for the project and list the equipment that the Coutractor will rent as may be required to compl�te the project. d. PERSONN�L AND SCHEDULE: The prospective bidder shall submit the names and resumes for the proposed project manager and project superintendent. This inforination shali inchide a list of all projects that the proposed project manager and project� superintendent completed within the last �five years to demonstrate ability to coinplete complex ta«lc i•ehabilitation projects in a tiinely manne�•. Provide list of contact persons (preferably �eld inspectors or resident engineers) with nauies and phone numbers. e. ORGANIZATION: A certi�ed copy of the tirm's organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Fomiation, LLC Regulations, Certificate of Limited Partnership Agre�ment). £ TAX INFORMATION: The tirm's TeYas Taxpayer ldentitication Nlunber as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer Identi�cation mimber visit the Texas Comptroller of Public Accotixnts online at the following web addcess www.wii�dow.state.tx.us/taxpermit/ and till oi►t tlie application to apply fo►• youi• Texas tax ID. 2. Prequalitication Financial Statement Requirements a. Fi���ra»cinl Statemer�ts. Financial statement submission must be provided in accordance with tl�e foilowing: (1) The City requires tl�at the original Financial State�neut or a certificd copy be submitted for consideration. c�TY or FoaT woRTE�i STANDARD CONSTRUCTION SPECIFICATiON DOCU�fENTS ;lda�uc%ivhrook Elen�rle�l JYr�rq,e Tnnk Rebol>i/i�cttion Yroj�c� No.0�329 0o as i t - ? BIDDERS PREQUALIFICATIONS Page 2 of 2 I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3( 37 38 39 40 41 42 43 44 �2� (3) (4) (5) (6) ��) ��) (9) (10) To be satisfactory, the financial statements must be audited or reviewed by an independent, certified publie accounting firili registered and in good standing in any state. Current Texas stahies also require that accounting fii•uls perforining audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Bo�rd of Public Accountancy. The accounting �r�n should state in the audit report or review whether the contractor is an individual, corporation, or liinited liability company. Financial Statemeuts must be presented in U.S, dollars at the current rate of exchange of the Balance Sheet date. The City will not recognize any certified public aecountant as independent who is not, in fact, independent. The accountant's opinion on the financial statemeuts of the contracting company shoulcl state that the audit oi• review has been conducted in accoi•dance with auditing staudards generally accepted in the United States of America. This must be stated in the accolmting fii•ni's opinion. It should: (1) express an tmqualified opinion, or (2) express a qualified opinion on the statements talcen as a whole. The City reserves the right to require a new statement at any time. The tuiancial statement must be prep7red as of tl�e last day of �ny month, not more than one ye�r old and ulust be on �le with the City 16 months there�fter, in accordance with Paragraph 1. The City will determine a contractor's bidding capacity for the purposes of awardiug contracts. Bidding capacity is determined by multiplying the positive uet worlcing capital (working capital = cuii•ent assets — current liabilities) by a factor of 10. Only those statements reflecting a positive net worl<ing capital position will be considered satisfactoi•y foi• prequalification purposes. In the case that a bidding d�te falls within tlie time a new financial statement is being prepared, the previous statement shall be updated with proper vei•ification. 3. Eligibility to Bid . � � � � a. The City shall be t�he sole judge as to a contractor's pl•eqtiali�ieation. b. The City may reject, suspend, ot• modify any prequalification for failure by tlie contractor to demonsh•ate acceptable finaucial abiliry or perfoi7nance. c. The City will issue a letter �s to the stahis of the preqlialification approval. END OF SECTION C[TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS lbleuc%�vb��oo/- Ele��crle�l Slornge Tn��k 2ehnbrlrlutra� P�•ojecl No.0�329 00 d5 2G - I CONTRAC"I'OR CDNiPLIANCE 4VlTH WORKER'S COMPENSATION LAW Page l of I �� 2 3 4 5 ( 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 ?4 25 26 27 28 29 30 31 32 33 34 3S 36 37 3S 39 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compeusation insurance covecage for all of its employees employed on City Project No.01836. Contractor furtller certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subconti•actor's cei•tificates of compliance with woi•ker's compensation covec•age. CK�7►11 Y.7��711C�1� ��` �iVl � Uf711 �fi��S Til.l . By: I'��}'►�fJ1�-- Company (Please Print) �SD �n'S�re.��.. Dr . Signature: Addre , /C.�h//.Lt�` /1� 7.�8� Title: ��i�.e..� City/State/Zip (Please Print) THE STATE OF TEXAS COUNTY OFTARRANT � `� BEFORE ME, the undeisigned authority, on this day personally appeared _�_� ,1<nown to me to be the person whose name is subsci•ibed to the foregoin instcument, and acknowledged ro me that he/she executed the same as the act and deed of �e�tc(s..�{� for the purposes and consideration therein expressed and in the capacity therein stated. �1y N{VIIH9 GIV�N UNDER MY HAND AND SF,�,��C�'1Q�'�'y� this ��" day of � 20�,�'`�p`� �rF,, �° f'll "',N °�. Q`v'�'` �` "Q'��'P� 5���' P�'; rfr �� . _ � . — . i ; : Q� : %�°• sT9rF �� F5, °" �ot r Public i and for the State of Texas �o ' ,.FXP1R„ y s �' ...�o• � ////��`��fN96l;30 �1 �.''�'�"`�'„ END OF SECTION C1TY OF PORT WORTH STANDARD CONSTRUCTION SPEC1FICt�TtON DOCUMENTS �1�/�uclon�hrook L'lei�aled .SY��rage Tnnk Rehabililc�lirm Proj�c� A�n. 0?329 00 52 43 - I Agreement Pa�e l of 4 2 3 4 5 ( 7 8 S�CTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on �'�,.oc,., 6�:_2u�S- is made by and between the City of Fortl� Wc�rtl�, a Texas home rule municipaiity, acting by and through its duly autllorized City Manager, ("City„) and A�/�1 lua���u�,�.. o�LI li�4/.hP1,T.�o , authol•ized to do btisiness in Texas, acting by and through its duly authorized repi•esentative, ("Contractoi•"). 9 City and Contraetor, in consideration of the inutual covenants hereinafter set forth, agree as 10 follows: 11 Article 1. WORK 12 13 14 IS 16 17 18 19 20 21 22 Contractor shall coinplete all Worlc as specified or indicated in the Contract Documents for• the Project identified herein. Article 2. PROJECT The project for which the Worl< under the Contract Documents may be the whole or only a part is generally described as follows: R�lectcloi�vbrook llevcrted Stora�e Tan7z Re6tnbilri�rlio�� Projec! Pr�'oiect No. 0232� Article 3. CONTRACT TIME 3.1 Time is of the essence. All time limits for Milestones, if auy, and Fival Acceptance as stated in the Contract Documents are of tl�e essence to this Contract. 23 3.2 Final Acceptance. 24 The Work will be complete for Final Acceptance within 1 SO days after the date when the 25 Gontract Time cominences ro run as provided in Paragraph 2.03 of the General Couditions. 26 3.3 Liquidated damages ?� 28 29 30 31 32 33 34 35 Contractor recognizes that time is of the essence of this A�eement a�1d that City will suffer financiai loss if the Worlc is not completed within tlle times specified in Pai•agraph 3.2 above, ph�s any extension thei•eof allowed in accordance with Article 12 of the General Condit.ions. The Contractoi• also recognizes the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof , Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City Five Hcn7clred Dollais ($SD0,0�) for each day that expires after the tiu�e. speci�ed in Paragi•aph 3.2 foi• Final Acceptance until the City issues the Final Letter of Acceptance. CITS' OF FOit'1` bVORTH STANDARD CONSTRUCTION SPEC�[FtCATION DOCU1v1ENTS Revised rAucu��t 17. 3012 ---..._.___....__......._._...._... Adeu�luu>brnnk ls7�i�nled Sloro�e 7a�tl� ReJtcd�ilitu(inn Project Nu. 02;?4 00 52 �43 - 2 Agreement Page 2 of 4 36 Article 4. CONTRACT PRICE 37 City agrees to pay Contractor for performance of the Work in accordance with the Coiltract 3R Documents an amount in ctu-rent funds of �i�� �iu��,/ c„�/ �J'�xl.� ���� l� � Dollars 3y �$ 9G$, ��•uJ ). �w,�r�v F�J � � hv,.�.�i 40 Article 5. CONTRACT DOCUMGNTS 41 5.1 CONTENTS: 42 A. The Contract Documents which comprise the entire agreement between City and 43 Contractoc concerning the Work consist of tlie following: 44 1. Tl�is Agreement. 45 46 �7 48 49 50 51 52 53 54 55 5( 57 58 59 60 61 62 C3 64 65 66 67 68 (i9 70 71 72 73 74 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2)� Vendor Coinpliance to State Law Non-Resident Bidder 3) Prequalification Statement 4) State and Federal documents (��r•oject,specific) b. Current Prevailing Wage Rate T�ble c. Instiu•�nce ACORD Forill(s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attoi•ney for the Bonds h. Worlcer's Compensatiou Affidavit i. MBE and/or 5BE Com�nitment Form 3. General Conditions. 4. SLipplenlentary Conditions. 5. Specifications specifically made a part of the Conh•act Docu�uents by attacluiient or, if not attached, as incoi•pol•ated by refel•ence and described in the T�ble of Contents of tlle Project's Gontract Documents. 6. Drawings. 7. Adde�id�. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The followin� which may be delivered or issued aCter the Effective Datc of the Agreement and, if issued, become an incorporated part of the Conh•act Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT WORTFI A-7eudombrnnh� E/Ei�cded.S/oruge Tcnth Rehcrhililcrlinn STANDARD CONSTRUCTION SPGCIF[CATION DOCUMENTS Pruje�'! �Vo. 01i>J Revised nu�ust..l:/_ 3p I.� 005243-3 Agreement Page 3 of 4 75 Article 6. INDEMNIFICATION 76 77 78 79 80 81 82 �3 84 85 86 87 88 89 )0 91 92 93 94 95 96 6.1 Contractor covenants �nd agrees to indemnif'y, hold harmless and defend, at its own expense, the city, its ofticers, servants and employees, from and against any and �Il claims arising out of, or alleged to a►•ise out of, the worlc and services to be performed by the contract�or, its officers, agents, employees, subcontractors, licenses or invitees under this conti•act. This indemnification qrovision is specificallv iutended to ouerate and be effective even if it is alle�ed or nroven that all or some of the damaLes bein� sou�ht were caused, in whole or in part, bv any act, omission or ne�li�ence of the city. This indemnity provision is intended to include, without limitation, indemnit,y for costs, expenses and legal fees incurred by the cit,y in defending against such claims and causes of actions. 6.2 Contractor covenants and agrees to indemnif,y and hold harmless, at its otivn expense, the cit,y, its of�cers, servants and employees, fi•om and against an,y and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the worlc anci services to be performed by the conh•actor, its officers, agents, employees, subcontrlctors, licensees or invitees under this contract. This indemnification provision is speci�cally intended to operate and be effective even if it is alle�ed or proven that all oi• some of the dama�es bein� sou�ht �vere caused, in whole or in part, by any act, omission or ne�li�ence of the citv. Article 7. MISCELLANEOUS 97 7.1 Terms. 98 Terms used in this Agreeinent whieh are de�ned in Article 1 of the Gener�al Conditions will 99 have the meanings indicated in the General Conditions. 100 7.2 Assignment of Contract. 101 This Agreeulent, ineluding all of the Conti•act Docurrients ulay not be �assigned by the 102 Contractor without the advanced express written consent of the City. 103 7.3 Successors and Assigns. 104 City and Contractor each binds itself, its partners, successors, assigns and legal 105 representatives to the other party hereto, in respect to all covenants, agreements and 106 obligations contained in the Contract Dociuiients. 107 7.4 SeveraUility. 108 Any provision or part of the Gontrac� Documents held to be unconstitutional, void or 109 uneilforceable by a court of competent jtirisdiction sl�all be deemed stricicen, and all 1t0 remaining provisiol'�s shall���`��contiilt�e to be valid and binding upon CITY and I 11 CONTRACTOR. , . � : � �����. �r . � t 12 7.5 Governing La�v and Venue. 113 This Agreenlent, including all of tlle Conh�act Documents is pei•forn�able in the State of 114 Texas. Venue shall be Tarrant County, Texas, oi• the United States District Coui•t for the 115 Northern District of Texas, Fort Worth Division. c�T�v or� FOR�r woRTH STANDARD CONSTRUCTION SPECIF[CATiON DOCUn�tENTS I Revised rlutusl__I_i,._"?Q_I_� A-fe�rdaii'brnnk Ele�uitE�d Sloruge T�otk Reltahililct(ion Prnjecl No. Oi3?9 0o s2 a3 - a Agreement Page 4 of 4 116 7.6 Other Provisions. 117 Tlie Contractor agrees to pay at least nliuiiiium wage per hour for all labor as the same is 118 classified, promulgated and set out by the City, a copy of which is attached hereto and 119 ulade a part hereof the same as if it were copied verbatim herein. 120 7.7 Authority to Sign. 121 122 123 124 125 126 127 12R Contractor shall attach evidence of authority to sigu A��eement, if other than duly authorized signatory of the Conh•actor. IN WITNESS WHEREOF, City and Contractoi• have executed tllis Agreement in multiple counterparts. This Agreement is effective �s of the last date signed by the Parties ("Effective Date") Contractor: City of Fort Worth ��l ���p•-� U�+ f� fi�s T c. By� �.--•� �,L_. !'c�r»crrrclo Cosiu By: Assistant City Manager (Signature) , �� � f•. • �a � (Printed Natne) Tltle: Date � e � - ,�,f' �' _� ��� Address: ,� Cjn s�,�, pr . /�.r.�c � 7rog8 129 130 131 132 133 134 135 136 137 138 M&C Date: � �' s.g ) !`.,��s � •�r ;;. �,�, ? . �paf.00lf/p,��p�.� . [� Zfi�� �� � �� � - o a �' .. � � City/State/Zip: Approved as to Foru1 and Legality: �������� Date Douglas W. Black Assistant City Attorney APPROVAL RECOMM�NDED: � c������o�,� �r������ t�y�°�� '��t�;'���s'�'��� ��„ �����, vx � _ -. _ :----- - --_--- . V . (N,�1 A!E) An.�.vu T Crdn b rs, RF. ,'�,(r,�,�.. DIRECTOR, (li�sef•f Departmertt Naj�r�) 1No% ���p4rfn��� C[T'Y OF FORT WORTH STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS Revised nueusl 17. 2012 Alecrdowbruok E/ei�aled Sloroge Tanl� Rehcdrililulion Projecl Na. 0_7;?9 0o c � i:� - � P�Rt'OR�4ANCG I30ND Pnge l of 2 1 2 � � 4 5 G 7 � 9 ]0 ll 12 13 l� 15 16 17 THE ST�.TE OF TEXAS COUNTY OF TAIZRANT SECTION 00 61 13 PERPORMANCE BOND Bond # PB01692B00148 � § KNOW ALL BY TH�S� PRES�NTS: § That ��Je, A&M Construction and Utilities, Inc. ��<pp�+ll aS "Pl'll]Clj)1�" herein �nd Philadelphia lndemnity Insurance Company , a corporafie surety(sureties, if more th�n one) duly authorized to do 6usiness in the State of Texas, known as "Surety" herein (whether one or more), are held �nd �rmly bound unto the City of Fott Worth, a municipai cor�oration creaeed p��rsuant to the laws of Texas, known as "City" herein, in the penal Nine Hundred Sixty Eight Thousand Eight Hundred and 00/100 sum of, Doliars �� 968, soo. oo ), la���ful money of the United States, to be paid in Fort Wo��h, Tarraut Cotinty, Tex�ts foi• the payment of �vhicll sum �vell and truly io be inadc, ��e bi�id ourselves, our lieirs, eYecutors, ldministrato��s> successors and assi�ns, jointly and severllly, fii•mIy by these presents. 1S '4�'H�REAS, t11e Principal has entered iuto a cerlain written eontracC with the City 19 awarded the �tn d�y ti f January 20 ls ,�vhich Contrlct is hereby refet7•ed to and 20 made a plrt hereof for atl ptn•poses as if fiilly set forth herein, to fiirnish a(I" materials, equipment 2( labor and other accessories defined by lauJ, in the prosecution of the Worl<, including any Chanse 22 Orders, as provided far in said Contract designated as A�Iecrc�vrvbro�Jl; Elevatec�.S'tor�rdc� Tcrrrlt: 23 Rehal�ilitatio��, Pr� ject �Vv. l)232�. 2� NOW, THER�FORE, tl�e condition o�f tI�is obligation is sucl� that if the said Principal 25 sliall faithfully perform it ob(i�ations under the Contract and shall iu aIl respects duly and 26 FaithFiilly perfoi7n the Wock, ii�cluding Change Ocders, uncier the Contract, according to the plans, 27 speci�ications, at�d coniract dociiinents tl�erein referced to, and as �vell dui•ing any period of 28 e;ctension of the Contract that may be g��anted on the part of the City, then this obligation shall be 29 and become ntill and void, other�vise to remain i�l fuil foi•ce and effect. 30 P[20VIDED FURTH�R, that if any legal action be fited on this Bond, venue shall lie in 31 Tarrant Cotrnty, Texas or the United States District Court for the Northern District of Texas, Fort 32 �Vorth Division, CITl' OF ['02T �V02TH ;bf«« luu�Grn��k Gl�voled Sloruge Trurk Reliubilrl<rlron STA�IDARD CqNSTRUCT[pN SPGCIFICATION DOCUA4ENTS Pr��j�,�y ��r��, O); �� Revised luly I, 2011 � � OD 61 13 - 2 PERfiORMANCG BOND Pngc 2 of 2 I This boiad is made and executed in compliance with the provisians of Chapter 2253 of the 2 Texas Government Code, as amendeci, and all liabilities oii this bond shall be determined in 3 accordance with the pt'ovisions of said statue, 4 IN WITNESS WH�R�OF, the Principal and the Surety l�ave SIGNED zt�d SEALBD 5 this insh•ument by duly authorized agents and of�icers oi� Chis the lztn day of � January �O 15 % 8 9 10 11 12 13 14 �� 16 17 1`3 19 20 ?a ?2 23 24 25 26 �� 2S 29 30 31 32 33 34 35 3G 37 38 39 40 4I 42 43 44 45 ATTEST: -,M�' (Principal) Secretaiy ��� Wiiness as to Principal itness �s t �rety PR[NCIPAL: A&M Construction and Utilities, Inc �B�'� �� �i Sijna��u•e � i0 C�n (�� L51 c�� Na�ne 1nd Title Address: 49so Grisham Drive Rocvlett, TX 75088 SURETY: Philadelphia lndemnity Insurance Company B Y :�--1��[���' �� Signature �- Brent M. Blonigan, Attorney-In-Fact Name and Title Address; 231 St. Asaphs Rd. Suite 100 Bala Cynwyd, PA 19004 Telepl�one Number: 1-aoo-�6s-9�49 *Note: If si�ned by an officer of the Surety Company, thcrc must be on file a certified extract from the by-laws sl�owing that this person has authority to sign such obligation. If Sui•ety's physical address is different fi•om its mailing address, both must be provided. The date of tlie bond shatl not be prior to the date the Contract is a�varded. c►Tv oF roar �vo2Tx STANDARD CONSTRUCTION SPGCIFICAT[Ot�f DOCUIvtENTS Revised Iuly I, Z01 I kj F � � z t f' � ..: i E � � � L_. �.. �.. �: �`: � I F i t. G tf E�.. � L— � �:.. � dle�n/rnvGrr�aR Elcrured.S�a•ugc Trmk ReJtnbililutia� ProjecliVa.(12�2J � �- a 00(il 14- 1 PAYNiGNT BOND Page 1 of 2 1 2 3 4 5 6 S�CTION 00 61 14 PAYMENT BOND Bond # PB01692800148 % � 9 l0 ll l2 13 14 15 16 THE STATE OF TEA_AS § ' § ICNOW ALL BY THES� PRESENTS: COUNTY OF TARRAI�IT § -��lat We, A&M Construction and Utilities, Inc. � IC110WI1 c3S "PCIIICIpc�i" f121'2ll1, 011t� Philadelphia lndemnity Insurance Company a corporate surety (sureties), duly authorized to do business in thc State of Teaas, lrnown as "Surety" herein (wllether oue ar more), are he(d and fir►nly bound unto tlle City of Fort \�ortll, a il�unicipal corpocation created pursuant to tlle laws of tl�e State of Texas, known as "City" herein, N�ne Hundred Sixty Eight Thousand Eight Hundred and 00/�00 in the penal sum o ollars �� 968,eoo.00 ), Iawful mouey of the United States, to be paid i�i Fort Wortl�, Tarrant CounYy, Texas, for the payment of whicl� sum well auc3 truly be made, ��e bind ouT•selves, our heirs, executors, �dministrators, successors and assigns, jointly and severaily, �rmly by thesc presetzts: 17 �VHEREAS, 1'rincipal h�s entered into a certain written Contract witl� Ciiy, awarded tl�c 18 �th day oF January �0 ls , which Contract is hereby refei7•ed to and 19 m�de a part hereof for all puiposes as if fiilly set forth hci•ein, to fiu-nish all inaterials, equi}�ment, 20 �: .labor and other accessories as defined by law, in the prosecution of ti�e �Voz•k as provided for in 21 said Contract and designated �s Meadowbrook Elevated Storage Tank Rehabilitation, Project No. 23 02329. 23 24 ?5 ?h 27 1VOW, TH�CtEFORE, THE CONDITION OF Tl-IIS OBLiGATION is such tliat if Principal staall pay all monies owing to any (and all) payment bond beneficiaiy (as defined in Chapter 2253 of tl�e Texas Government Code, �s amended) in the prosecution of tlle Worlc �mder tlie Coniract, then this obligation sllatl be and become null and void; othei•4vise to i•emain in fiiil foree and effeet. 28 This boi�d is made and executed in complianc� with the provisions ot' Chapter 2253 oF the 29 Texas Gover�ament Code, as nine►�ded, antl all liabilities on this bortd sIi�l( be detei7nined in 30 accordance with tlic provisiotts oi said statute. 3I CITI' OP' I�ORT �1rORTH STAi �DARD CONSTRUCTION SPECti ICATION DqCU��fEVTS Revised July I, 201 I :1-/eaJutrbrr�olt Elorured Sloiu�e 7ank Relrahi(it��titur Pruject rVr�. 01,; � l l 2 � � 0061 14-2 PAl'n4ENT BOND P��e 2 of 2 IN WITNCSS VVHER�OF, the Principal and Surety have each SIGNED and SEALED this i►lstrument by duly audlorized agents and of�cers on this tlle 12tn day of January 20 15 PRINCtPAL: A&M Construction and Utilities, Inc. ATTEST: ! �� ���� � � �PI'lI1C� cretary � �a ___S, Wihiess as to Prnicipal � BY: ignahire Hn�an�o ��uo� . �s;d�.cf Name and Title Address: 49so Grisham Drive Rowlett, TX 75088 SURETY: Philadelphia lndemnity Insurance Company 5 6 7 8 9 10 11 �►a ATTEST: �-t,.�w�.�.<L�'^� (�iirety} Seci tary 1CT12SS aS llT�tj� BY������Z�"���� � Signature Brent M. Blonigan, Attorney-In--F'act N1me and Title Addi-ess: 213 St. Asaphs Rd. Suite 100 Bala Cynwyd, PA 19004 Telephone Nutnber: 1-aoo-�6s-9�49 Note: If signed by an officer of the Surety, tl�ere must be on file a certified extract fcom the byla�vs showing fhat this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both inust be provided. The date of the bond shall not be prior to thc date the Contr<<ct is awarded. �I�TD OF S�CTION C[Tl' OF FORT WORTH STAND.aRD CONSTRUCTION SPLCIFICATIO�I DOCUMEtdTS Reviscd July I, 201 I �11e�r�lo�rbronk El4ruled S/r�rugc� Trnrk RrlrubiliRr/ioir Project Nu. 0?.i?J � :.. PHILAD�LPHIA INDEAINITP INSURANCE CONIPANP One Bala Plaza, Suite 100 Bala Cymvyd, PA 19004 Power of Attorney ICNOW ALL PBRSONS BY THESE PRESENTS: that PHILADELPHIA INDEMNITY INSURANC� COMPANP (the Coropany), a co�poration organized and existing under the laws of the Commom��ealth of Pennsylvania, does hereby constitute and appoint: Raul F'. Campa, Debbie Palmer, ICara Pierce and Brent AI. Blonigan of Grayhawtc Insurancc Associates of Richardson, TR. Its tiue and lawful Attorney(s) in fact with full authorit}' to e�ecute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an amount not to exceed $25,000,000 This Power of Attorney is eranted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEn�NITY INSURANCE COn9PANY at a meeting duly called the 1" day of July, 201 1. RESOLVED: T7iat the Board of Direcrors hereby authorizes the President or any Vice President of the Company to: (1) Appoint Attorney(s) in Fact and authorize die Attorney(s) in Fact to execute on behalf of the Company bonds nnd undertakings, contracts of indenmity and oUier writinos obligatory in the nature thereof and to attach tlie seal of the Company thereto; and (2) to remove, at any time, any such Attorney-in-Fact and revoke the authority given. And, be it TURTA�R R�SOLV�D: That the signatm�es of such officers and the seal of the Company may be affixed to any such Po�ver of Attorney or certificate relating thereto by facsimile, and any such Po�ver of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and biding upon the Company in the future �vith the respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, PHILADELPHIA INDEn9NITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 7T° DAY OF FEBRUARY 2013. (Seal) , � ��-�-�.�--�� Robert D. O'L,eary Jr., President & CEO Philadelphia lndemnity Insurance Company On this 7°i day of February 2013, before me came the individual who ezecuted the preceding instrument, ro me personally kno�vn, and being by me duly sworn said that he is the therein described and authorized officer of the PffiLADELPHIA IND�MNITY INSUL2ANCE CONIPANY; that die seal aPfi�ed to said instrument is the Corporate seal of said Compaay; that the said Corporate Seal and his signature were duly affixed. cona�romwen�aH o�p�svuranna NOTARIAL SEAi. DANIELIE PtlFitiTH, Nn1ary Publlc /1 LovrerMerionTw.,Montgom County /, `�/_ �� /7 Myl;omm4�sian iresManh�2016 Notary Public: �%`��G �'�� ,�%�.•�._.,, residing at: Bala Cymvyd. PA (Notary Seal) My commission expires: March 22, 2016 I, Craig P. Keller, Executive Vice President, Chief Financial Officer and Secretary of PHILADELPHIA WDEMNITY INSURANCE COMPANY, do herby certify that the foregoing resolution of the Board of Directors and this Power of Attomey issued pursuant thereto are tme and correct and are still in full force and effect. I do further certify that Robert D. O'Leary Jr., n�ho execured the Power of Attorney as President, was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY, ]n Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this ���� day of TQ14d4�i �/ . 20� ,. ; .�.. _....,... ._ _..... _ __...... __� � _. •� ..,,.._..:..._ G� -- Gaig P. Keller, Eaecutive Vice President, Chief Financial Officer & Secre[ary PHILAD�LPHIA IND�A�INITY INSURANC� COA�IPANI 11�iPOP, i�ANT �OTICE To obt�in information or make a cornpiaint: You may call the Surety's toll irze telephone numbar for in�ormaiion or to rna1;e a complaint at: �-97�-433-�459 You may also writa Philadeiphia lndemni'ty Insurance Company at; One B�la Plazo, 5uite �00 Bala Cyn�yd, P,�, 1900� �ttn1�L�OI�I. Sanior�ice P;�si�en� �nd Direc�ar of SureEy You may contact the I exas Depa�menf o� Insuranca to obEain information on cornpanies, coverag2, righfs or complaints at: 1-50Q-%52-3T39 You rnay v�rit= th� T�xas Deparim2nt of Insurance a �: P.O. Box't�9�i0� �us�in, i X 7571 ^,-9'i 0;� � ax� 5'f 2-'7 �-�t i� 1 l�>_b: ht�o:l/www.tdi.state.tn.us �mait: ConsumerProtection(a��di.st=t� Lx us PREMiUi�i OF� CLali�i DiSFU i E5'.� Sfiould you have a dispute �oncerning your premium or about a claim, you should contact the Sure�y first. . li the dispute is not resolved, you may contac� the Texas Depa �, ent of lnsurance, � A I TACH THIS �10TICE TO YOUP. BOND: I his ' notice is for information only and does not become a part or condition of -ihe a�iached document. ;�DVISO tf�PORi.4l�TE Para obener iniormacion o para someter una qu2jz; Usted puede Ilamar al num�ro de teleTono gratis d� para iniormacion o para sometzr una queja ai: � -877-�36-7�59 LJsted tanbien puede escriblr a Phlladelphia Indemnity Insurance Company: Ona Bala Pia�a, SuiEe �00 B�la Cynv�}��, P� 19004 ,��antion: Senlor �ice °resid�nt anc� Direc�or o; Sur��y Puedz comunicarse con el Depariamenio de 5aguros de Tzxas para obtener iniornacion acerca de companias, cobe�uras, derechos o quejas a1: 1-800-252-3439 Puede escribir al. Deparmenio oe 5eguros de T�xas: P.O, Bo� i-",9i0�. �.USL[R, TX 7u71�-S10� F3X� ��SZ-�ij-��T%� . . �eb; htfp:llwww,tdi.s�zfe.tx.us cmai(: ConsurnerProfection a(�fdi.sta�e.tx.us D15PU i AS SOBP.E PRIN�AS O P.ECtA�J�OS: Si" tiene una disputa concernie�te a su prima o a un reclamo, de6e comunicarse con el Surety primero. 5i no se resuelve la disputa, puede en'tonces comunicarrsa con el depariarnsn'to ( I DI). UNA E5 i E�VISO A 5U FIAN� DE GARAI�! i IA: Este aviso es solo para proposi�o de inTormacion y no se convierte en parte o condicion del documen�o adjunto, OOGI 19- i \�iAIyTL"\AVCC BOT�D Pnge 1 of 3 ' t_.: s4 ( 1 z � 4 5 6 7 8 9 10 11 i2 13 14 15 16 17 18 19 20 21 22 23 24 25 26 �7 28 29 30 31. 32 33 34 THE STAT� OF TEXAS COGNT�' OF TARI2ANT SECTION 00 61 19 MA�•I,��A�TCE BD.�D Bond # PB01692 8 0014 8 § § ICNOW ALL BY THESE PRESENTS: § That «re A&M Construction and Utilities, Inc. , tcno��vn as "Principal" herein and Philadelphia lndemnity Insurance Company , a corporate surety (sureties, if inore that� one) duly authorized to do business i�� the State of Tesas, lcnown as "Stu-ety" lterein (whetl�cr one or more), az•e held and firmly bo�md tmto the City �f Foi�t Worth, a muilicipal corporatio�l created ptu•sua�lt to the laws of the State of Texas, ]a�own as "City" herein, Nin Hundred Sixty Eight Thousand Eight Hundred and 00/100 in the sum o�' Dollars (� 968, eoo. oo ), Ia�vfi�l money of tlie Unified States, to be paid in Fort Worth, Tarrant Cotinty, Texas, for payinent of wliicll sutn well and truty be mlde unio the City and its successors, we biud ourselves, our heirs, executors, adnlinistratot�s, successors and assigns, jointly 1nd severally, timily Uy tl�ese preseiits. WHEREAS, t[�e Principal has ente��ed into a certain written contract with the City a���arded �tn y the da of January 20 ls , which Contz�act is her�by refer�-ed to and a made part hereof for all pu�poses as if fiiily set %rth herein, lo fuinish all materials, equipment llbor and other accessories as defizied by law, in tlle prosecution of the �Vorlc, includin� any ��Jorl: resulting from a duly authorized Change Order (coliectively herein, tlie "Wo�•1<") as pi•ovided for in said co�itract and desigraa#ed as Meadowbrook Elevated Slora�e Tanlc Rehabilitation, Project No. 02329; and WH�REAS, Principal binds itself to use such inateri�ls and to so construct tl�e Wor]< in accordauce witl� the plans, specificatioi�s and Contract Documents that the Worlc is �nd will remain fi•ee from deFects ia� ���aterials or worl<minship for ancl daring lhe pet�iod of hvo (2) years after the date of Final Flcceptance of the Work by the Gily ("Maintenance Period"); anc{ WHCREAS, Principal binds itseif to repair or reconsttlict the Work in whole or in part upon i•eceiving notice from the City of the i�eed therefoc at any time �vithin the Maii�tenance Period, ,1fe<rdrni•b�•anh /s'lurulcd S!a•u�ry Tcrirk I2E�hcrbililalic�n Projec� Nn. 0?33l C'1T1' OF PORT 1V02TH STAi�'DARD CON5TRUCT70�3 SPHCIFICAT[ON DOCUMGi�lTS Revised July I, 201 I UOGI 19-2 A�fAI�ITHNANCB BOND P�ec 2 of 3 1 2 NOW THEREFORE, the condition of tllis obligatioi} is such tl3�t if Principal shall 3 remedy any deFective Work, for wl�ich timely notice was provided by City, to a co�npletion 4 satisfactoiy to the City, then this obligation shall become m�ll and void; otl�ei��ise to remlizz in 5 full force and effect. 6 7 PROVIDED, HOW�VER, if Principal st�all fail so to repair or reconsti2ict any timely S notieed defective Woi•k, it is am•eed that the City may catise any a►ad all sucl� defective Wol•lc to 9 Ue repaired and/or reconshucted with all associated costs thereoi beir�g borz�e by the Principal and 10 the Surety �inder tl�is Maintenance bond; a�id 11 12 PRUVID�D FURTH�R, that if a��y iega( action be filed on this Boi�d, venue shall !ie ii1 13 Tarcant County, Texas or the United States District Cou��t for the Noi�tllein District oFTe�as, Foi•t 14 Woi�th Division; and 15 lb PROVrDED FURTHER, that this obligation sltall be continuous in nature and 17 successive reeoveries may be llad hereon for successivc breaches. �s 19 20 CITY OF FORT ��JORTi�i �i/ecidrm�brool� F_7uvtuuc(Slnrnge Tru�k ReGcrhililcrlio�t 5TAi�1DARD CONSTRUCTION SPCC[FICATIOv DOCUA4�NT5 Projec! No, 01;29 Revised Jul�� I, 2011 �� 00G1 19-3 NIAI�lTENr1NCG BOND Page 3 of 3 t IN WITNESS tiVHEREOF', the Principal and the Sui•ety have eacli SIGN�D and SEALED tliis 2 instrume�it by duly authorized agents and officers on this the lztn day of January '� 3 �p is =4 5 C % s 9 ]0 11 12 13 14 15 I6 �% �s � �) Z� 21 2� 23 2� 25 26 27 28 29 30 3l 32 �j 34 35 36 37 38 39 40 41 ATTEST: ���.�� ��n,� ( i�ncipaL) Seccet<iry itness as to Prin ipal ATT�ST: ( urety) S r tary .�ti--- �Jitness as t urety PRINCIPAL: A&M Construction and Utilities, Inc. � Bv: � �/ � S�gnahire Brent M. Blonigan, Attorney-In-Fact Name and Titic AdCIt'eSS; 4950 Grisham Drive Rowlett, TX 75088 SURETI': Philadelphia lndemnity Insurance Company B Y:�� /,�/!/. ��Z!�-- S I a171 tLll'e Brent M. Blonigan, Attorney-In-Fact N�me �nd Title Address: 231 St. Asaphs Rd. Suite 100 Bala Cymvyd, PA 19004 Telephone Number: 1-aoo-�6s-9�49 "Note: If sib �ed by an officer of the Surety Company, there must be on file a certified extract fi�om tl�e by-la«�s stlowing that tliis person h�s authority to sign such obligation. [f Surety's physicat address is diifcrent fi�om its mailing addr�ss, both must be provicied. The date of the bond sh�ll not be prior to the date the Conh•act is �u�arded. CITY OF FOIt"I' 1i�02TH S-['f1NDARD CONSTRUCTIO�! SP6CtFlCATION DOCUNiCNTS Revised hily I, 201 I ri4<<rdrnrLrnak /sl�r�uc�d S�o�vgc Tank lielroh;lirutiai Prnjec! �Vv. 0 �329 �'`~ � � � STANDARD GENERAL CONDIZ'IONS OF THE COl`�1STRUCTION CONTRAC'I' CITY OF FORT WORTH STAND.ARD CONSTRUCTION SPECIFCATIQTI DOCUMENTS Revision: December2l, 2012 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CON'�'EloiTS Page Article 1— Definitions and Terminology ............................ 1.01 Defined Tei-ms ................................................. 1.02 Terminology .................................................... ! ................................ 7 ................................ 7 ................................ 7 ................................ 8 ................................ 8 ................................ 8 . ............................................................. ............................................................ 8 .... 2.07 Initial Acceptance of Schedules .................................................................................................... 8 ................................................1 ................................................1 ................................................ 6 Article 2 — Preliminary Matters .................................................................................... 2.01 Copies of Documents ............................................................................... 2.02 Commencement of Contract Time; Notice to Proceed ........................... 2.03 Starting the Work ..................................................................................... 2.04 Before Starting Construction ................................................................... 2.05 Preconstruction Conference ..................................................................... 2 06 Public Meeting ................................................ 8 ................................................ 8 ................................................ 9 ................................................ 9 ............................... ...........10 10 . .............................................................................................................. 3.06 Electronic Data ............................................................................................................................ l l Article 3— Contract Documents: Intent, Amending, Reuse ............................ 3 .O 1 Intent ................................................. ... ........... ........... ........ ...... ...... 3.02 Reference Standards ...................................................................... 3.03 Reporting and Resolving Discrepancies ....................................... 3.04 Amending and Supplementing Contract Documents ................... 3.05 Reuse of Documents ... . Article 4— Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points ........................................................................................................... l l 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 Article5— Bonds and Insurance .....................................................................................................................16 5.01 Licensed Sureties and Insurers ...................................................................................................16 5.02 Performance, Payment, and Maintenance Bonds .......................................................................16 5.03 Certificates of Insurance .............................................................................................................16 5.04 Contractor's Insurance ................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace ...........................................................19 Article 6 — Contractor's Responsibilities ......................................................... 6.01 Supeivision and Superintendence ................................................ ........................................19 ........................................19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 6.02 6.03 6.04 6.05 6.06 6.07 6.08 6.09 6.10 6.11 6.12 6.13 6.14 6.15 6.16 6.17 6.18 6.19 6.20 6.21 6.22 6.23 6.24 Labor; Worlcing Hours ................................................................................................................20 Services, Materials, and Equipment ........................................................................................... 20 ProjectSchedule ..........................................................................................................................21 Substitutesand "Ot�-Equals" ....................................................................................................... 21 Concerning Subcontractors, Suppliers, and Others ....................................................................24 WageRates ..................................................................................................................................25 Patent Fees and Royalties ...........................................................................................................26 Permitsand Utilities ....................................................................................................................27 Lawsand Regulations ................................................................................................................. 27 Taxes...........................................................................................................................................28 Use of Site and Other Areas ....................................................................................................... 28 RecordDocuments ......................................................................................................................29 Safetyand Protection .................................................................................................................. 29 SafetyRepresentative .................................................................................................................. 30 Hazard Communication Programs ............................................................................................. 30 Emergencies and/or Rectification ............................................................................................... 30 Submittal s . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . 31 Continuingthe Worlc ................................................................................................................... 32 Contractor's General Warranty and Guarantee ..........................................................................32 Indemni�ication ......................................................................................................................... 33 Delegation of Professional Design Services ..............................................................................34 Rightto Audit .............................................................................................................................. 34 Nondiscrimination....................................................................................................................... 3 5 Article 7- Other Worlc at the Site ..................... 7.01 Related Worlc at Site ..................... 7.02 Coordination .................................. ..................................... ..................................... ..................................... ...................................... 35 ...................................... 35 ...................................... 36 Article 8 - City's Responsibilities ...................................................................................................................36 8.01 Communications to Conti•actor ...................................................................................................36 8.02 Furnish Data ................................................................................................................................ 36 8.03 Pay When Due ............................................................................................................................ 36 8.04 Lands and Easements; Reports and Tests ...................................................................................36 8.05 Change Orders .............................................................................................................................36 8.06 Inspections, Tests, and Approvals .............................................................................................. 36 8.07 Limitations on City's Responsibilities ....................................................................................... 37 8,08 Undisclosed Hazardous Environmental Condition ....................................................................37 8.09 Compliance with Safety Program ...............................................................................................37 Article 9- City's Observation Status During Constiuction ........................................................................... 37 9.01 City's Project Representative .....................................................................................................37 9.02 Visits to Site ................................................................................................................................ 37 9.03 Authorized Variations in Worlc ..................................................................................................38 9.04 Rejecting Defective Worlc ..........................................................................................................38 9.05 Determinations for Work Performed .......................................................................................... 38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Worlc ..................... 38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 Article 10 - Changes in the Worlc; Claims; Extra Worlc ................................................................................ 38 10.01 Authorized Changes in the Worlc ............................................................................................... 38 10.02 Unauthorized Changes in the Worlc ...........................................................................................39 10.03 Execution of Change Orders ....................................................................................................... 39 10.04 Extra Worlc ..................................................................................................................................39 10.05 Notification to Surety ..................................................................................................................39 10.06 Contract Claims Process ............................................................................................................. 40 Article 11 - Cost of the Work; Allowances; Unit Price Work; P1ans Quantity Measurement ...................... 41 11.01 Cost of the Work ......................................................................................................................... 41 11.02 Allowances ..................................................................................................................................43 ll.03 Unit Price Worlc .......................................................................................................................... 44 11.04 Plans Quantity Measurement ......................................................................................................45 Article 12 - Change of Contract Price; Change of Contract Time .................................................................46 12.01 Change of Contract Price ............................................................................................................46 12.02 Change of Contract Time ............................................................................................................47 12.03 Delays .......................................................................................................................................... 47 Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 48 ; 13.01 Notice of Defects ........................................................................................................................48 ' 13.02 Access to Work ........................................................................................................................... 48 13.03 Tests and Inspections .................................................................................................................. 48 13.04 Uncovering Work ........................................................................................................................49 13.05 City May Stop the Worlc .............................................................................................................49 13.06 Correction or Removal of Defective Worlc ................................................................................ 50 13.07 Correction Period ........................................................................................................................ 50 13.08 Acceptance of Defective Work ................................................................................................... 51 13.09 City May Correct Defective Worlc ............................................................................................. 51 Article 14 - Payments to Contractor and Completion .................................................................................... 52 14.01 Schedule of Values ...................................................................................................................... 52 ' 14.02 Progress Payments ...................................................................................................................... 52 14.03 Contractor's Warranty of Title ......................................................... 14.04 Partial Utilization .............................................................................. 14.05 Final Inspection ................................................................................ 14.06 Final Acceptance ............................................................................... 14.07 Final Payment ................................................................................... 14.08 Final Completion Delayed and Partial Retainage Release .............. 14.09 Waiver of Claims .............................................................................. Article 15 - Suspension of Work and Termination ............................... 15.01 City May Suspend Worlc .................................................... 15.02 City May Terminate for Cause .......................................... 15.03 City May Terminate For Convenience .............................. Article 16 - Dispute Resolution ...................... 16.01 Methods and Procedures ............. .......................... .......................... ......................................... 54 ......................................... 55 ......................................... 55 ......................................... 55 ......................................... 56 ......................................... 56 ......................................... 57 ................................................... 57 ................................................... 57 ................................................... 58 ................................................... 60 ................................................... 61 ................................................... 61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 Article17 — Miscellaneous .............................................................................................................................. 62 17.01 GivingNotice ...........:..................................................................................................................62 17.02 Computation of Times ................................................................................................................ 62 17.03 Cumulative Remedies .................................................................................................................62 17.04 Survival of Obligations ............................................................................................................... 63 17.05 Headings ......................................................................................................................................63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �2 00 - i General Conditions Page 1 of 63 �'���� ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Tef�ms 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. Ag�°eement—The written instrument which is evidence of the agreement between City and Contractor covering the Worlc. 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 Worlc to be performed. 7. Biddef =The individual or entity who submits a Bid directly to City. 8. Bidding Docznnents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requif�ements—The advertisement or Invitation to Bid, Instilictions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. BZrsiness 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 obseived by the City. 11. Bzizzsativ — City's on-line, electronic document management and collaboration system. 12. Calendai� Day — A day consisting of 24 hours measured fi•om midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �a oo - i General Conditions Page 2 of 63 13. Change Ordei=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 Worlc or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authot•ized 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 Cozrrrczl - The duly elected and qualiiied governing body of the City of Fort Worth, Texas. 17. City Manage�� — The officially appointed and authot•ized City Manager of the City of Foi�t Worth, Texas, or his duly authorized representative. 18. Cont��act Claim—A demand or assertion by City or Contractor seelcing an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 19. Contract—The entire and integrated written document between the City and Contractor concerning the Worlc. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 20. Conti°act Doczrmerrts—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. Conti�act Pr•ice—The moneys payable by City to Contractor for completion of the Worlc 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 Worlc). 22. Conti�act Tin7e—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Worlc so that it is ready for Final Acceptance. 23. Conti�actor—The individual or entity with whom City has entered into the Agreement. 24. Cost of the Wof�lc—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Decetnber2l, 2012 00 �z oo - i General Conditions Page 3 of 63 25. Damage Claims — A demand for money or seivices 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. Dz�°ecto�� 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 Parl�s and Communit�� 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. Dif�ector of Plannzng arrd 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. Diy�ector of Transportation PZrblic Worlrs — The officially appointed Director of the Transportation Public Worlcs Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Di��ector of Water Departn�ent — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawii�gs—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Wark 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 perfo��ning professional services for the City. 35. Ext��a 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 Worlc. 36. Field Of�de�� — 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. Firral 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 CONSTRUCT[ON SPECIFCATION DOCUMENTS Revision: Dc�ceinber2l, 2012 00 �2 00 - � General Conditions Page 4 of 63 38. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Worlc, and each and eveiy part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. Generad Reqzrrrements—Sections of Division 1 of the Contract Documents. 40. Hazardo2�s Environmental Conditzon—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. Hazardozrs 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 Regzrlations—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 peisonal property. 44. Majof� Itei�� — An Item of worlc inchided 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. Mzlestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Worlc. 46. Notice of Awas°d—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 Pi°oceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to i1�n and on which Contractor shall start to perform the Worlc specified in Contract Documents. 48. PCBs—Polychiorinated biphenyls. 49. Petrolez�m—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperat�ire and pressure (60 degrees Falu�enheit and 14.7 pounds per square inch absolute), such as oil, petroleiim, fuel oil, oil sludge, oil refuse, gasoline, lcerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50. Plans — See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �a oo -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 Rep��esei�tative—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. Regzrlar Woi�lzing Hozris — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 57. Sainples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Worlc and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Subrnittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedz�le of Valzres—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Worlc 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. Specifrcations—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and worlcmanship as applied to the Work, and certain administt•ative 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 Proj ect. 62. Szrbcontr�acto� =An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Worlc at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCAT[ON DOCUMENTS Revision: L)ecember2l, 2012 00 72 00 - 1 General Conditions Page 6 of 63 63. Szcbmittals 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. Szrccessfi�l Bidde�=The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Szrperintendent — 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. Szrpplementaiy Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Szrpplief=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 Worlc by Contractor or Subcontractor. 68. Undei°g�°ozirrd Facrdities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanlcs, 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 Przce Worlc See Paragraph 11.03 of these General Conditions for definition. 70. Weelzend Wo�^Icing Hozrr�s — 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. Wo�°Iz The entire construction or the various separately identifiable pai�ts thereof required to be provided under the Contract Documents. Worlc includes and is the r•esult of performing or providing ail labor, seivices, and documentation necessaiy to produce such constiliction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such constniction, all as required by the Contract Documents. 72. Woi°Icrng Day — A worlcing 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 worlc underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Tei^r��inology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain TerJns or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Deceinber2l, 2012 00 �z oo - � General Conditions Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of lilce 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 Worlc. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Worlc 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 speciiic statement indicating ; otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Worlc 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. Fzirnish, Install, Perfo�^m, Pi�ovide: l. 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 fuinishing 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 Docirments 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 Com�nencement of Coi�tract 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. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIPCATION DOCUMENTS Revision: December2l, 2012 00 72 00 - 1 General Conditions Page 8 of 63 2.03 Staf�ting the Woriz Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shail be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Constrzrction Baseline Schedziles: Submit in accordance with the Contract Documents, and prior to stai�ting the Worlc. 2.05 P�^econstrz�ction Conference Before any Worle at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Pzrblic 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 Schedz�les 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 Intei�t 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 thereo� to be constiucted in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �a oo - t General Conditions Page 9 of 63 section. The Contractor shall not talce 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 Worlc 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 Standai�ds A. Standards, Specifications, Codes, Laws, and Regulations l. 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 Disc��epancies A. Reporting Discrepancies: 1. Contractor's Review of Conts�act Docznnents Befo�^e Sta��tis�g Woi�lc: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and checic and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly repoi-t 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. Contracto�'s Revzetiv of Corrt��act Docz�ments Dzrring Peiformance of Wor�Ic: 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 instiliction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Worlc affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFCATION DOCUMENTS Revision: Dcjcember2l, 2012 00�2oo-i General Conditions Page I 0 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 act�ial knowledge thereof. B. Resolving Disc��epancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall talce 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 Szrpplementirrg Conti�act DocZm�ents 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 Worlc 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 Rezrse of DocZ�ments A. Contractor and any Subcontractor or Supplier shall not: 1. have or acqui��e any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereo� prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Speciiications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �2 00 - i General Conditions Page I 1 of 63 B. The prohibitions of this Paragraph 3.05 will suivive 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 rislc. 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 malces no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application pacicages, operating systems, or computer hardware differing fi•om those used by the data's creator. ARTICLE 4— AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availabilr.ty of Lands A. City shall fiu-nish 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. l. 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 obstiuctions 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 obstiuctions 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. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCAT[ON DOCUMENTS Revision: December2l, 2012 00 72 00 - 1 General Conditions Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 SZrbszir�f'ace arrd Physical Conditions A. Reports and Drawzngs: 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 lcnown 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 Azrthorized: 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 ofiicers, directors, members, partners, employees, agents, consuitants, ar subcontractors with respect to: 1. the completeness of such repot•ts and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedtu�es of constiuction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such repoi�ts or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn fi�om any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing SZ�bszirface or Physical Conditzo�s 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 "teehnical 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 worlc of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 007200- 1 General Conditions Page l3 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Worlc in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time i£ 1. Contractor knew of the existence of such conditions at the time Contractor made a final ' commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Undeiground 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, inchiding City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checicing 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 I19CIlCptEC�: L If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo - t General Conditions Page l4 of 63 Worlc 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 seivice lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Refef°ence Points A. City shall provide engineering surveys to establish reference points for constiuction, which in City's judgment are necessary to enable Contractor to proceed with the Worlc. City will provide construction stalces or other customary method of marlcing to establish line and grades for roadway and utility constillction, centerlines and benchmarlcs for bridgeworlc. Contractor shall protect and preserve the established reference points and property monuments, and shall malce 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 ot� 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 fiill cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted fi•om payment due the Contractor. 4.06 HazardoZ�s Environme�tal Condition at Site A. Repoi�ts c�J�d Dravvings: The Supplementary Conditions identify those reports and drawings lcnown to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Relrarrce by Contractor on Technrcal Data Ac�thorized.• Contractor may rely upon the accuracy of the "technical data" contained in such repoi�ts 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 officeis, directors, members, partners, employees, agents, consultants, or subcontractor•s with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 oonoo-i General Conditions Page l 5 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 Worlc 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 talce 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 Worlc; 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 Worlc based on a reasonable belief it is unsafe, or does not agree to resume such Worlc under such special conditions, then City may order the portion of the Worlc that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Worlc performed by City's own forces or others. G. To the firllest eitent permitted by Laws and RegLrlations, Contracto�� sl�all if�demn� and hold harmless City, fi°om a��d against all cXaims, costs, losses, and damages (ir�clzrding bzit i�ot limited to all fees and charges of engineer�s, archztects, atto��neys, and other professiorrals and all coLirt or arbitration o�� other dispute resolzrtion costs) ay�ising out of or relating to a Haza��dozis E�rvi��onmental Condition created by Cont�^actor or by anyo�ze for wl�orn Contractor is responsible. Nothii�g in this Parag��aph 4.06.G shall obligate Contf�acto�� to indemn� any individZral or entity fi�oi�� and agaif�st the conseqziences of that individ2ral's or• entity's otivn negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 007200- 1 General Conditions Page 16 of 63 ARTICLE 5— BONDS AND INSURANCE 5.01 Licerrsed Szn�eties and InsZri°ers 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 Performarrce, Paymei�t, ar�d Mazntenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Worlc 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. Depai�tment of the Treastu•y. 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 banlu-upt 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 notiiication, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certifi.cates of Inszis�arrce Contractor shall deliver to City, with copies to each additional insut•ed 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. l. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �a oo - i General Conditions Page 17 of (3 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certiiicate 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 worlcers' compensation, all insurers must have a minimum rating of A-: VII in the cur�ent 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 sha11 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 deteimined 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 stocicholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �a oo - i General Conditions Page 18 of 63 lieu of traditional insurance, alternative coverage maintained tluough insurance pools or rislc 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 malce 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 pat�ty 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 malce 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 Contr�acto��'S I)1S2/l�ance A. Worizer�s Comperrsatzon and Employef:s' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Worlcers' 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 Worlc 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 Worlc, or by anyone for whose acts any of them may be liable: 1. claims under worlceis' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sicicness or disease, or death of Contractor's employees. B. Comnaercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising fi•om; premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo - � General Conditions Page l9 of (3 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 no��rnally 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. Azrtomobile 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 worlc, 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 Worlc, or by anyone for whose acts any of them may be liable. D. Railroad P��otective 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 Caf�cellation: 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 Ins2n�ance; Optron 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 Szrper�visio» and Szrperii�tei�dence A. Contractor shall supervise, inspect, and direct the Worlc competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Worlc in accordance with the Contract Documents. Contractor shall be solely t•esponsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTFI STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2t, 2012 00 �2 00 - i Genera( Conditions Page 20 of (3 B. At all times during the progress of the Worlc, 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 Labo�; Wo�•lzingHours 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 Worlc or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Worlc at the Site shall be performed during Reglilar Working Hours. Contractor will not permit the performance of Worlc beyond Regular Worlcing Hours or for Weelcend Worlcing Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Worlc: l. for beyond Regular Worlcing Hours request must be made by noon at least two (2) Business Days prior 2. for Weelcend Worlcing 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 Se�•vices, Matei�ials, and Eqziipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all seivices, materials, equipment, labor, transportation, constiuction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporaty facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Worlc. B. All materials and equipment incorporated into the Worlc 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 gl.iarantees required by the Specifications shall expressly iun to the benefit of City. If r�equired by City, Contractor shall fiirnish satisfactory evidence (including reports of required tests) as to the source, lcind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo - t General Conditions Page 21 of 63 C. All materials and equipment to be incorporated into the Worlc 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 Woric shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project SchedZile 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 O 1 32 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 Szrbstitirtes and "Oi^-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 lilce, 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. "O��-Eqzral " 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.OS.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 constriiction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l. 2012 007200- I General Conditions Page 22 of 63 2) it wi11 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 Worlc 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. Sztbstittrte Items: a. If in City's sole discretion an item of material or equipment proposed by Contractar• does not qualify as an "or-equal" item under Paragraph 6.OS.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 malce written application to City for review of a proposed substitute item of material or equipment that Contractor• seelcs to furnish or use. The application shall comply with Section O l 25 00 and: 1) shall certify that the proposed substinite 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 worlc on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 72 00 - I General Conditions Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized� estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Szrbstitiite Constrarction Methods o�� 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.OS.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.OS.A and 6.OS.B. 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 Gzrarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Cont��actor shall indemn� af�d hold harmless City ar7d a��yone directly or ii�diT�ectly e�rployed by thern fi°om and against any and all claims, damages, losses and expenses (inclzrding attoi°neys fees) arrsing ozrt of the use of szrbstitzrted �naterials or equipment. E. Czty's Cost Rezrnbzirsement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.OS.A.2 and 6.OS.B. 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 fi•om the acceptance of each proposed substitute. F. Cont��actor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �a oo - i General Conditions Page 24 of 63 G. City Szibstitzrte Reimbzirsen�ent: 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 substihitions. 6.06 Co»cerning Szibconts�actors, Supplier•s, and Others A. Contractor shall perform with his own organization, worlc 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 Worlc against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may fi•om 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 Supplementaiy Conditions. D. Bzisiness Diverszty Enterpr•ise Oi°dinance Complia�ce: It is City policy to ensure the full and equitable participation by Minority and Small Business Enterprises (MBE)(SBE) in the procurement of goods and seivices on a contracriial basis. If the Contract Documents provide for a MBE and/or SBE goal, Contractor is required to comply with the intent of the City's Business Diversity Ordinance (as amended) by the following: 1. Contractor shall, upon request by the City, provide complete and accurate information regarding actual worlc performed by a MBE and/or SBE on the Contract and payment therefor. 2. Contractor will not malce additions, deletions, ot• substitutions of accepted MBE without written consent of the Ciry. Any unjiistified 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 boolcs, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE and/or SBE. Material misrepresentation of any nature may be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on fut�ire contracts with the City for a period of not less than three yeais. 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 Worlc just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �2 00 - i 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 Worlc under a direct or indirect contract with Contractor. G. All Subcontractors, Supptiers, and such other individuals or entities performing or furnishing any of the Worlc shall communicate with City through Contractor. H. All Worlc 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 Wcrge Rates A. Duty to pay Prevailirrg 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 Violatzon. 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 worlcer 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. Complairrts of Vrolations and City Determination of Good Cazrse. 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 malce an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worlcer 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 fiill amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �2 00 -1 General Conditions Page 26 of 63 D. ArbitJ�ation ReqZrired 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 worlcer 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 per•sons required to arbitrate under this section do not agree on an arbitrator before the l lth 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 Maintairred The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the worlc, maintain records that show (i) the name and occupation of each worlcer employed by the Contractor in the constiuction of the Worlc provided for in this Contract; and (ii) the actual per diem wages paid to each worlcer. 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. Progf�ess Payme»ts. 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. Postzng of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Sz�bcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractois 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 Worlc or the incorporation in the Worlc 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 Worlc and if, to the actual lcnowledge 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 Cont�•act Documents. Failure of the City to disclose such information does not relieve the Contractor fi•om its obligations to pay for the use of said fees or royalties to others. B. To the firllest extent per•�nitted by Lativs and Regtrlatzons, Conti°acto�� shall indernn� as�d hold harmless City, from and against all clarins, costs, losses, and dan�ages (incdz�ding bzit not limzted to all fees and charges of engineers, ar�chitects, attorneys, artd othe�° �rofessionals arrd all coz�r•t or arbitr�atron or other dispZrte resolzition costs) a�^iszng oz�t of or relating to arry infrrngement of patent righis or copyrzghts inczdertt to the zise irr the perfo�°mance of the Worlc or resz�lti��g fi�om CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �a oo - i General Conditions Page 27 of 63 the inco� po��ation in the Worlc of any znvention, design, p��ocess, p��oduct, or device not specified in the Cont��act Docz�rnents. 6.09 Pei°mits and Utilities A. Contractor� obtained perinits and ldcenses. Contractor shall obtain and pay for a11 constr�.iction 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.B. City shall pay all charges of utility owners for connections for providing permanent seivice to the Worlc. B. City obtained permits and lzcenses. 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 Tr•ansportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Ozitstarrding 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 Regzrlations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Worlc. 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 perfoims any Work lcnowing or having reason to lcnow 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 CONST2UCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo - t General Conditions Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Worlc. However, it shall not be Contractor's responsibility to malce 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 lcnown at the time of opening of Bids having an effect on the cost or time of performance of the Worlc 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 cei�tificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 787ll; or 2. http://www.wiildow.state.tY.tis/t��xinfo/t��xfornls/93-forills.liti111 6.12 Use of Site and Other A��eas A. Limitation on Use of Site and Othef� Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of worlcers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with constiuction equipment or other materiais 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 Worlc. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed ot• is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Worlc, the City may require the Contractor to finish the section on which operations are in progress before worlc is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 oo�zoo-� 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 Worlc, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pzrr•sziant to Paragraph 6.21, Co�tractor shall rndemn� and hold harmless City, from and against all claims, costs, losses, and damages a��isif�g oZrt of or relating to any claim or action, legal oN equitable, bi�oZrght by any szrch ownei� o�� occzrparrt against Czty. B. Removal of Deb�^is Dzrring Peiforn�arrce of the Woi�lc: During the progress of the Worlc Contractor shall Iceep the Site and other areas free from accumulations of waste materials, �ubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Szte 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 talce 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 Worlc and make it ready for utilization by City or adjacent property owner. At the completion of the Worlc Contractor shall remove fi•om the Site all tools, appliances, constiuction equipment and machinery, and suiplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Strzrctures: Contractor shall not load nor permit any part of any stiucture to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Worlc or adjacent property to stresses or pressures that will endanger it. 6.13 Reco�^d Docirments 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 Worlc, 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 P�^otectron A. Contractor shall be solely responsible for initiating, maintaining and slipervising 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 worlc, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �2 00 - t 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 Worlc; 2. all the Worlc 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, wallcs, pavements, roadways, stiuctures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of constiliction. 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, injtuy, 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 Worlc, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractot•'s duties and responsibilities for safety and for protection of the Worlc shall continue untii such time as all the Worlc is completed and City has accepted the Worlc. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazar•d Commzrnicatzon Progran�s 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 Rectificatzon A. In emergencies affecting the safety or protection of persons or the Worlc or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 007200- I General Conditions Page 31 of (3 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 fi�om the City to rectify any discrepancies, omissions, or correction necessary to confoim with the requirements of the Contract Documents, the City sha11 give the Contractor written notice that such worlc or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to talce remedial action to correct the condition. In the event the Contractor does not talce positive steps to fuliill this written request, or does not show just cause for not talcing 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 SZrbmzttals 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 Speciiications. 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 requir•ed by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Decembei2t, 2012 00 �a oo - � 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: l. 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 Worlc, 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 O1 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 Worlc Except as otherwise provided, Contractor shall carry on the Woric and adhere to the Project Schedule during all disputes or disagreements with City. No Worlc shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Conti�actor's Gene�°al WaJ�ranty and Gz�ara�tee A. Contractor warrants and guarantees to City that all Wot•lc 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 SPEC[FCATION DOCUMENTS Revision: December2l, 2012 00 72 00 - 1 General Conditions Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Worlc in accordance with the Contract Documents shall be absolute. None of the following wi11 constitute an acceptance of Worlc 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: l. obseivations 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 Worlc 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 Worlc unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. 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 of�cers, 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 of�cers, 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 CONSTRUCT[ON SPECIFCAT[ON DOCUMENTS Revision: December2l, 2012 00 72 00 - 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 Professioi�al Design Sei�vices A. Contractor will not be required to provide professional design services unless such seivices are specifically required by the Contract Documents for a portion of the Worlc 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 perfot•mance and design criteria that such services must satisfy. Contractor shall cause such seivices or certiiications 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 Worlc 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 se�vices 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 checicing 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 Azidit 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 boolcs, documents, papers, and records of the Contractor involving transactions i•elating to this Contract. Contractor agrees that the City shall have access during Regular Worlcing Hours to all necessaiy Contractor facilities and shall be provided adequate and appropriate woz•ic 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 boolcs, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Worlcing Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 oonoo- � 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 Rrghts 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 WoJ�k 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 perfoimed by utility owners. If such other worlc is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other worlc; 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 worlc 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 worlc, and properly coordinate the Work with theirs. Contractor shall do all clrtting, fitting, and patching of the Worlc that may be required to properly connect or otherwise malce its several parts come together and properly integrate with such other work. Contractor shall not endanger any worlc 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 Worlc depends upon worlc performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in wi-iting any delays, defects, or deficiencies in siich other worlc 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 worlc as fit and proper for integration with Contractor's Work except for latent defects in the worlc provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 72 00 - 1 General Conditions Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other worlc 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 matteis 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 Supplementaiy Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.41 Commzinicatiorrs to Coiztractor Except as otherwise provided in the Supplementaiy Conditions, City shall issue all communications to Contractor. 8.02 FZir•nish Data City shall timely fiirnish the data required under the Contract Documents. 8.03 Pay When Dzre City shall malce payments to Contractor in accordance with Article 14. 8.04 Lands and Easemes�ts; Repo�^ts 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 malcing available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface stiuchu�es 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, arrd AppJ�ovals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDAItD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00�200- i General Conditions Page 37 of C>3 8.07 Linzitations on City s Re.rponsibilities 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 Worlc. 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 Urrdisclosed Hazardous Envi�°onmental 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 sha11 comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9— CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City s Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. The Project Representative(s) will be as provided in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessaiy in order to obseive the progress that has been made and the quality of the various aspects of Contractor's executed Worlc. Based on information obtained during such visits and obseivations, City's Project Representative will deter�rnine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to malce exhaustive or continuous inspections on the Site to checic the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Worlc will conform generally to the Contract Documents. B. City's Project Representative's visits and obseivations 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 SPECIFCAT[ON DOCUMENTS Revision: December2l, 2012 007200- 1 General Conditions Page 38 of 63 9.03 AZrthorized Variations in Wos�lc City's Project Representative may authorize minor variations in the Worlc 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 Worlc involved promptly. 9.04 Rejecting Defective Worlc City will have authority to reject Wor�lc which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Worlc as provided in Article 13, whether or not the Worlc is fabricated, installed, or completed. 9.05 Determirrations for• Wos°k Performed Contractor will determine the achial quantities and classifications of Worlc performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be finai (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Reqz�ir�ements of Contract DocZnnents and Acceptabilzty of Worlc 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 finai and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Azrthorized Changes i» the Wor•lc 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 Worlc, Contractor shall promptly proceed with the Worlc involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Worlc shall be memorialized by a Change Order which may or may not precede an order of Extra worlc. B. For minor changes of Worlc not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 007200- I General Conditions Page 39 of 63 ' 10.02 Unazrtho��ized Changes in the Worlc Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any worlc 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 E� ecZrtion of Change Oi�ders 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.O1.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Worlc 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 Worlc 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 malcing 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 t, ' 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 Worlc whether or not initiated by a Change Order shall be a ful1, 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 Notr.'fication to Szri�ety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 72 00 - 1 General Conditions Page 40 of 63 10.06 Contract Clazms Process A. City's Decision Reqz�is�ed: 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: l. Written notice stating the general nah�re of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the stat�t 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 fi•om the stat�t of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in suppoi-� 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 Actior�: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, talce one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 20(2 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 involce 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 Wo��lc A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.O1.B, necessarily incurred and paid by Contractor in the proper performance of the Worlc. 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.O1.B, and shall include but not be limited to the following items: Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% marlcup, 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, sicic leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Worlcing Hours, Weekend Working Hows, 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 seivices required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �a oo - t General Conditions Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractor•s. 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 Worlc and fee shall be determined in the same manner as Contractor's Cost of the Worlc and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyois, attorneys, and accountants) employed for services speciiically related to the Worlc. 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 Worlc. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporaiy facilities at the Site, and hand tools not owned by the worlcers, which are consumed in the performance of the Worlc, 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 Worlc, 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 ot• 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 Worlc, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Worlc, 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 Worlc 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 Worlc. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo - � General Conditions Page 43 of C>3 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excli�ded: 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, timelceepers, clerlcs, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Worlc and not speciiically included in the agreed upon schedule of job classifications referred to in Paragraph 11.O1.A.1 or specifically covered by Paragraph 11.O1.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Worlc 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. COi1Zl�actor's Fee: When all the Worlc 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.O1.C. D. Docz�mer7tation: Whenever the Cost of the Worlc for any purpose is to be determined pursuant to Paragraphs 11.O1.A and 11.O1.B, 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 Allotivance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Worlc so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pi�e-bid Allotivances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFCAT[ON DOCUMENTS Revision: Decembet2l, 2012 00 �z oo - i 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, proiit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on accolint 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 Worlc covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Urrzt P��ice Woi°lc A. Where the Contract Documents provide that all or part of the Worlc is to be Unit Price Worlc, initially the Contract Price will be deemed to include for all Unit Price Worlc an amount eqiial to the sum of the unit price for each separately identified item of Unit Price Worlc times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Worlc 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 considet•ed by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Worlc 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 worlc listed and the cost of incidental work included as part of the unit price. D. City may malce an adjustment in the Contract Price in accordance with Paragraph 12.01 if: l. the quantity of any item of Unit Price Worlc 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 Worlc. E. Increased or Decreased Qziantities: The City reseives the right to order Extra Worlc in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of worlc under the Contract Documents, the altered worlc will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo - i General Conditions Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of worlc, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Worlc 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 worlc for any Item as altered differs materially in lcind 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 worlc 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 worlc to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contt•act, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Qzrantity Measzr�^ement 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 tmit 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 Conti•actor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo - i General Conditions Page 46 of 63 E. For callout worlc 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 Worlc covered by a Change Order will be determined as follows: 1. where the Worlc 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 Worlc involved is not covered by unit prices contained in the Contract Documents, by a mut�lally agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.O1.C.2), and shall include the cost of any secondaty impacts that are foreseeable at the time of pricing the cost of Extra Worlc; or 3. where the Worlc involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached undei• Par•agraph 12.O1.B.2, on the basis of the Cost of the Warlc (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.O1.C). C. Cor�t��actor'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 agi•eed 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.O1.A.1, 11.O1,A.2. and 11.O1.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.01.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Worlc plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.O1.C.2.a and 12.O1.C.2.b is that the Subcontractor who actually perfoims the Worlc, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCLTMENTS Revision: December2l, 2012 00 �a oo - � 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.O1.A.1 and 11.O1.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 ll.O1.A.6, and 11.O1.B; 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 Worlc 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 Worlc 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 C1aim 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 worlc as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo -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 Woriz City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Worlc 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 arrd Inspectios�s A. Contractor shall give City timely notice of readiness of the Worlc 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 Worlc (or part thereo� 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 Worlc; or acceptance of materials, mix designs, or equipment submitted fot• approval prior to Contractor•'s purchase thereof for incorporation in the Worlc. Such inspections, tests, re-tests, or approvals shall be perfoi�rned by organizations acceptable to City. D. City may arrange for the seivices of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Worlc, as determined solely by City. l. 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 STANDAItD CONST2UCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo - � 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 Worlc (or the worlc 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 Worlc 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 Wo�Ic 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 necessaiy 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 malce 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 Worlc 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 reconstiuction (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 sha11 still be responsible for all costs associated with exposing, observing, and testing the defective Worlc. 2. If the uncovered Worlc 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 Ci .ry May Stop the Worlc If the Worlc is defective, or Contractor fails to supply sufficient skilled worlcers or suitable materials ;` or equipment, or fails to perform the Work in such a way that the completed Worlc 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 r•ight of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECiFCATION DOCUMENTS Revision: December2l, 2012 00 72 00 - 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 Cor�rectzon or Removal of Defective Woi°k A. Promptly after receipt of written notice, Contractor shall correct all defective Worlc pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Worlc has been rejected by City, remove it from the Project and replace it with Worlc 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 cor��ection or removal (including but not limited to all costs of repair or replacement of worlc of others). Failure to require the removal of any defective Worlc shall not constit�ite acceptance of such Worlc. B. When correcting defective Worlc under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall talce no action that would void or otheiv✓ise impaii• City's special warranty and guarantee, if any, on said Worlc. 13.07 Co�^rectzon Period A. If within two (2) yeais after the date of Final Acceptance (or such longei• period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Worlc 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 wi•itten insttuctions: 1. repair such defective land or areas; or 2. correct such defective Worlc; or 3. if the defective Worlc has been rejected by City, remove it fi•om the Project and replace it with Worlc that is not defective, and 4. satisfactorily correct or repair or t•emove and replace any damage to other Worlc, to the worlc of others or other land or areas resulting therefi�om. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay wouid cause serious rislc of loss or damage, City may have the defective Worlc corrected or repaired or• may have the rejected Worlc 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 othet• 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 woric of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo -1 General Conditions Page 51 of 63 ; C. In special circumstances where a particular item of equipment is placed in continuous seivice before Final Acceptance of all the Worlc, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Worlc (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 Woi�lz If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor sha11 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 resohition 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 wi11 be issued incorporating the necessary revisions in the Contract Documents with respect to the Worlc, 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 Worlc A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Worlc 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 Worlc and suspend Contractor's seivices 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 resohition CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 oo�aoo- i 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 Worlc 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 T�alues 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 Worlc will be based on the number of units completed. 14.02 Prog��ess Payments A. Applicatiorrs 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 Worlc 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 Worlc 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 docLimentation 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 Worlc have been applied on account to discharge Contractor•'s legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Deceznber2l, 2012 00 �z oo - � 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 Worlc has progressed to the point indicated; b. the quality of the Worlc 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 Worlc 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 Worlc 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. Contt•actor 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 oi• tests, and revise or revoke any such payment previously made, to such extent as may be necessary to pr•otect City from loss because: a. the Worlc 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 cot•rect defective Work or complete Worlc in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo - i General Conditions Page 54 of 63 e. City has actual lcnowledge 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. Liqz�idated Damages. For each calendar day that any worlc shall remain uncompieted 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. Paymes�t.• Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Redz�ctioi� in Payfne�t: 1. City may refuse to malce payment of the amount requested because: a. Liens have been filed in connection with the Worlc, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a thr•ough 14.02.B.4.e or Paragraph 15.02.A. 2. If City refiises to malce 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 Conti^actor�'s Wai�ranty of Title Contractor warrants and guarantees that title to all Worlc, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo - � Generll Conditions Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Worlc, City may use or occupy any substantially completed part of the Worlc 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 Worlc. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Worlc 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 Woric ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.OS.A.1, City and Contractor shall make an inspection of that part of the Worlc 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 Finallnspection A. Upon written notice fi•om Contractor that the entire Worlc 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 Worlc is incomplete or defective. Contractor shall immediately talce such measures as are necessaiy 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 Worlc is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Fri�al Acceptance Upon completion by Contractor to City's satisfaction, of any additional Worlc identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �2 00 - t 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 malce an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The iinal 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 (satisfactoiy to City) of all Lien rights arising out of or Liens filed in connection with the Worlc. B. Paym�ent Becorrres Diie: 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 repot-ted to Contractor's instuance provider for resolution. 3. The malcing of the �nal 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 Firral Completion Delayed and Pai�tial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractot•'s final Application for Payment, and without terminating the Contract, malce payment of the balance due for that portion of the Worlc fully completed and accepted. If the remaining balance to be held by City for Worlc not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �a oo - � General Conditions Page 57 of C>3 portion of the Worlc 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 constit�ite 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 a11 other constiuction 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 worlc. An amount sufiicient 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 worlc 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 Szrspend Worlc 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 Worlc will be resumed. Contractor shall resume the Worlc 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 mut�ial 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 Worlc 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 talce every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 oo�aoo-i General Conditions Page 58 of 63 15.02 City May Terminate f'or 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 Worlc in accordance with the Contract Documents (including, but not limited to, failure to supply sufiicient slcilled wor•kers 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 #20020-12-2011established under Paragraph 6.06.D); 2. Contractar'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 malce good any defect in materials or worlcmanship, or defects of any nahire, 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 banlc�upt, or otherwise financially unable to cariy on the Worlc 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. occtu, 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 Worlc. Conference shall be held not later than 15 days, after receipt of notice. 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 Worlc, 2. If Contractor's seivices are terminated, Surety shall be obligated to talce over and perform the Worlc. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �a oo - � General Conditions Page 59 of (>3 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 Worlc, City may exclude Contractor and Surety from the site and talce possession of the Worlc, and all materials and equipment incorporated into the Worlc stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Worlc as City may deem expedient. 3. Whether City or Surety completes the Worlc, Contractor shall not be entitled to receive any fiu-ther payment until the Worlc 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 Worlc, 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 perfoimed. 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 Worlc, 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 Worlc 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.B, Contractor's services wi11 not be terminated if Conti•actor begins within seven days of receipt of notice of intent to tet•minate 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 acciue. Any retention or payment of moneys due Contractor by Ciry will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of ; Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 72 00 - I General Conditions Page 60 of 63 15,03 City May Terminate Fo�° 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 Worlc 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 Seivice Mail by the City. Ftu�ther, 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 discretionaiy action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop worlc 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 Worlc under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Worlc 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, Worlc in progress, completed Worlc, supplies and other material produced as a part of, or acquired in connection with the performance of, the Worlc terminated by the notice of the termination; and b. the completed, or partially completed pians, 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 Worlc as shall not have been terminated by the notice of termination; and 6. talce such action as may be necessaiy, 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 acquit�e the rest. C. At a time not later than 30 days after the tei�rnination 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 pt•eviously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revisio��: December2l, 2012 00 �z oo - i General Conditions P1ge 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 siibject to verification by the City upon removal of the items or, if the items are stored, within 45 days fi•om 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 Worlc 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 Worlc; 2. expenses sustained prior to the effective date of termination in performing seivices and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Worlc, 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 Metl�ods and Pi�ocedzn�es 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 linder Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that tune period, City or Conn�actor: CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo - i 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 i£ 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 lcnown 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 Compzitatzon of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exchide the iirst 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 Worldng Day shall become the last day of the period. 17.03 CzrsnZ�lative Re»�edies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �2 00 - i General Conditions Page 63 of (3 17.04 Szn•vzval 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 Worlc or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Ai�ticle and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 73 00 - I SUPPLEMENTARY CONDITIONS P�ge l of 7 2 3 4 5 6 7 8 9 ]0 11 12 13 14 IS 16 17 18 l9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4l 42 43 44 45 46 47 �48 49 50 Sl SCCTION OU 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementar,y Conditions Tl�ese Supplementary Conditions modify and supplement Section 00 72 00 - Generll Conditions, and other provisions of t�he Contract Documeiits as indic�ted below. All provisions of the Generll Conditions that ai•e moditied or supplemented re�nain in fiill force and effect as so modified or supplemented. All provisions of tlle Gener�l Gonditions which are not so modified or supplemented remain in fitll force and effect. Defined Terms The tei•ms iised i�i these Supplementa�y Conditions �vl�icli are defined in the Geueral Conditio�is have tlle �neauing assigned to the�» in the General Conditions, unless specifically noted llereii�. Moclifications and Supplements The following are instructions that modify or supplement specific plragraphs in the Gener�l Couditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications. Wl�ere reference is made in these specifications to specitieations compiled by othe�� agencies, organizations or departments, such reference is made tior expediency �u�d standardization fi�om the material supplier's point� of view, and such specifications refecred to are hereby made a part oFthese specifications as if ftilly written out herein. Whenever reference is nlade to the furnishing oP uiaterials for testiug tl�ereof to conform Co the staudards of any tecl�nical society, trade organization, or regulatory body, it shall be construed to mean tl�e latest stand�rd, cocle, specification or teutative specification adopted and p�iblished at tl�e ti�ne of advertisemeut for bids, even though reference llas been made to an earlier st�andard, and such curr•ent standards are �nade a part hereof to the extent which is indicated or intended. Ref'erenced staudards shall include all co�uments and best praetices indicated in the St�ndard, even if not specifically required by the Staiidard. In the event the Referenced Specification confliets with the Project Specification, tlle Project Specification sl1�ll govern. SC-4.01 A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiviilg the final easem�nts desci•iptions, Conti•actor sl�all con�pare them to the liiies shown on tl�e Contract Drawings. SG4.�lA.1., "Availability of Lands" The follo�ving is a list of knowu outstandiug right-of-way, �nd/or easements to be acqliired, if any as of �tLloi�tlt Dtn�, i'ear thi.s docto�tent ri�as prepar•edJ: Outstanding Right-Of-Way, and/or Easements to Be Acquired C[TY OF FOR"I' WORTH d/cu�luu�hrun(,� Elei�ate�d Sluruge Tcmk Kehnhilrlcrlion �� STANDARD CONSTRUC710N SPEC[FICATION DOCUNtENTS Frnjec� Aro. O<.i14 2eviscd April i. 2013 � 00 73 00 - 2 SUPPLEMENTARY CONDITIONS Pa�e 2 of 7 PARCEL NUMBER <If there is »one tlrera l�i�rite "None"> ���� 1 The Conh•��ctor understands aiid agrees that the dates listecl above ai•e estimates only, �re not guaranteed, 2 and do not bind the City. 3 4 If Contractor considets the fival e7sements provided Yo differ m�tecialLy from the representations on the 5 Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, 6 notiiy City in writing associated with tfie differing e�semeut line locations. 7 8 9 10 11 12 13 14 IS I(, 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 SG4.OlA.2, "Availability of Lands" Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructioiis H�at have not been reinoved, �idjust�d, and/or relocated as of ��I�lo»th Dm�, Year this docainre�a� i�i�n,s ��repm�edJ EXPECTED OWNER •<!f'rhere is none tl,eia tivrite "Norte "= UTILITY AND LOCATION TARGET DATE OF POSSESSION TARGET DATE OF ADJUSTMENT The Coiitractor uiiderstands and agrees Hlat tlie d�tes listed above are esti�n�ites oilLy, are not �?uaranteecl, and do not bind the City. SC-4.02A., "Subsurf�ce and Ph,ysical Conditions" The following ace reports of ehplorations and tests of subsurface conditions �t the site of the Worlc Engineer's Report of Inspection dated August 14, 2014, prepared by Z�e�nham Engineerirt�r, lnc., a consuLtant of the City, provicling additional inPori�at�ion on Il��e Nlecr�lo��vhronb: 2.04�IG Elenated S/orc�ge "1'ank. The followiug are drawiugs of physical conditions in or cel�tiug to existing slirf�ce aud subsln•face sh•uchu•es (exeept Undetground Facilities) which are at or contiguous to the site of the Worlc. Engir�eer's RepoiY qf Ii�s/�eclion SC-�1.06A., "Hazardous Environmental Conditions at Site" The follo�ving are reports and drawi��gs of existing hazacdous environmental conditious 1<nown to the City: Sec� laboratori� n»nlpsi,s coatr���rs i�� Engii�ee�•'s Repo�7 ��J'Inspectioi�t i�r the �1ppe�adi��. SC-5.03A., "Certi�cates of lnsurince" The entities listed below are "additional insurecls as tlieir interest may appear" incl�iding their respective officei•s, directors, agents and employees. (1) City (2) ConsuLYant: Dtr��hcm� Engir��erii�g, I�ac. CITY OF FORT WORTH rt/euc/nu�bronk Ele��aled Sluruge, Tcnth 2chahililu/inn STANDARD CONSTRUCTION SPCCIFICATION DOCUMENTS Prujecl No. OZi29 Revised Apiil I, 2013 1 � 3 � 5 6 7 8 9 10 Il 12 13 14 15 16 17 18 19 20 ?� ?2 23 24 25 26 �� �g 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 4� 49 50 51 (3) Other: tVotae 007300-3 SUPPLEMENT'ARY CONDPI'IONS P�ge 3 of 7 �Obiain approra! for Ihe limits shotirrt.f'��r• SC; S.0<l,9 lhrtr 5.(l4D. Jr•ont Ci!>> beJ'a�e fire�rlrzi»g Conli�art ����•t�„�����.s�/ � SC-5.04A., "Contractor's lnsur�nce" The limits of liability for the insurance required by Paragraph GC-5.04 sl�all provide tlle followin� coverages for• not less than the following amoluits or greater where reqtiired by laws and regiilations: 5.04A. Workeis' Compensation, under Paragraph GG5.04A. Stc�lrNo��, limit,s L'irrplot�cr.s linbi7rh� $' l U0, 000 eac6t i�ccider�t/occir�•rei�ce �4'IU0,000 Di,cease - euc:lr enij�lc���ee �k'500,000 Disecrse -�olie�� li�nit SC-5.04B., "Contractor's Is�su►•�nce" 5.04B. Commerciat General Liability, imder Paragraph GG5.04B. Coiitractor's Liability Insucance undec Paragrapl� GC-5.04B., which sliall be on a per project basis covering the Contr�ctor with lllllltllllllll I11111iS Ot: �;�1,000,000 enc�l� occa�r�r�e��ce ,�2,000,00O nggre�,ra/e limit The policy mllst have an endorsement (Amendment — Aggregate Limits of Insurance) lmaking the General Aggregate Limits �pply separately to e�ch job site. Tl�c Commeccial General Liability Insurance policies shall provide "X", "C", and "U" cover�ge's. Verification of such coverage must be sl�own in tl�e Remari<s Acticle of tl�e Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, imder Paragrapl� GC-5.04C. Coutractor's Liability Insurauce under Paragraph GG5.04C., which shall be in an amouut not less th�n the following amounts: ( I) Auto►nobile Liability - a commercial business policy shall provide coverage on "Arry Auto", defined as autos owned, liired anct non-o�vned. ,8'1,(100,000 each accident on a coinbined single limit basis. Split limits are acceptable if limits are at least: $'250, 00(1 Bodrl�� Irrjur>> per person % ,�'S00.000 13oda/�� hrjz�r.�� per ��ccidef�l / � [ U0.000 Pro��erty Damcrge SG5.0�4D., "Cont�•actor's [nsurance�" The Contract�r's construction activities will require its employees, <igents, subcontractors, equipment, ai�d materia) delivecies to cross railroad properties and h�acks (NONEJ C'ITS' OF FORT WOItTH h-leudu�r.hruolr Elcvcrlecl S[ui�u,�e '1'm�1,� Rehahilitution �' STANDARD CONSTRUCTION SPEC[FICATION DOCUMBNTS Prnject Nu. 0� �?4 Revised April l, 2013 � 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 The Contractor shall conduct its operatious on railroad properties iii such a mantier as not to interfere with, hincier, or obstruct the railroad conipany i�1 any manner wh�tsoever iii the use or operatiou of its/their tcaius or other property. Such operations on railro�d properties may require that Coutractor to eYecute �"Right of Entiy AgreeinenY' with the particLil�t• i•ailroad comp�tny or companies involved, and to this ei�d tl�e Coi�tcactor should satisfy itself as to tl�e requirements of each raih�oad con�pauy and be prepared to execute the right-of-ei�tcy (if �ny) i•equii•ed by a r�ilro�d con�pany. Tl�e renuirements specified herei�� likewise relate to the Co�ltractoi•'s use of private and/or construction access roads ci•ossing said railroad company's properties. The Contrachial Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage foi• not less than the following aulounts, issued by coinpanics s�►tisfactoiy to the City �nd to the Railroad Company for a term that continues foi• so long as the Contractor's operations and worlc cross, occtiipy, or touch railroad property: (1) Geueral Aggregate: (2) Each Occurrence: _ Reqrrired fbr lhis Co��trucl �'Co��Ji��nr l.,imr�s i�i�illt R��ih�oad �'Coi?Jirnr Lrmils �vitlt Railrond ,Y Nol r�>c�cii�•ed for this Caih��ic! Widi respect to tL�e above outlined insurance cequirements, the followin� sl�aLl govern: l. Where a single railro�d comp�lny is involved, Yhe Conh•�ctor shall provide oue insucailce policy in the name of the raili•oad compauy. However, if more tllan one grade separation or at-gr�de ci•ossing is affected by tt�e Project at entirely separate locations on t�he line or lines of the saule railroad company, separate covErage may be requit•ed, each in the auiount stated above. 2. Where more thaii oue raih�oad company is operating on the same right-of-way or where several railroad companies ai•e involved and operated ou their owu sepai•ate rigl�ts-of-way, the Conh�actor may be required to provide sepRrate insurailce policies iu the i�aine of e�cl� railroad company. 3. If, in addition to a gradr separation or au at-grade crossing, other work or activity is proposed on a railroad comp�ny's cight-of-way at a location enticely separate ti•om the gr�de separation or at- �•�de crossing, insurance coverage for Hiis worlc inust be included in the policy covering the grade sepacation. 4. If no grade separation is involved but other worlc is proposed on � railroad company's right-of= way, all sucl� otl�er worlc may be covered in a single policy for that railroad, even tl�oiigh the work may be at two or more separate locations. No worlc or activities on a railroaci company's �i•operty to be perforuied by the Coutractor shall b� commenced �int�il the Conh•actor has Furuished the City with a�� original policy or policies of the insin•ance for each railroad company n�med, �s required above. All such ii�surance must be approved by the City aud each aflected Railroad Company prior to the Contractor's beginning work. The insi�i•ance specified �bove intist be carried until all Work to be perFormed on the railroad right-of-way has been conlpleted and the grade crossing, if auy, is no longer used by the Contractor. In addition, iusurance inust be earriecl dui•ing all maiiitenance and/or repair worlc performed iu the railroad right-of-w�y. Such insurance must naine the railroad comp�iuy as the insured, together with ai�y ten�nt or lessee of the raih�oad company operating over h•acl<s invoLved in tl�e Project. SC-6.04., "P►•oject Schedule" Project scl�edule shall be tier </, �, 3, 4, or S> for the project. CITY O� FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April l, 2013 Aleudoivbron/t E/eiuded S(ui•uge Tanl� 2ehahrlilzrGnn Project No. 01329 3 4 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 007300-5 SUPPLEMEN'i'AitY CONDITIONS Pagc 5 of 7 SG6.07., "W�ge Rates" The following is tl�e prev��iling wage rate t�ible(s) app(icable to this pcoject and is provided in the Appendixes: CFIV 1'er•trccrl y1'�rge R�te TaGJe SG6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained �ermits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: �dlJ reyuire�! co��slruclion permi/s ai�e to he obtciined und pnid Jor• l�l' Conh�actor. SC-6.09B. "City obtained permits and (icenses" Tl1e following are 1<nown permits �ii1d/oi• licenses required by tl�e Contract to be acquired by the City: Nof�e SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits �nd/or lice»ses to be acquired, if any as of ��A�lofrth Da).�, Yenr tl�is docat�ne��f ��vas preperreciJ: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LiCENSE AND LOCATION <If 1�7('.1'8 I.S 170R� l�?Cil 11771E� .�1V0118 „�> SC-6.24B., "Title VI, Civil Rights Act of 1964 as amended" TARGET DATE OF POSSESSION Dtu�ing the performance of this Conh-act, the Contractor, for itself, its assignees and successors in interest (liereinafter referreci to as the "Contractor") agrees as fbIlows: 1. Compliance �vith Regulations: The Gontractor shall coulply with the Regulatio�l relative to nondiscrimination in Federally-�ssisted programs of the Depart�nent of Trai�sportation (hereinafter, "DOT") Title 49, Code of Federal Regltlatior�s, Part 21, as they may be ainended ti-om time to ti�ne, (hereinafter referred to as the Re�ul�tions), which are herein incorporated by reference and made a plrt Of C�11S COtlil'3Ci. Nondiscrimination: The Conh•actor, witL� regard to the worlc perfocmed by it during the conh�aet, shall not cliscrin�in�te on the gro�mds of r�ce, c�lor, or natiou�l origin, in the selection and i•etentiou of subcontractors, including procuremeuts of materials and leases of equipmeut. The Contr�ctor shall not participate either directly or indirectty in the discrimination prohibited by 49 C�FR, section 21.5 �f the Re�ilatious, including employment pr�etices when the conh•act eoveis a program set forth in Appendix B of tl�e Regulations. 3. Solicitations for Subeontractors, Including Procurements of iVlaterials and F,quiproent: In all solicitations either by coinpetitive bidding or negotiation u�ade by tlie coiitr�ctoc for worl< to be performed undec a subcontr�ct, including procliren�ents of m�terials or leases of equipment, each pot�ntial subcoiitactor or suppiier shall be notified l�y the Gonh�acror of the Contracto3•'s obligatior�s under this contract and tl�e Regulations relative to notidiscrimination oi� the grounds of race, color, or natioi�al origin. � CITY OF FOR'i� WORTH A-feu�lo�rhrnnk L'sle��trlerl Sh�rugc Tnnl� lZehahllitulion �� STANDARD CONSTRUCTION SPEC[FICATiON DOCUI��1ENTS Prnject Nu. (1_3?9 Revised April 1, 2013 007300-6 SUPPLEMENTARY CONDITIONS Page 6 of 7 1 2 3 4 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 4( 47 48 49 50 51 4. Info�•mation and Reports: The Cont��actor shalL provide �11 i�iformation aud reports reqliired by tLie Reg�ilations or dii•ectives issLied pursuant tl�ereto, and sl�all perinit �ccess to its books, records, accolints, other souc•ces of information and its facilities as may be determined by City or the Texas Departinent of Transportation to be pertinent to �scertain compliauce with such Regulations, orders and instructions. Where any information required of a contractoc is in tl�e exchisive possession of another who fails or refuses to iin•nish this information the contractor shall so certify to the City, or the Texas De�arCmenC oFTrailsportation, as appropriate, and sh111 set forth what efforts ithas made to obtain the information. 5. Sanetions for Noncompliance: Iu the event of the Conh�actor's noncompliauce with tl�e nondiscrimination provisions of this Contract, City shall impose such conh•act s�mctions as it or the Texas Dep�rtment of Transportation may determine to be appropriate, incllidiug, but not limited to: a. withholdiug of payments to the Contcactor under the Co��tract uutil the Contractor complies, and/or b. cancellation, tern�ination or suspension of the ConYract, in whole or in part. 6. Incorporation of Provisions: Th� Contractor st�alt inchide the provisio��s ofparagr�phs (t) through (6) in every subcontract, incli�ding procuremeuts of materi�ls and teases of eqliipment, ui�less exempt by the Regulations, or directives issued pursu�int tl�eceto. The Couh�aotor shall tal<e such action with respect to any subcontracY or procin•ement as City or Yl�e Texas Department of Trausportation may direct as �i me�ns of enforcing sucl� provisions including sanctions for non-compli�nce: Provided, however, that, iu the evcnt a conh-actoi• becoiiies invoLved in, or is threatened with, liYigation with a subcontractor or supplier as a result of such direction, tlie contr�ctor m�y request City to enter into such litigation to protect the interests �f City, and, in �cldition, the contractor may request the United St�tes to enter into such litigation to protect the interests of the United States. Additional Title VI requirements can be found in the Appendix. SC-7.02., "Coordinition" The iudividuals or entities listed below have contracts with the City i'oc Hie perforn�ance of other work at the Site: <Populnte !he table belo�-i� ��vith t/�e rec�irirer( ir fbr•nration. !f'noyre tl�en i�vrite "No»e "> Vendoi• Sco e of Wortc Coordinition Aiitl�ority <Lrst,/irl/ 1'er�do�• Na�1te> <Lrst a•eri�ices bein� p��oviclecl> -,Lrs! "CITY"> SC-8.01, "Communications to Contr�ctor" See Sectioi� 13 200 Siann��u.>> qJ' FVorl� SC-9A1., "Cit,y's Project Re�resentative" The following firin is a consultant to the Ciry responsible for construction mailagement of this Project: <li�.sc:rtjiilllegal ncrn�e ��f�consr�lth�gfir��� provir/ing CA�Iser�i�ices 1br thel�roject. !f'�tonell�ei� i�i�rite ,`None "> SG13.03C., "Tests and Inspections" Conlraclor is responsible for lais otii>» c�ualih� co��h�ol (QC). L'ngineer �-��i// proi�ide c�urrlit7� assurance (Q,9) ir�spectiort on a {1old-pni�rt ba.cis. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April t, 2013 ibleuilo�v6ronlc Elet�aled S/orage 7cmlc Reltnhrlitulion Prajec:t A�o. 02.i34 007300-7 SUPPLEMEN"I'ARY CDNDI'I'IONS Page 7 of 7 1 2 3 4 5 6 7 8 SC-16.01G1, "Methods and Procedures" <L i.s7 �u�v di,cpa�te resolarliore process Ihal r�rirp gover�� T�r lhis Co��h•act other t/�aia ll7ut proi�ic/ed f'or �(rticle 1 h of'�l�e Ger�c�rcrl Ca�rditinn,s, if'r�or�e tlte�a lvrrtc� "No1�e "= END OF SECTION CI'I'Y OF FORT WORTH STANDARD CDNSTRUCTION SP�CIFICATION DOCUA4GNTS Revised April I, 2013 A-feadn�vbrnnit Ele��ated Sloru,�e Tmtk Itehahilrtcuion Pir�jeet �Vo. O?i29 Ol I100-I SUMNiARY OF WORK Page 1 of 3 1 2 3 PART1- GENERAL 4 1.1 SUMMARY S�CT'ION O1 11 00 SUMMARY OF WORI� 5 A. Section Includes: 6 1. Si�mmary of Work to be performed in accordance with tl�e Contract Docuuients 7 B. Deviations fi-om tl�is City of Fort Worth Standard Specification 8 1. None. �� 10 I1 12 13 1.2 C. Related Speci�cation Sections include, but are not necessarily limited to" 1. Division 0- Bidding Requirements, Contract Foi-�ns, and Conditions of the Contract 2. Division 1- General Requirements 3. Divisiou 13 — Special C'onsh�uction PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment I S 1. Work associated with this Item is considered subsidiaiy to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFCRENC�S [NOT USED] 18 1.4 ADMINISTRATiVE REQUIREMENTS 19 A. Worlc Covered by Contract Doctunents 20 1. Woi-k is to include furnishing all labor, materials, and equipment, aild performing 21 all Worlc necessary foi• this const�•uctiou project� as detailed in the Drawings and 22 Specitications. 23 2. Meadowbroolc Elevated Stor�ge Taulc Rehabilitation 24 a. See Section 13 02 00 - Elevated Water Storage Tanl< Rehabilitation 25 B. Subsidial•y Work 26 1. Any and ail Woi•lc speci�cally governed by doc�iinentary requii•e�nents foi• the 27 project, such�as conditions imposed by the Drawings or Conti•act� Docuineuts in 28 tivhich no specific item for bid llas been providecl for in the Pt•oposal and the item is 29 not a typical unit bid item included on the standard bid item list, then the item shall 30 be considered as a subsidialy item of Work, the cost of which shall be included in 31 the price bid in the Proposal for various bid items. 32 C. Use of Prenlises 33 1. Coordinate uses of pr-emises under ciirection of the City. 34 2. Assume filll responsibility for protection and safekeeping of �naterials and 35 equipinent stored on tl�e 5ite. 36 3. Use and occupy only portions of the public streets and alleys, or other public places 37 or other rights-of-way as provided for ii1 the ordinances of the City, as sl�own in the 38 Conti•act Documeuts, or as u�ay be specitically authocized in wi•iting by the City. CITY OF FORT WORTH Nteado�vbrook Elev��ted Storage Tank Rehabilitalion STANDATtD CONSTRUCTION SPECIFICATION DOCUMENTS Project 02329 011100-2 SUMMARY OF WORK Page 2 of 3 1 a. A reasonable amount of tools, materials, and ec�uipment for construction 2 purposes may be stored in such space, but no more than is necessary to avoid 3 delay in the construction operations. 4 b. Excavated anci waste luaterials shall be stored in such a way as not� to interfere 5 with the use of spaces tl�at may be designated to be left fi�ee and tmobstructed 6 and so as not to inconvenience occupants of �djacent property. 7 c. If the street is occupied by railroaci ti•acics, the Worlc shall be carried on in such 8 mauner as not to iilterfere with the operation of tlie railro�d. 9 1) All Worlc shall be in accordance with railroad requirements set for•th in 10 Division 0 as well as the railroad permit. 11 12 13 D. Work �vithin Easements 1. Do not enter upon private property for �ny purpose withotrt having previously obtained permission fi•om the owner of such property. 14 2. Do not store equipment or inaterial on private property unless and until the I S specified approval of the pi•operty owuer has been secured in writing by the 16 Conh•actor and a copy furnished to the City. 17 3. Unless specifically provided otherwise, cleac all rights-of-way or easements of 18 obstructions which must be reinoved to malce possible proper prosecution of the 19 Wot�k as a p�rt of the pi•oject consti•uctio�� ope►�ations. 20 4. Pr•eseive and use evely pi•ec�ution to prevent damage to, all trees, slu•ubbery, plants, 21 lawns, fences, culverts, curbing, and all other types of structures or improvements, 22 io all water, sewer, and gas lines, to all conduits, overhead pole lines, or 23 appurtenances thereof, including the construction of tempor�ry fences and to �ll 24 other public or pi•ivate pi•operty adjacent to tl�e Worl<. 25 5. Notify the proper representatives of the owners or occupants of the public or pi•ivate 26 lands of interest in lands which inigl�t be affected by the Work. 27 a. Such notice shall be made �t least 48 hours in advance of the beginning of the 28 Work. 29 30 31 32 33 34 35 b. Notices sh�ll be applicable to both public and private utility conlpanies and any corporatioil, comp�ny, i�ldiviclual, or othec, eithei• as owueis or occupants, wl�ose l�nd or intei•est in land might be aPfected by the Woi•lc. c. Be respousible for �ll damage or injury to property of any chai•acter resulting fi•oni any act, omission, neglect, or u�isconciuct in tlie manner or nzethod or exectition of the Woi•k, or at auy time due to defective wori<, material, or ec�uipnlent. 36 6. Fence 37 a. Restore all fences encountei•ed and i•emoved during consti•uction of tl�e Pi•oject 38 to the original or a better than original conditioi7. 39 b. Erect temporary fencing in place of the feucing i•emoveci whenever the Work is 40 not in progress and wlien the site is vacated overnight, and/or at all times to 41 provide site security. 42 c. The cost for all fence worlc associated with easements, including removal, 43 temporary closures and repl�cement, shall be subsidiaiy to the vacious items bid 44 in the project proposal, uuless a bid item is specifically provided in the 45 proposal. CITY OF FORT WORTH Meldo�vbrook E(evate�l Stora�;e Tank Rehabilitation STANDARD CONSTRUC'I'ION SPEC[FICATION DOCUMENTS Project 02329 1 2 3 4 5 6 7 8 9 10 II 12 13 01 i100-3 SUMNtARY OF WORK Page .3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUSMITTALS/INFORIVIATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUSMITTALS [NOT USED] 1.8 IVIAINTENANCE MATERIAL SUBMI'TTALS [NOT USED) L9 QUALITY ASSURANCE [NO'I' USED] � 1.10 DELIVERY, STORAG�, AND HANDLING (NOT USED) 1.11 I+ICLD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PR011UCTS [NOT DSED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Ivle:ldowbrook Elevatad Storage Tank Reh�ibilitation S'I'ANDARD CONSTRt1CTION SPE;CIFICATION DOCUNIENTS Project 02329 01 25 00 - I SUBSTI'I'UTION PROCEUURES Page l of 5 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTiON 01 25 00 SUBSTITUTION PROCEDURES 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitiltion of a product that is not 7 equivalent to a p►•oduct �vhich is specified by descriptive oi• performance critel•ia or 8 defined by refei•e»ce to 1 0l• rnore of the following: 9 a. Name of manufacture�• 10 b. Name of vendoi• ll � a Trade naine 12 d. Catalog number� 13 2. Substitutions are not "or-equals". 14 B. Deviations fi•om this City of Fort Worth Standard Specification 15 l. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1— General Requirements 19 3. Division l3 — Special Construction 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Worlc associated with this Item is considered subsidiary to the various items bid. 23 No separate payinent will be allowed for this Item. 24 1.3 REFERENCES [NOT USED] 25 1.4 ADMINISTRATIVE REQUIR�MENTS ?� 27 ?� 29 30 31 32 33 34 35 3E 37 3s A. Rec�uest for Substitution - General 1. Within 30 days after award of Cout�•act (tmless noted otherwise), the City will eonsider formal requests fi•om Contractor for substitution of prociucYs in pl�ce of those specitied. 2. Certain types of equipment and kinds of material are deseribed in Specifications by means of references to names of manufacturers ancl vendors, ti•ade names, or catalog numbers. a. Wl�en this method of specifying is used, it is not intended to exclude fi•om considei•ation other products beai•ing other Iilanufacturer's oi• vendor's names, t�•ade na�l�es, or catalog nuinbers, provided said products ace "oi•-equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under thc follo�ving conditions: C[TY OF FORT WORTH STANDt1RD CONSTRUCTiON SPECIFICATION UOCUMENTS Nteado�vt>rook E(evaled Storage Tank Rchabilitatiun Project No. 023?9 ol zsoo-a SUBSTITUTION PROCEDURES Page 2 of 5 1 a. Or-equals are unavailable due to strilce, 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 redllction incentive to the City. 5 1.5 SUBMITTALS 6 A. See Rec�uest for Substitution Form (attached) 7 B. Procedure for Rec�uesting Substihition 8 l. Substitution shall be considered only: 9 a. After award of Contr�ct 10 b. Under the conditions stated herein ll 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 �9 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Conlplete data substantiating compliance of pi•oposed s�ibstitution with Contract Documents 2) Data relating to changes in coiistruction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For prodttcts 1) Prod�ict identification a) Manlifachuer's name b) Telephone number and representative contact uame c) Speci�c�tion Section or Drawing reference of originally specified pi•oduct, includiug discrete name oi• tag nuinbei• assigned to original product in the Contract Docimzents 2) Manufacturer's literature clearly marked to show coinpliance of proposed pi•oduct with Couhaci Documents 3) Iteinized comparison of original and pi•oposed product addressing product ch�racteristics including, but not necessarily limited to: a) Size b) Composition or ulaterials of construction c) Weight d) Electrical or inech�nical require►nents 4) Product experience a) Location of p�st projects utilizing prodlict b) Name and telephone number of persons associated with refei•enced projects 1<nowledgeable concerning proposed product c) Available tield data and reports associated with proposed product 5) Sainples a) Provide at request of City. b) Samples become the propei•ty of the City. c. Foi• constc�iction methods: 1) Detailed description ofproposed ulethod 2) Illustration dr�wings C. Appcoval or Rejection Written approval or rejection of substinition given by the City 2. City reserves the right to require proposed product to eomply with color and patteru of specified product if necessary to secuce design intent. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS N[e�do�vbrook Elevated Stora�;e Tank Rehabilit�tion Project No. 02329 33 01 2500-3 SUBSTI'1'UTION PROCEDURES Page 3 of 5 3. In tl�e event the substitution is approved, tl�e resulting cost and/or time redtiction will be doeumented by Chauge Order in accordance with the General Conditions. 4. No additional contract time will be given for substitution. 5. Substitution will be rejected if: �. Submittal is not through the Contractor with his staulp of approval b. Request is not made in accordance with this Specification Section c. In the City's opinion, acceptance will requice substantial revision of the oi•iginal design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBiVIITTALS/INFORNIATIONAL SUBNIITTAI.S [NOT USGD] 1 2 3 4 5 6 7 8 q t0 11 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINT�NANCE MATGRIAL SUBIVllTTALS [NOT USEDJ 12 13 1.9 QUALITY ASSURANCE A. In malcing requ�st for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is aciequate or superior in all respects to that speeified, and that it will perform fiinction for �vhich it is intended 2. Will provide same guarantee for substitute item as fol• product specified 3. Will coordinate installation of accepted substitiition into Worlc, to include building modifications if necessary, making such changes as may be required for Work to be complete in all i•espects 4. Waives all claims for additional costs related to substiriition which stibsequently arise 1.10 DELIVERY, STOI2AGE, AND HANDLING [NOT USEll] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT US�D] 14 15 16 17 1S 19 20 2l 22 23 24 25 26 PART 2 - PRODUCTS [NOT USED] 27 28 29 30 PART 3- GXECUTION [NOT USED] END OF SCCTION 31 32 Revision Log DATE NAMT' SUMMARY OF CHANGE C[TY OF FORT WORT}�I b�leado�vbrook Glevated Storabe Tank Rc�habilitatiun S'1'ANDARD CONSTRUCTION SPEC[FICATION DOCUNtENTS Projecf No. 02329 1 2 3 4 5 6 7 8 g ]0 11 12 t3 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 3S 39 40 41 42 43 4� 45 46 47 48 49 EXHIBIT A R�QUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the followuig product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineerulg and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product eost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: o� asoo-a SLJBSTITUTION PROCEDURES Page 4 of 5 Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Recommended _ Recommended Firm Address Date Telephone Not recommended By Date Remarks For Use by City: Approved CITY OF FORT 1��ORTH STANDARD CONSTRUC'I'iON SPECIFICATION DOCUNIENTS Rejected Received late Nle:idowbrook E(evated Storage Tank RehaUilita�ion Project No. 02329 012500-5 SUBSTITUTION PROCEDURES Page 5 of 5 City Date CITY OF P'ORT WORTFI 1Vleadowbrook Elevate�l Storage Tank Reliabilitation STANDARD CONSTRUCTION SPECIFtCATiON DOCU1v1ENTS Project No. 02329 Ol 31 19 - i PRECDNSTRUCTION MEETING Page 1 of 3 � 3 PARTl- GENERAL SCCTION O1 31 19 PRECONSTRUCTION MEETING 4 1.1 SUMMARY ���� '� 5 A. Section Iucludes: �� �� 6 1. Provisions for ihe preconstruction meeting to be held prior to the start of Worlc to 7 clarify construction contcact administration procedures � 8 B. Deviations fi•om this City of Fort Worth Standard Specification 9 1. None. 10 11 12 13 14 1.2 C. Related Speci�cation Sections include, but are uot necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Coun•act 2. Division 1— General Requirements 3. Division 13 — Special Construction PR10E AND PAYMENT PROCEDURES 15 A. Me�s�uement and Payment 16 1. Worlc associated with this Item is considered subsidiary to the v�rious items bid. 17 No separate payment will be allowed for this Itein. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREM�NTS 20 21 22 23 24 25 26 27 Zs 29 30 31 32 33 34 35 36 37 3� 39 A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractot•, subconh•actors and suppliers attending meetings shall be c�ualified and authorized to act on behalf of the entity each represents. 3. Meetin� administered by City may be tape recorded. a. If recorded, tapes will be used to prepare ininutes and retained by City for filhire reference. B. Preconstruction Meeting 1, A preconstruction meetiilg will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will pi•eside at the meeting, prepai•e the notes of the meeting and distribute copies of saine to all participants who so request by fiilly completing the attendance fornl to be circulated at the begiilning of the ineeting. 3. Attendance shall include: a. Project Repi•esentative b. Cont��actoi•'s pr�ject manager c. Contractor's superintendent d. Any subcontractor or supplier repl•�sentatives whom the Contractor may desire to invite or the City may request CITY OP FORT WORTH Nteadowbrook E(evated Storage Tank Rehtibilitatiun STANDnRD CONSTRUCTION SPECIP'ICATiON DOCUN[ENTS Project No. 023�9 oi 3i t�-a PRECONSTRUCTION MEETING Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 I2 13 14 15 1C 17 18 19 ?p 2l 22 23 24 25 26 ?� 28 ?9 30 31 32 33 34 35 36 37 38 39 40 4l 42 43 44 45 e. Other City representatives £ Others as appropriate 4. Construction Schedule a. Prepace baseline construction schedule in accordance with Section O1 32 16 and provide at Pi•econstruction Meeting. b. City will notify Contractor of any scliedule changes upou Notice of Preconstruction Meeting. 5. Preliminary Agenda inay iuclude: a. Introductiou of Project Personnel b. Geueral Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Coutractor's worlc plan atld schedule e. Contract Time £ Notice to Proceed g. Const►•uction Stalciu� h. Progress Payments i. Extr� Work and Change Order Procedures j. Field Orders lc Disposal Site Letter for Waste Material l. Insurance Renew�ls m. Payroll Certi�ication n. Matei•ial Cei•tifications ancl Quality Control Testing o. Public Safety �nd Convenience p. Documentation of Pre-Construction Conditions q. Weekeud Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City s representative for operations of existing w�ter systems v. Storm Water Pollution Preventioil Plan w. Coordinatioii with other Gontractors x. Early Warniilg Syste�ll y. Contr�ctoc Evaluation z. Special Conditions applicable to the pi•oject aa. Dau�ages Claims bb. Submittal Procedures cc. Substitution Pcocedures dd. Correspondence Routing ee. Record Drawings ff. Tempor�iy construction facilities gg. M/WBE procedures hh. Final Accept�nce ii. Final Payment jj. Questions oi• Comments CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Meado�vbrook Elev�ted Storage Tank Rehabilitaition Project No. 02329 Ot 31 19-3 PRECDNS'CRUCTION MEETING Page 3 of 3 1 2 3 4 5 6 7 8 9 10 11 � � ` � ` 12 �' � � 13 1 � 1.5 SUI3MITTALS [NOT USED� 1.6 ACTION SUBMtTTALS/INrORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINT�NANCE MATERIAL SUBMITTALS [NOT USED) 1.9 QUALITY ASSURANCE [NOT USED] L10 DELIVERY, STORAGE, AND HANDLING (NOT USEDJ 1.11 FIELD [SITE] CONDITIONS [NOT US�D] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED) PAIt'I' 3 - �XECUTION [NOT USED� ENll OF SECTION Revision Log DATE NAME SUMMARY OF CI-iANGE CITY OF �ORT WORTII STANDARD CONSTRUCT[ON SPECIFICATION DOCUNiI;NTS Nleadowt�rook Elevated Storage T�iik Rehabilitation Project No. 02329 013216-I CONSTRUC'rION PROGRESS SCHEDULE Page l of 5 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 II 12 13 14 IS 16 1.2 17 18 19 20 1.3 21 22 23 24 25 26 27 2S 29 30 31 32 33 34 35 36 37 38 39 SCCTION O1 32 16 CONSTRUCTION PROGRESS SCHEDULE A. Section Includes: 1. General requirements fo1• the preparation, submittal, updating, status reporting and mauagement of the Construct�ion Progress Sehed�ile 2. Specific requirements ace presented in the City of Fort Worth Schedule Guidance Document B. Deviations fi�om this City of Fort Worth Standard Specification 1. None. C. Related Specitication Sections include, but are ilot necessarily litnited to: 1. Division 0— Bidding Reqliirements, Conh�act Foi-►ns and Conditions of tl�e Contract 2. Division 1— General Requit�ements 3. Division 13 — Special Consh-uction PRICL AND PAYMENT PROCEDURES A. Measurement and Payment l. Worl< associated with this Item is considered subsidiary to the various items bid. No separate paymeut wili be allowed for this Item. REFERENC�S A. Definitions 1. Schedule Tiers �. Tier 1- No schedule submittal rec�uired by contract. Small, brief dur�tion projects b. Tier 2- No scllediile submittal i•equit�ed by eonti•act, but will reqtiire some milestoue dates. Small, brief dueation projects c. Tier 3- Schedule submittal reguired by contcact as described in the Specification and herein. Majority of City projects, inchiding all bond program projects d. Tier 4- Schedule submittal required by coutract as described in the Speeiiication and herein. Lacge and/or complex projects with long durations 1) Examples: large water pump station project and associated pipeline with interconnection to anothe►• ;overnnlental eiltity e. Tier 5- Schedule subinittal required by contract as described in the Speci�cation and herein. Large and/or very complex projects with long durations, high public visibility 1) Examples migllt include a watei• or wastewatei• heatment plant 2. Baseline Schedule - Initial schedtile subillitted before worlc begins that wi�l sei•ve as the baseline for measuriug pcogress and departt�res froin the schedule. CI'i'1' OF FOR"I' WORTH STANDARD CONSTRUC7ION SPGCIFICATION DOCUMENTS Revised July I, 201 I Meadowbrook Elevated Storage Tank Rehabilitatiun Project No. 02329 01 32 l6 - 2 CONSTRUCTION PROGI2ESS SC'HEDULE Page 2 of 5 1 2 3 �t 5 3. Progress Schedule - Monthly submittal of a progress schedule doctunenting progress on the project and any changes anticipated. 4. Schedule Narrative - Concise narrative of the schedl�le incluciing schedule changes, expected delays, lcey schedule issues, critical patll items, etc B. Reference Standards 6 1. City of Fort Worth Schedule Guidance Document 7 1.4 ADMINISTRATIVE REQUIREMENTS 8 9 10 tl 12 13 14 IS 16 17 A. Baseline Schedule 1. Genei•al a. Prepare a cost-loaded baseliue Schedu(e using approved software and the Critical Path Method (CPM) as required in tl�e City of Fort Worth Schedule Guidance Doctunent. b. Review the dcaft cost-loaded baseline Schedule with the City to demonstrate uuderstailding of the worlc to be perfoi•med and known issues and constraints related to the schedule. c. Designate an authorized representative (Project Scheduler) responsible for developing and updating the schedule and preparing i•eports. 18 B. Progress Schedule 19 l. Update the progress Schedule montLlly as requiced in the City of Fort Worth 20 Schedule Guidance Document. 21 2. Prepare the Schedule Nai•i•ative to accompany the montl�ly pi•ogress Schedule. 22 3. Change Orders 23 a. I�icorporate approved chauge orders, resulting in a change of contract time, in 24 the baseline Schedule ili accordance with City of Fort Worth Schedule 25 Guid�nce 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 Contcact completion 29 date will not be inet, or when so dii•ected by the City, mal<e some or all of the 30 following actions at no additional cost to the City 31 a. Submit a Recoveiy Plan to the City for approval revised baseline Schedule 32 outlining; 33 1) A wi•itten st�teinent of tlle steps intended to talce to remove or arrest the 34 delay to the critic�l path in the �pproved schedtiile 35 2) Increase construction manpower ili such quantities and crafts as will 36 substantially eliininate the bacldog of work aud retur�l current Schedule to 37 meet projecteci baseline completion dates 38 3) Inerease the number of working hou►s pel• shift, shifts per day, worlciug 39 days pei• week, tlie amount of constcuction equipnzent, or any combinatioi� 40 of the foregoing, sufficieiitly to substantially eliininate the bacldog of worlc 41 4) Reschedule activities to achieve maxiinum practical conclii�rency of 42 accomplishment of activities, and comply with the revised schedule CI'CY OF FORT WORTH Meadowb�rook Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02329 Revised .iuly I, 2011 1 2 3 4 5 6 7 8 �� 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4U 41 42 43 44 45 46 47 48 OI 32 1G-3 CONS'CRUC'1'ION PRQGRGSS SCHF.3DULE Page 3 of 5 2. If uo wl•itten statement of the steps intended to talce is sLibmitted �vhen so requcsted by the Gity, the City may direct tlle Contractor to increase the level of effor•t in manpower (trades), equipmellt and work schedule (overtime, weekend anci holiday worl<, etc.) to be employed by the C'ontract�or in orcier to remove or ar•rest the delay t� tl�e critical path in the approved schedule. a. No additional cost for such work will be considered. D. The Contract completion time will be adjusted only for causes specified in this Contract. a. Requests for an extension of any Conti•act completion date must be supplemented with the following: 1) Furnish justification and supporting evidence as the City may deem necessaiy to determine �vhether the reqiiested extension of time is entitled under the provisions of this Conh•act. a) The City will, after receipt of such justification aud supporting evidence, malce fiudings of fact and will advise the Contractoi•, in writing thereo�f. 2) If the City finds thnt the requested extension of time is entitled, the City's detennination as to the total number of days allowed for the extensions shall be based upon the approved total baseline schedule and on all data relevaut to �he extension. a) Such clata shali be included in the neYt npdating of the Progress schedule. b) Actual delays in activities which, according to the Baseline schedule, do not affect any Contract completion date shown by the critical path in the networ-lc will not be the basis for a change therein. 2. Subillit each request for change in Cont�act completion date to the City within 30 d�ys after the beginning of the delay for �vhich a time extension is requested but before the date of tinal payment under this Contract. a. No time extensiou will be branted for requests which are not subulitted �vithin the foregoing time limit. b. From time to time, it may be necessaiy f'or the Contract schedule or com�letion time to be adjusted by the City to reflect the effects of job conditions, weather, technical difficlilties, strikes, unavoiciable delays on the part of the City or its repi•esentatives, and othei• �mforeseeable conditions wl�ich may indicate schedule adjustments oi• completion tiine extensions. I) Under such condit�ions, the City will direct the Contractor to reschedule the work or Couh•act completion time to reflect the changed conditions and tl�e Connactor shall revise l�is schedule accordingly. a) No additional compensation will be made to tlie Conh•actor for sucll schedule chan�es e�eept for unavoidable overall contract t�in�e extensions beyond the actual completion of unaffected work, in wl�ich case the Cont�ractor sh�ll talce all possible action to minimize any time extension aud any additional cost to the City. b) Available float time in the Baseliile schedule may be used by the City as well as by the Conh�actor. 3. Float c�r slack time is defined as flle amount of ti�ne between tl�e e�rliest start date and the latest stat•t date or betwee►i the earliest finisll date and the latest finish date of a chain of activities on tile Baseline Schedule. CITY OF FOI2'I' WORTH STANDARD CDNSTRUCTION SP�C[F[CATION UOCU�4ENTS i2evised .luly I, 201 I Meado�vbrook fil�vated Storage Tank Rehabilitation Project No. 02329 O13216-4 CONSTRUCTION PROGRESS SCHEDULE Page �4 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 a. Float or slacic time is not for the exclusive use or benefit of either the Contractor or the City. b. Proceed with worlc according to e�rly start dates, and the City shall have the right to reserve and apportion float time aecording to the needs of the project. c. Acknowledge and agree tl�at actual del�ys, affecting p�ehs of activities coutaining float time, will not have any effect upon contract completion times, providing that the actual delay does not exceed tlle float tinie associated with those activities. �. Coordinating Schedule with Othei• Contract Schedules 1. Where work is to be performed under this Contract concurrently with or contingent upon worlc perfoi•med on the saine facilities or area under other coutracts, the Baseline Schedule shall be coordinated with the schedules of the other conY�racts. a. Obtain the schedules of the other appropriate contracts fi•oul the City for the preparation and updating of Baseline sclledule �nd malce the i•equired changes in his schedule when indicated by changes in correspondiilg schedules. 2. In case of interference between the operations of different conn�actors, the City will determine tl�e work priority of each contractor and the sequence of worlc necessaiy to expedite the completiou of the entii•e Project. a. In such cases, the decision of the City shall be accepted as final. b. The temporary delay of any work due to such circumstances shall not be considered as jtistification for clainls for additional compensation. 22 1.5 SUBMITTALS 23 A. Baseline Scheciule 24 25 2( 27 ?g 29 1. Submit Schedule in native file format and pdf forinat� as required in the City of Fort Worth Schedule Guidance Doc�ime►�t. a. Native file focmat includes: l) Primavera (P6 or Priulavera Contractor) 2. Submit draft baseliue Schedule to City prior to �he pre-constr�iction meeting and bring in hard copy to the meeting for review and discussion. 30 B. Progress Schedule 31 L Submie progress Schedule in native file format anci pdf format as required in the 32 City of Fort Worth Schedule Guidance Document. 33 2. Subinit progcess Schedule monthly no later than tlie last day of the month. 34 35 36 37 C. Schedule Narrative 1. Slibmit the schedule narrative iu pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit schedule narrative monthly no latei• thau the last day of the month. 38 D. Submittal Process 39 1. The City adnlinisters and manages schedules through Buzzsaw. 40 2. Contractor shall submit docu�ueuts as required in the City of Fort Worth Schedule 41 Guidance Document. 42 3. Once the project has been completed and Final Acceptance has been issued by the 43 City, no fiirther progress schedules are required. CITY OF FORT WORTH Meadowbrook Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPGCIFICATION DOCUMENTS Pr�ject No. 02329 Revised July I, 201 I O1 32 16 - S CONSTRUCTION PROGI2ESS SCHEDULE P<ige 5 of 5 1 1.6 ACTION SUBMITTALS/INI'ORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS (NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USCD] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and cevising tl�e construc�ion Progress Schedule shall be 6 experienced in the preparalion of scl�edules of similar conlplexity. 7 B. Schedule and suppoi•tii�g docuinents addressed in this Speci�cation sl�all be prepared, 8 updated and revised to accurately reflect� t.he performance of'the constructiou. 9 C. Contractoi• is responsible for the quality o�t all submittals in this section meeting the 10 standard of care for the construction iudustry for similar projects. 11 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 12 111 FIELD [SITE] CONDITIONS [NOT USED] 13 112 WARRANTY [NOT USED] 14 PART 2- PRODUCTS (NOT USED] I S PART 3- EXECUTION [NOT US�D] � 17 �ND OI�' SECTION Revision Log DATE NAME SUMMARY OF GHANGE 18 C1TY OF FOR"i' WORTH Meado�vbrook Ele�vated Storage Tank Rehabilitation STANDARD C�ONSTRUGTION SPGCIPICATION DOCUNtENTS Pr�ject Na 02329 Revised July 1, 201 I 01 33 00 - 2 SUBMITTALS Page 2 of S 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 t7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 Fold shop di•awings larger tlian 8%z inches x 11 inches to 8%z inches x l linches. Bind shop drawings and product data sl�eets together. 3. Order a. Cover Sheet 1) Desci•iption of Pacicet 2) Contractoi• Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations 47 E. Submittal Content c. No extension of time will be autliorized because of the Contractor's failtu•e to transmit subinittals sufficiently in advance of the Work. d. Malce submittals promptly in accordance witli approveci schedLile, and in such sequei7ce as to cause no delay in the Worlc or in the woi•lc of any othei• contractol•. B. Subuiittal Numbei•ing When submiteing shop drawings or samples, utilize a 9-character submittal cross- reference identi�cation numbering system in the following manner: a. Use the first 6 digits of the appiicable Spec'rfication Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specitic Section nilmber. c. Last use a letter, A-Z, indicating the resubmissioil of the same drawing (i.e. A=2nd submission, B=3rd subinission, C=4th subnlission, etc.). A typical submittal nuinber would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specificarion Section 3) B is the tllird submissioll (second i•esubnlission) of th�t particular shop drawing C. Coutractor Certification 1. Review shop drawings, product data and sa�nples, including those by subcontractoi•s, prior to submissioii to determine and verify the following: a. Field measurements b. Field coustruction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, s�mple and product data sub�nitted by the Contractor with a Certi�cation Statement affixed incluciing: a. Tlie Contractor's Company nauie b. Signature of s��bmittal reviewer e. Certification Stateu�ent 1) "By this submittal, I hereby 1•epreseiit that I have determined and veri�ed tield measurements, field construction criteria, materials, diinensions, c�talog nutnbets and sin�ilai• data and I have cl�ecl<ed and coordinated each item with other applicable approved shop drawings." D. Submittal Focmat 1 � C'ITY OF FORT WORTH STANDA2D CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 Meado�vbrook Elevated Storage Tank Rehabilitation Project No. 02329 01 33 OU - 3 SUBM[TTALS Pa�e 3 of S 1 2 3 4 5 6 7 8 9 ]0 1t 12 13 14 15 16 17 18 19 20 21 ?2 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 3S 39 40 41 �2 43 44 45 46 1. The date of submission and the dates of any previous submissions 2. The Pi•oject tiHe a�ld number 3. Contractor identification 4. The names of: a. Conti�actor b. Supplier c. Manufacturer 5. Identi�cation of the produet, with the Specification Section nuuiber, page and paragi•aph(s) 6. Field dimensions, clearly icientitied as such 7. Relation to adjace�lt or critical featin•es of the Work or inaterials 8. Applicable standa�•ds, such as ASTM or Federal Specification ilumbers 9. Identification by highiightiug of deviations fi•om Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractol• and City stamps F. Shop Drawings L As specified in individual Woi•lc Sect�ions includes, but is not necessarily limited to: a. Custom-pi•epal•ed d�ta such as fabrication and erection/instaliation (wo►•i<iug) drawings b. Scheduled information c. Setting diagrams d. Actual shopworlc rnanufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings 11. Individual syste�n or equipment inspection and test reports iilcluding: 1) Performance curves and certifications i. As applicable to the Worlc 2. Details a. Relation of the various parts to the main members aud liues of the struct�u-e b. Where cor-�-ect fabrication of the Work depends upon �eld measurements 1) Pi•ovide such measurements and note on the drawings pi•ior to submitting for approval. G. Product Data L For submittals of prodnct data for prodncts ineluded on the Ciry's Standard Produet List, clearly identify each item selecteci for use on the Project. 2. For submittals of product data for products not included on tlle City's Staudard Product List, submittal data may include, biit is not necessarily limited to: a. Standard prepared clata for manufactured products (sometimes referced to as catalog ciata) 1) Such as the manufachicer's product specification and installation 1nSYi'LICil017S 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams ancl templates 5) Catalog cuts CiTY OF FORT WORTH STANDARD CONSTRUCTION SPCCIFICATION DOCUi�tENTS Revised July I, 201 I Meadowbrook Elevated Storage Tank Re�habilitution Project Na 02329 o i 33 00 - a SUBMITTALS Page 4 of S 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 6) Product photographs 7) Standard wiring diagrams 8) Printed per-formance curves and operational-range diagrams 9) Production or quality control inspection and test reports and certi�cations 10) Mill repoi•ts 11) Pcoduct operating �nd maiutenauce insti•uctions and recoinuiended spare-pal•ts listing and pi•inted product warranties 12) As applicable to the Worlc H. Samples 1. As specified iu individual Sections, include, but are not necessarily Iimited to: a. Physical exa►nples of tl�e Work such as: 1) Sections of manufact�n•ed or fabricated Work 2) Small cuts or containers of materials 3) Com�lete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection aild testing, as applicable to the Work 19 I. Do ilot start Worlc requiring a shop drawing, sample or product data nor any material to 20 be fabricated or installed prior to the approval or qualified appi•oval of such itein. 21 1. Fabi•ication performed, materials purch�sed or on-site construction acconlplished 22 which does not conform to approved shop drawings and data is at the Contractor's 23 risk. 24 25 26 ?� 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 2. The City will not be liable for any expense or delay due to corrections or reu�edies required to accomplish confocmity. 3. Complete project Worlc, materials, fabrication, and installations iu conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution Electronic Distribution a. Confu�m development of Pi•oject directory for electronic submittals to be uploaded to City's BLizzs�w site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload siibmittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contcactor requires more tl�an 1 hard copy of Shop Dr�wings ►•eturned, Contcacto►• shall submit more than the numbec of copies list�ed above. c. Product Data 1) Upload subulittal to designateci project directory aild notify appropriate City representatives via email of submittal posting. 2) Harcl Copies a) 3 copies for all slibmittals d. Samples 1) Disti•ibuted to the Project Representative CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 Meadowbrook Elevated Storage Tank Reh�bilitation Project No. 02329 013300-5 SUBNtITTALS Page 5 of 8 1 2 3 4 5 6 7 8 9 10 Il 12 13 14 IS 16 17 18 t9 20 21 22 23 24 25 26 27 �� 29 2. Hard Copy Distribution (if required in lieu of electronic distribution) �. Sl�op Dra�vings 1) Distributed to the City 2) Copies a) S copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the Gity 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the ilumber stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved pi•oduct data and sainples, where i•equired, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the numbet� previously specified. K. Submittal Review The review of shop di•awings, data and samples will be for �eneral conformance with the design concept and Contract DocunlEnts. Tl�is is not to be construed as: a. Permitting any departure fi•om the Contract requiremeuts b. Relieving the Contractor of responsibility for a»y errors, including details, dimensions, and materials c. Approving departures fi�om detaiis fi►rnished by the Ciry, except as otherwise � provided herein 30 2. The review and approval of shop drawiugs, samples or product data by the City 3l does not relieve the Coutractor fcom his/l�er responsibility with regard to the 32 fiilfillulent of the terms of the Contract. 33 a. Ali rislcs of error and omission are assumed by tlie Conti•actor, and the City will 34 have no responsibility therefore. 35 3. The Contractor remains responsible for details and accuracy, for coordinating the 36 Wol�k with all other associated tivork and trades, for selecting fab►•ication processes, 37 for techniques of asseinbiy and for performing Work in a safe manner. 38 4. 39 40 ' 4t 42 43 5. 44 45 � 46 47 4� If the shop drawings, data or samples as submitted describe variations and show a departlire fi�om the Contract reQuirements which City �nds to be in the interest of the City and to be so minor as not to i»volve a change in Contract Pi•ice or time for pecformance, the City may ceturn the reviewed drawings without noting an exception. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 I) "NO EXCEPTIONS TAKEN" is assigned when there are no n�tations or comments on the subil�ittal. a) When rehirned under this code the Contractor may release the equipment and/or material for mamifach.ue. C'ITY OF FOR'I' ��02TH STANDARD CONST2UCTION SPGCIFICATION DOCUMGNTS Revised July I. 201 I Meadowbrook Elevated Storxge Tank Rehabilitati�n Project No. 023�9 O1 33 00 - ( SUBMITTALS Page C of S 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 b. Code 2 1) "EXCEPTIONS NOTED". This code is assigued when a confi�•mation of the notations and comments IS NOT rec�uired by the Contractor. a) The Contractor may retease the equipment or material for manufacture; l�owever, all notations and comments must be incorporated into the final product. c. Code 3 1) 'BXCEPTIONS NOTED/RESUBMIT". This coulbination of codes is assigned wlien notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor inay release t�he equipmenY or material for manufacture; however, all notatioils and comments m�ist be incocporated into the final product. b) Tl�is resubmittal is to address all comments, omissious aud non-confornzing items that were lloted. c) Resubmittal is to be received by the City within 15 cllendar days of the date of the City's transmittal rec�uiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when tl�e submittal does not meet tl�e intent of the Contract Documents. a) The Contractor must resubmit the entire pacicage revised to bring tlie submittal into conform�nce. b) It may be necessary to resubmit using a different manufacturer/vendor to nieet tlie Contract Docllulents. 6. Resubmittals a. Handled in the same mamier as fiist submittals 1) Corrections other than i•eqliested by the City 2) Marked with revision triangle or other siinilar method a) At Conha�ctor's rislc if not marked b. Submittals for each item will be reviewed no inoi•e tl�an twice at� the City's expense. 1) All subsequent ceviews will be performed at tiu�es convenient to the City �nd at the Conti•actoi•'s expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimblu•sement to the City within 30 Calendar Days for all such fees invoiced by the City. c. Tlie need foi• more tl�an 1 i•esubmission ot• any other delay in obtaining City's review of s�ibu�ittals, will not entitle the Contractor to an extension of Contcact Time. 7. Partial Subinittals a. City i•eseives the right to not review submitt�ls deenzed partial, at the City's discretion. b. Submittals cieemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until cesubmitted. c. The City may at its option provide a list or nlarlc the subnlittal du•ecting the Contractor to the areas that are incomplete. CITY OF FOi2T WORTH STANDARD CONSTRUCTION SPLCIFICATION DOCUMENTS Revised July I, 2011 Meadowbraok Elevated Srorage Tank Rehabilitation Project Na 02329 013300-7 SlJBN1ITTALS Page 7 of S 1 2 3 4 5 6 7 8 9 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Conh•act Documents, tlien written notice must be provided thereof to the City at least 7 Working Days prior to release for manufachu•e. 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no fiirther chauges therein except upon written insh•uctions fiom tlie City. 10. Each submittal, appropriately coded, will be i•etucned within 30 calendar clays following receipt of subinittal by the City. 10 L. Mock lips 1 I l. Mocic Up units as specified in individual Sections, include, but are not necessarily 12 limited to, complete units of the standard of acceptance for that type of Work to be 13 used on the Project. Reiuove �t the completion of the Work or when directed. 14 M. Qualifications 15 1. If specitically required in other Sections of these Specifications, submit a P.E. 16 Certification for each item required. 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 N. Request for Information (RFI) L Contractor Request for additional inforniatioil a. Clarification or intelpretation of the contract documents b. When the Contractor believes there is a conflict bet�veen Contract Docunlents c. When the Conn•actor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request claritication 2. Use the Request for Infoi•mation (RFI) fo�m provided by the City. 3. Numbering of RFI a. Prefix with "RFI" followeci by series nunlber, "-xxx", beginning wit�h "O l" and increasing sequentially with eacli additional transmittal. 4. Sufficient information sl�all be attached to permit a written response without fiu•ther information. 5. The City �vill log each request and wi11 review tlle request. a. If review of the pi•oject information i•equest indicates t11at a change to the Contract Documents is rec�uired, the City will issue a Field Order or Gllange Order, as appropriate. Nteadowbrook Elevated Storxge Tank Rehabilitation Project No. 02329 CITl' OF FOR"I' I��ORTH STANDARD CONSTRUCTION SPECiPICAT[ON DOCU�4GNTS Revised July I, 201 I 013300-8 SUBMITTALS Page 8 of 8 l 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USCD] 4 1.8 MAINTCNANCC MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 110 D�LIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 PIELD [SIT�] CONDITIONS [NOT US�D] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXCCUTION [NOT USED� m 12 END OF SCCTION Revision Log DATE NAME SUMMARY OF CHANGE 13 � CITY OF FORT WORTH Meadowbrook Elevated Srorage Tank Rehabilitation STANDARD CONSTRUCTION SPGCIFICATION DOCUMENTS Project No. 02329 Revised July I, 2011 014523-i TESTING AND 1NSPECTION SERVICES P��ge I of 2 1 2 3 PART 1 - GENEI2�L 4 1.1 SUlV1MARY 5 6 7 8 q 10 11 12 13 1.2 14 IS 16 17 14 19 20 21 22 23 24 25 26 1.3 SCCTION O1 45 23 T�STING AND INSPECTION SERVICES A. Section Includes: l. Testing and inspection seivices procedul•es and coordination B. Deviations from tl�is City of Fort Worth Standard Specification 1. None. C. Related Speci�cation Sections include, but are not necessarily limited to: l. Division 0— Bidding Requirements, Contract Forms and Conciitions of the Contract 2. Division 1— General Requirements 3. Divisio�� 13 — Special Construction PRICE AND PAYMENT PROCEDUI2ES A. Measurement and Payment l. Worlc associateci with this Item is considered slibsidiary to the various Items bid. No separate payment wili be allowed for this Item. �. Contractor is responsible for perfoi7ning, coordinating, and payment of all Qu�lity Control testing. b. City is responsible for performing and payment for �rst set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptauce will not be issiied by City until all required payments for testing by Contractor have been paid in full. REFERENCES [NOT USED] 27 1.4 ADMINISTRATIVE REQUIREMENTS �s 29 30 31 32 33 34 35 3 (i 37 38 39 A. Testin� 1. Coinplete testing in accordance wit11 the Conh-act Docliments. 2. Coordination a. When testing is r�equired to be perf'ormed by the City, notify Gity, sufticiently in advance, when testing is needed. b. When testin� is required to be completed by the Contractor, notify City, suffciently iu advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm devel�pment of Project dii•ectory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP sit�e approved by the City. C[TY OF FOR'1' WORTH Nteadowbrook Elevlted Storage Tank Rehabilitation STANDARD CONSTRUCTION SPGCtF1CATION DOCUMENTS Project Na 023?9 ' Revised July I, 201 I 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 2 3 4 5 6 7 8 9 t0 11 12 13 14 2) Upload test reports to designated project directoiy and notify appropriate City representatives via einail of submittal posting. 3) Hard Copies a) 1 copy for all subiuittals submittecl to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Coutractor a) Disti•ibuYe 3 hai•d copies to City's Project Repi•esentative 4. Provide City's Project Representative with hip ticicets for each delivered load of Coneret�e or Lime material incl�iding the following infornlatiou: a. Name of pit b. Date of deliveiy c. Material delivered 15 B. Inspection 16 l. �Inspection or lack of inspection does not relieve the Contractor fi•om obligation to 17 perform work in accordance with the Contract Docunlents. 18 1.5 SUBMITTALS [NOT [JSED] 19 1.6 ACTION SUSMITTALS/INFORMATIONAL SUBMITTALS [NOT USEDJ 20 1.7 CLOSEOUT 5UBMITTALS [NOT USED] 21 1.8 MAINTENANCE MAT�RIAL SUBMITTALS �NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USEDJ 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED) 24 25 26 27 28 29 111 FIELD [SITE] CONDITIONS [NOT USEDJ 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USEll] PART 3 - EXECUTION [NOT USCD] END OF SECTION Revision Log DAT� NAME SUMMARY OF CHANGE 30 CI'CY OF FORT WORTH STANDARD CONSTRUCTION SPGCIFICATION DOCUMENTS Revised July I, 2011 Meadowbrook Elevated Storage Tank Rehabilitation Project No. 02329 Oi 5000- l TEMPORARY FACILIT[ES AND CON"I'120LS Page I of 4 1 2 SECTION O1 50 00 TEMPORARY FACILITIES AND CONTROLS 3 PAR'T1- G�NERAL 4 1.1 SUNIMARY 5 6 7 8 q 10 1 l. 12 13 14 15 16 17 1S 19 A. Section Includes: l. Provide temporary facilities and controls needed for the Work including, but not �lecessarily limited to: 1. Te�nporary utilities b. Sanitaiy facilities e. Storage Sheds and Buildings ci. Dust control e. Temporaiy fencing of the construction site B. Devi�tions ti-om tl�is City of Foi�t Worth Standai•d Specification l. None. C. Related Specification Sections include, bltt are not necessarily limiteci to: 1. Division 0— Bidciing Reqtiiirenients, Contract Foi�ms and Conditions of the Contract 2. Division 1— Geueral Requireuients 3. Division 3— Special Consh•uction 1.2 PRICE �ND PAYMENT PROCEDUR�S 20 A. Measurement and Payment 21 1. Worl< associated with this Item is considered subsidiary to Yhe various Items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES �NOT USED] 24 1.4 ADMIMSTRATIVE REQUIREMCNTS 25 ?�; 27 ?g 29 30 31 32 33 34 35 3( 37 3R 39 n. Teinporaiy Utilities l. Obtaining Temporary Service a. Malce arrangements with utility seiviee companies for temporary scrvices. b. Abide by ruies and regulations of utility seivice companies or authorities having jurisdiction. c. Be responsible for utility service costs uutil Work is approved for Final Acceptance. 1) Included are fiiel, power, light, heat aild other utility services necessary for execiition, conzpletion, testing aud initial operaCion of Work. 2. Water a. Contractoi• to coordinate with City regarding �vater needs. City to provide Contractor with water for construction at no cost to the Contractor. 3. Electricity and Lighting a. Need to see what is available for use by contractor at site. Contractor shall be responsible for providing for addition�l power needs. CIT1' OF FORT WORTH STANDARD CONSTRUCTION SP�CIFICATION DOCUi�4GNTS Revised July i, 201 1 N[eado�vbrook Elevated Storage Tank Rehabilitation Project No. 02329 o� sooa-z TEMPORARY FACILITIES AND CON"I'ROLS Page 2 oP4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 t9 20 21 22 23 24 25 26 27 28 29 30 31 32 4. Telephone a. Provide emergency telephone seivice at Site for use by Contractor personnel and others performing woi�k or fiu•nishing services at Site. 5. Temporary Heat ancl Ventilation a. Provide tempocacy heat as necessai•y for pi•otection or completion of Worlc. b. Provicie temporary heat and ventilation to assure s�fe worlcing conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personuel at job site. a. Enclose and anchor sanit�ry facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or liealth probletn. d. Haul sewage and waste off-site at no less than weeldy intervals and properly dispose in accordance with applicable regulation. 3. Locate f�cilities near Work Site and keep clean aild maintained throughout Project. 4. Reulove f�cilities at coinpletion of Project C. Stor�ge Sheds and Buildings 4. 5. 6. L Pcovide adeq�iately ventilated, watei•tight, weatherproof storage facilities with floor above ground level for materials at�d equipinene susceptible to weather dainage. 2. Stoi•age of materi�ls not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and oi•derly manner. a. Place materials and equipment to permit easy access for identitication, inspection and inventory. Equip building with lockable doois and lighting, and provide electric�l seivice for ec�uipment space heateis and heatiug or ventilation as necessary to pi•ovide storage envii•onments acceptable to specified manufactui•ei•s. Fill and gcade site for temporary structures to provide c{rainage away from temporary and existing buildings. Remove buildiug fronl site prioi� to Final AccepYaiice. 33 D. Temporary Fencing 34 I. Provide and nlaintain for the ducation or construction when required in contract 35 documents 3( 37 38 39 40 l. Contractor is responsible for maintaining dust coiltrol through the diiration of the project. a. Contractor remains on-call at all times b. Must respond in a tinlely manuer 41 F. Temporaiy Protection of Construction 42 1. Contractor or subconti•actoi•s are responsible for protecting Wo►•Ic from danlage due 43 to weather. E. Dust Control CITY OF FORT WORTH Meado�vbrook Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SP�CIFICATION DOCUMENTS Project No. 02329 Revised July I, 2011 01 SOOU-3 TEIvtPC)RARY FACILIT[ES ANU CONTROLS Page 3 of a 1 2 3 4 5 6 7 8 9 m 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 1.5 SUBMITTALS �N�T USED] 1.6 ACTION SUBMITTALS/INFORIVIATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMIT'TALS �NOT USCD] 1.9 QUALITY ASSURANCE [NOT US�D] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT US�D] � 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PR�PARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities l. Maintain all tempoi•ary facilities fol• dtu•ation of consiruction activities as needed. 3.5 [REPAIR] / [RESTORATIONj 3.6 RE-INSTALLATION 3.7 FIELD (oa] SITE QUALITY CONTROL [NOT USEDJ 3.8 SYSTEM STARTUP (NOT US�D] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACI'IVITIES A. Temporary Facilities 1. Remove all temporary facilities and restore area after coinpletion of the Work, to a condition equal to or better than prior to start of Warlc. CIT'1' OF FOR"I' WORTN Meadowbrook Elevated 5torage Tank Rehabilit�tion STANDARD CONSTRUCT[ON SP�GIFtCATION DOCUbtENTS Project Na 02329 Revised July I, 201 I oi snoo-a TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 3.12 PROT�CTION [NOT USED) 2 3.13 MAINTENANC� [NOT US�D] 3 3.14 ATTACHM�NTS [NOT USED] 4 END OF S�CTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Meadowbrook E(evated Storage Tank Reh�Uiiitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02329 Revised July I, 2011 01 6( 00 - 1 PIZO�UCT S'I'ORAGG; AND HANDLING REQU[REMEN'I;S Page l of 4 � S�CTION 01 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- G�NERAL 4 5 6 7 8 9 t0 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3l 32 33 34 1.1 SUMMARY A. Section It�cludes: I. Scheduling of product deliveiy 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations fconl tllis City of Fort Worth Standard Specification l. None. C. Related Speci�catiou Sections inclucie, but are not necessai•ily linlited to: l. Division 0— Bidding Rec�uirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Divisiou 13 — Special Construction 1.2 PRICE AND PAYMENT PROCEDURES �1. Measui•einetlt and Payment 1. Warlc associated with this Item is considered subsidiary to the various Iteuis bid. No separate payment will be allowed for tl�is Item. 1.3 REFGRENCCS [NOT USCD] 1.4 ADMINISTRATIVE REQUIR�MENTS [NOT USED] 1.5 SUI3MITTALS [NOT USCD] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMIT'TALS [NOT USED] 1.7 CLOSEOUT SUBMIT'TALS (NO'T USED] 1.8 NIAINTGNANCE MATGI2IAL SUB1VlITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedille delivery of products or eqtiipinent as required to allow timely installation and tc� avoid prolonged storage. 2. Provide appropriate per�sonnel and equipment to r•eceive deliveries. 3. Delivery h�ucl<s 4vi11 not be peru�itted to �vait extcnded periods� of ti�ile on the Site for personuel or equipment to receive the deliveiy. Meadowbrook Elevated Stor�ge Rehal�ilitation Pr�ject No. 02329 CI7'Y OP FOR'1' WORTH STANDARD CONSTRUCTION SPCCIF[CAT[ON DOCUMGNTS Revised .Tuly 1, 201 1 O1C,(00-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver }�roducts or equipment in manufacturer's original unbrolcen cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and f'ully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provicle iliauufact�u•er's inst�•uctions for storage and haiidling. 7 B. Handling Requirements 8 1. Handle pl•oducts or eqtiipment in accordance witl� these Contrack Documents and 9 manufacturer's recon�mendations and instructions. 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 2C 27 28 29 30 31 32 33 34 35 36 37 38 C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Speci�cations. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil inaterials and m�terials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all pai•ts of Work and to utility service company installations in vicinity of Work. 3 0 5. 7 8 9. 10 Keep ivaterials anci equipment neat�ly and compact�ly stored in locations that will cause miniinu�n ii�convenience to other contractors, public tr�vel, acljoining ow»ecs, tenants and occupants. a. Arrange storage to provide easy access for inspection. Resh•ict storage to areas available on coiistruction site foc storage of material and equipment as sl�own on Drawi�igs, or approved by City's Project� Representative. Provide oft=site storage alid protection when on-site storage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection by City's Project Representative. 6. Do not use lawns, gi•ass plots or othei• private property for storage puiposes without wi•itten perulissiou of owner or other person in possession or control of preulises. Store in manufachirers' unopened contaiuei•s. Neatly, safely and compactly stack materials delivet'ed and stored aloilg line of Work to avoid inconvenience aud clamage to property owners and general pLlblic and maintain at least 3 feet fi•on� �re hydr�nt. ICeep public aud pcivate driveways and street crossings open. Repair or replace dainaged lawns, sidewalks, sh•eets or other iinprovements to satisfactiou of City's Project Representative. a. Total length �vhich materials nlay be distributed �lon� route o�F consh•uction at oue time is 1,000 linear feet, unless otherwise approved in wi•iting by City's Project Re�n•esentative. CITY OF FORT WORTH Nteadowbrook Elevated Storage Rehabilitation STANDARD CONSTRUCTION SPGCIFICATION DOCUMENTS Project No. 02329 Revised ;hily I , 201 I 01(C00-3 PRODUC"1' STpRAGE AND HANDLING REQUtREMENTS PabE 3 of �} 1 1.11 FIELD [SIT�] CONDITIONS [NOT USED] 2 L12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3 - �X�CllTION 5 C 7 R �� 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3.1 INSTALLERS [NOT US�D] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT US�D] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USEDJ 3.7 FI�LD [oa] SITE QUALITY CON'I'ROL A. Tests and Inspections 1. Inspect all producls or equipment delivered to the site prior to unloading. B. Non-Conforming Work 1. Reject all products or equipn�etlt th�t are damaged, used or in any other way unsatisflcto�y for use on the project. 3.8 SYSTENI STARTUP [NOT US�D] 3.9 ADJUSTING (NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTiVITIES (NOT USED] 3.12 PROTECTION A. Protect ail products or equipment in accordance with m�mifacttu�er's written directions. B. Store products or eqt►ipment in location to avoid physical damage to iteins while in storage. C. Protect ec�uipment fi•om exposure to elements and keep thoroughly dry if rec�uired by the mauufacttu�er. 3.13 MAINT�NANCE [NOT USED] 3.14 ATTACHNIENTS [NOT USED] CND OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPCCiPICATION DOCUMGNTS Revised July I, 201 I Meado�vbrook Ele�vated Storage Rehabilitation Project No. 02329 ot r,�oo-a PRODUCT STORAGG AND HANDLING RGQUIREMENTS Page 4 of 4 Revisiou Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Meado�vbrook Elevated Stor�ge [2eh16ilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02329 Revised Ju(y I, 2011 oi��a�-i CLEnNING Page l of 4 1 2 3 PART1- GENERAL 4 5 6 7 8 q 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3l 32 33 SGCTION Ol 74 23 CLEANING 1.1 SUIVIMARY A. Section Includes: 1. Intermediat� anci tinal cleauiug for Worlc not including special cleaniilg of closed systems specified elsewhere B. Deviations fi•om this City of Fort Worth Standard Specification 1. None. C. Related Speci�cation Sections include, but ai•e not necessarily limited to: 1. Division 0— Bidding Requiremeirts, Contract Forms and Conditions of the Contract 2. Division 1— Ge�ieral Requirements 3. Division 13 — Special Construction 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Worlc associated with this Item is considered subsidiary to the various Items bid. No separate payment wi11 be allowed for this Iteui. 1.3 REFERENCES [NOT USED] 1.4 ADNIINISTRATIVC REQUIREM�NTS A. Scheduling L Schedule cleaniug operations so ihat dust and other contaminants dist�urbed by cleaning process will not fall on newly painted siirfaces. 2. Schedule final cleaning upon completion of Worlc and immediately prior to final inspection. 1.5 SUBMITTALS [NOT US�D] 1.6 ACTION SUBMITTALS/INFORIVIATIONAL SUBNIITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NO'T USEll] 1.8 1VIAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USCD] 1.10 STORAGC, AND HANDLING A. Storage and Handling Requiremeuts 1. Stoi•e cleaning pi•oducts and cleaning wastes in containers specitically designed for those materials. CIT1' OF FOi2"i' WORTH Meadowbrook Elev�ted Storage Tank Rehabilitation STANDARD CONSTRUCTION SPGC[FICATION DOCUMENTS Project No. 02329 Revised .Iuly I , 20ll l 1.11 FIELD [SITE] CONDITIONS [NOT USED� 2 1.12 WARRANTY [NOT USCD] 3 PART2- PRODUCTS 4 2.1 OWNER-FURNISHED (oa] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 7 8 9 10 11 A. Cleaning Agents I. Compatible with surface being cleaned 2. New and uneontaminated 3. For manufactured surfaces a. Material recommended by manufacturer ACCESSORIES [NOT USED] SOURCE QUALITY CONTROL [NOT US�D] 2.3 12 2.4 13 PART 3 - EXECUTION t4 3.1 INSTALLERS [NOT USED] 15 3.2 CXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION (NOT USED� 1 R 3.5 REPAIR / RESTORATION [NOT USED] t9 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD �oaJ SITC QUALITY CONTROL [NOT USED] 2l 3.8 SYSTEM STARTUP [NOT USCD] 22 3.9 ADJUSTING [NOT USED] 23 24 25 26 27 28 29 30 31 32 3.10 CLEANING 017423-2 CLEANING Page 2 of 4 A. General L Prevent accumulation of wastes that cceate l�azardous conditions. 2. Conduct cleaning and disposal operations to comply with laws �nd safery orders of governing auHiorities. 3. Do not dispose of volatile wastes sucll as mineral spirits, oil or paiut tllinner in storm oi• sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT W02TH Meado�vbrook E(evated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 0232) Revised July I, 2011 0t 7423-3 CLEAN fNG Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of t•equired permanent Work. 6 9. If project is not cleaned to the satisf�ction of the City, tl�e City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 9 t0 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 3S 39 40 41 42 B. Intermediate Cleaning d�iring Construction L Keep Worlc areas clean so as not to l�inder l�ealth, safety or convenience of personnel in existing facility operations. 2. At maximum �veekly intervals, dispose of�waste i��aterials, debris and rubbish. 3. Contiue construction debris daily in strategically located container(s): a. Covec to prevent blowin� by wind b. Store debris away fi•om construction or operational activities c. Haul fi�om site at a miniinum of once per weelc 4. Vacuiun clean intel•ior areas when ready to receive iinisli painting, a. Continue vacuum cleauing on an as-needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecw�ed items, which may become airborne or transported by flowing water during t�he stor�ll. C. Interior Final Cleaning l. Remove grease, mastic, adhesives, dust, dirt�, stains, fingerpriuts, 1lbels and c�tl�er foreign inaterials from sight-exposed sucfaces. 2. Wipe all lighting tixture reflectors, leilses, lamps aud trims cleaii. 3. Wash and shine glazing and mircors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent �lters aud 1•eplace disposable filters if units were operated during consti•uction. b. Clean dlicts, blowers and coils if units were operated �vithout tiltecs during COl1SiI'UCi1011. 6. Replace all bilrned out l�mps. 7. Broom clean process area tloors. 8. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers fi•oin site. a. Re-seed areas dist�u•bed by loc�tion of tcash and debris containers in accordance with Section 32 92 13. 2. S�veep roadway to remove all rocl<s, pieces of asphalt, concrete or any ot�her object tl�at may hinder or disi•upt the tlow of'ti•aftic along the roadway. 3. Cl�an any interioi• areas including, but not liulited to, vaults, 111anholes, struct�lres, junction boxes and inlets. CITl' OF FOR'I' bVORTH Meado�vbrook Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SP�C1P[CATION DOCUMENTS Pr�ject Nu. 02329 Revised July I, 201 I � 1 2 3 4 5 6 7 8 9 o��aa�-a cLEnrrRvc Page 4 of �} 4. If no longer required for nlaintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, siguals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USCD] 3.13 MAINTENANCE [NOT USED] 314 ATTACHMENTS [NOT USED] �ND OF S�CTION Revisiou Log DATE NAME SUMMARY OF CHANGE 10 CITY OF FOI2T WORTH STANDARD CONSTRUCTION SP�CIFICATION DOCUMENTS Revised July i, 2011 Meldo�vbrook Elevated Storabe Tank Rehabilitation Project No. 02329 � 3 PART1- GENER�L 4 S 6 7 x c� 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 ol��i�-i CLOSEOUT REQUIREMENTS Page t of 3 SECTION O1 77 19 CLOSEOUT REQUIREMENTS 1.1 SUIVIMARY � A. Section Iticludes: 1. The procedure for clos'rng out a conh�act B. Deviations fi�om this City of Fort Worth Standard Specification 1. None. C. Related Speci�cation Sections include, but are not necessarily limited to: 1. Division 0— Bidding Reguirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Division 13 — Special Construction 1.2 PRICE AND PAYMENT PROCEDURES A. Measucement and Payment �� 1. Worlc associated with this Itein is considered subsidiaiy to the various Items bid. No separate payment will be allowed for this Item. 1.3 REI+CR�NCCS [NOT US�D] 1.4 ADNTINISTRATIVE REQUIRCiVIENTS A. GL►arantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guai•antees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the Gity. B. Release of Liens or Clai�ns l. No application for final paymeut will be accepted until satisfactory evidence of release of liens has been subn�itted to the City. 1.5 SUQMITTALS A. Submit all rec�uired documentation to City's Project Representative. CITl' OF FORT WORT1{ STANDARD CONSTRUCTtON SPGCIFICATiON DOCU��tENTS Revised July I, 201 I Meado�vbrook Elevated Storag� Tank Rehabilitation Project Na 02329 01 77 19 - 2 CLOSEOUT REQUTf2EMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUI3MITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USCD] 3 PART 2- PRODUCTS [NOT US�D] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 CXAMINATION [NOT USED] 7 : 3.3 PREPARATION [NOT USED] 3.4 CLOS�OUT PROC�DURE 9 A. Prior to requesting Fin�l Inspection, submit: 10 1. Project Record Documents in accordance with Section O1 78 39 11 2. Operation and Mainten�nce Data, if required, in accordance with Section O 1 78 23 12 B. Prior to requesting Final Inspection, perform �nal cleaning in accordance with Section 13 Ol 74 23. 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 C. Finallnspection 1. After final cleaning, provide notice to the City Pi•oject Representative tl�at the Worlc is completed. a. The City will mal<e an initial Final I�lspection with the Contractor present. b. Upon completion of this inspecYion, the City will notify the Gontractor, in writing withiu 10 business days, of any particulars in which this inspection reveals that the Worlc is defective or inconlplete. 2. Upon receiving �vcitten notice from the City, immediately uudertal<e the Work requii•ed to i•einedy deficiencies and complete the Worlc to the satisfaction of the City. 3. Upon conlpletion of Worlc associatecl with the items listed in the C.ity's written notice, inforin tl�e City, that the required Wock has been eompleted. Upon receipt of t�his notice, t�he City, in the pi•esence of tlie Coutractor, will �i�ake � subseqt�ent Final Inspectiou of the project. 4. Provide all special accessoi•ies reqilired to place each item of equipulent iu ftill operation. These special accessory items include, but are not liinited to: a. Specified spare pacts b. Adequate oil �nd gcease as required for the ficst lubcication of the equipment c. Initial �11 up of all cheulical tanlcs and fuel tanlcs d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operatiou of all equipmeut 39 D. Notice of Project Completion C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 20ll Meadowbrook Elevated Storage Tank [Zehabilitation Project No. 02329 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 01 77 19 - 3 CLOSEOU"I' I2EQUIREMENTS Page 3 of 3 1. Once the Gity Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation l. Coordinate with the City Project Representat�ive to con�plete the following additional forms: a. Final Payment Request b. Statemeut of Contract Time � c. Aftidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Conh�actor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon i•eview and acceptance of Notice of Project Con�pletion and Supporting Documentation, in accardance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 R�-INSTALLATION [NOT USED] 3.7 FIELD �oK] SITE QUALITY CONTROL (NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING (NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED� END OF SECTION Revision Log DATE NAME SUMMAiZY OF CHANGE 29 CIT'1' OF FOR'1' WORTH STANDARD CDNSTRUCTION SPECIFICATION DOCUMGNTS Revised July I, 201 I Meado�vbrook Elevated Stor�ge Tank Rehabilitation Project No. 02329 01 7R 39 - I PROJF..CT RECORD DOCUNtEN'1'S Page I of 5 1 2 SECTION O1 78 39 PROJECT RECORD DOCUMENTS 3 PAR'T 1 - G�NERAL 4 5 6 7 8 q 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 1.1 SUIVIMARY A. Section Includes: 1. Work associated �vith the doctttiienting the project and recording changes to project documents, including: a. Record Drawinbs b. Watei• Meter Service Reports c. Sanital•y Sewer Service Reports d. Large Water Meter Reports B. Deviations fi•om this City of Fort Woi•th Standard Specification l. None. C. Related Specification Sections include, but ace not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Foi7ns and Conditions of the Cont�•act 2. Division 1— General Requirements 3. Division 13 — Special Construction 1.2 PRIC� AND PAYMENT PROCEDURCS A. Measurement and Payment 1. Worl< associated with this Item is considered subsidiary to tl�e various Items bid. No separate payinent wi11 be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] LS SUBMITTALS A. Pt�ior to subu�itting a request for Final Inspection, deliver Project Recorci Documents to City's Project Repres�ntative. 1.6 ACTION SUBMITTALS/INFORM�iTIONAL SUBNIITTALS [NOT USED) 1.7 CLOSEOUT SUBMITTALS [NOT USED) 1.8 MAINTENANCC MATERIAL SUSMITTALS [NOT USED] 19 QUALITY ASSURANCE A. Accuracy of Recocds 1. Ttloi•oughly cool•dinate cha�iges within the Recoi•d Doc�unents, malcing adec�uate and proper entries on each page of Specifications and each sheet of Di•awings and other pocumeuts where such entiy is cequired to show the change properly. C1TY OF FOR"I' �VORTH STANDARD CONSTRUCTION SPCC[FICATION DOCUNtENTS Revised July i, 201 I Nieadowbrook Elevated Storige Tzuik Rehabilitation Project No. 02329 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 5 1 2. Accuracy of records shall be such th�t future search for items shown in the C.ontract 2 Doc�unents may rely reasonably on information obtained fi�om the approved Project 3 Record Documents. 4 3. To facilitate accuracy of records, malce entries within 24 hours after receipt of 5 inforination that the change lias occurred. 6 4. Provide fact�ial information regarding all aspects of the Work, botl� concealed and 7 visible, to enable filture modifieation of the Worlc to proceed witholit lengthy and 8 expensive site measi�rement, investigation and examination. 9 1.10 STORAGE AND HANDLING 10 11 12 13 14 IS 16 17 18 19 A. Storage and Handling Requirenlents 1. Maiutaiu tlie job set of Record Documents completely protected from deterioration and from loss and danlage timtil completion of the Worlc anci transfec of all reeorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such c�se, provide replacements to the standai•ds originally required by the Contract Docuulents. l.11 I+IELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 20 PART 2 - PRODUCTS 21 2.1 OWNER-FURNISH�D �oa] OWNER-SUPPLIED PRODUCTS [NOT USED] 22 2.2 RECORD DOCUMENTS 23 A. Job set 24 1. Pi•oinptly following receipt of the Notice to Proceed, secui•e fi�om the City, at no 25 chaige to the Contractor, 1 complete set of all Documeuts comprising the Contract. 2( B. Final Record Documents 27 1. At a time nearing tlie completion of the Worlt �nd prior to Fival Inspection, provide 28 the City 1 complete set of all Final Record Drawings in the Contract. CITY OF FOI2T WORTH Meadowbrook Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02329 Revised July I , 20ll 0 2 2.3 ACC�SSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - CX�CU'TION � 3.1 INSTALLERS [NOT US�D] 5 6 7 x 9 10 ll 12 13 14 15 16 17 t8 19 20 21 22 23 24 25 26 27 2R 29 30 31 32 33 34 3S 3C 37 38 39 40 41 42 43 3.2 EXAMINATION [NOT USEl)] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCC DOCUMENTS oi �x3y-� PROJECT RF.,CORD DOCUNIEN'i'S Pa�;e 3 of 5 A. Maintenance of Job Set 1. Immecliately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". 2. Preservation a. Considering the Contract� completion time, tlie probable niunber of occasions upon which the job set miist be talcen out f'or new entries and for examination, and the conclitions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any pui•pose except entry of new data and for review by the City, until start of transfer of data to tinal Project Record Documents. c. Maintain the job set at the site of worl<. 3. Coordination with Gonstruction Survey a. At a minimtnn, in accordance with the intei•vals set forth in Section O1 71 23, cleai•ly marlc auy deviations fi•om Contract Doctunents associated with install�tion of t�he infrastiucttn�e. �. Making Entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not inlc or iudelible pencil), cieariy ciescribe the change by graphic line ancl note as required. c. Date all euh�ies. d. Call attentiou to the entiy by a"cloud" drawn around the area or areas affected. e. In the event of overlapping chailges, use dii%rent colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on tlie Dl•awings, ai•rangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to porh�ay precise physical layout. 1) Final physical arrangement is determinecl by the Contractor, subject to the City's approval. 2) However, design of fiiture lnodifications of the facility may require acc�u�ate inforination as to the final physical layout of items �vhich are shown only schen�atically on the Dcawings. b. Show on the job set of Recorcl Drawings, by diulension accurate to �vithin 1 inch, the centerline of each riln of items. 1) Fival physical arrangement is determined by the Gontractor, subject to the City's approval. CITY OF FORT IVORTH STANDARD CONSTRUCTION SPCCIP[Cf\TION DOCU��IGNTS I2evised .Iuly 1, 201 I Niead��wbrook Elevated Storage Tank Rehabilitation Pr�ieat No. 02329 ol �ss9-a PROJECT RECORD DOCUMENTS Page 4 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 l6 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 2) Show, by symbol or note, the vertical location of the Item ("under� slab", "in ceiling plenuul", "exposed", and the lilce). 3) Malce all identification suff'iciently descriptive that it may be related r�eliably to the Speci�cations. c. The City may waive the requirements for conversion of schematic layouts where, in the Cit�y's judgment, conversion serves no usefiil purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefiilly transfer change data shown on the job set of Record Drawings to the coi7�esponding final documents, cooi•dinatiug the changes as requii•ed. b. Clearly indicate at each affected detail alld other Drawing a full description of changes made during construction, �nd the actual loc�t�ion of iteuls. a Call attention to each entiy by drawing a"cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Trausfer of data to other pocumeuts a. If the Documents, other than Drawings, have beeii Icept clean d�u•ing progress of the Worlc, aud if entries thereon I�ave been orderly to the approval of the City, tlle job set of those Documents, other than Dr�►wings, will be accepteci as �nal Record Docutnents. b. If any such Document is not so approved by the City, secuce a new copy of that Docume►�t from the City at the City's usual charge for reproduction aiid handling, and carefillly ti•ansfei• the change d�ta to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATiON [NOT USED] 3.7 FIELD [oEz] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED) 3.11 CLOSEOUT ACTIVITIES [NOT USEDJ 3.12 PROTECTION [NOT USEDJ 3.13 MAINTCNANCE [NOT USED] 3.14 ATTACHMENTS (NOT USED] END OF S�CTION CITY OF FOR"I' WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Jtdy i, 201 I Meado�vbrook ElevTted Storage Tank Rehabilitation Project No. 02329 Ol 7839-5 PROJECT RECORD DOC:UMEN'I'S P��ge 5 of 5 Revision Log DATI; NAME SUMMARY OF CHANGE CI'I'1' OF FOR"1' WORTH STANDARD CONSTRUC'I'ION SPEC[EICATION DOCU��tENTS Itevised July 1. 2011 Meado�vbrook Elevated Stor�ge Tank Rehabilitation Pr�ject Na 02329 13 02 00- 1 CL,EVATED WATER S'I'ORAGE TANK RF,IfA}31LITATION Page 1 of 18 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 SECTION 13 02 00 Elevated Water Storage Tanl< Rehabilitation PART 1- GENERAL 1) Sununary of Worl< i) Scope of Contract (1) The City of. Fort Wort11 has a two million gallon, znulti-legged elevated storage tank that is to be rehabilitated and repainted under the terms of this contract. General inform�tion on the tank is provided at the end of this doculnent in the Engineering Report of Inspection dated August 14, 2014. The worl< to be performec� under these specifications includes t11e rehabilitation, repaintuzg and structural steel repairs of the elevated storage taiil<. (2) The tanl< is located near the intersection of Bri��ge Street and St. Lawrence Roacl in Fort Worth, Texas. Contaillment is required during the exterior abrasive blastillg operations to protect the environment. The existing protective coating systerns contain less than 1% lead by weight. A labor�tory analysis of the coating is provided in the Appendix in the Engineer's Report of Inspection. (3) It shall be the responsibility of the bidders to carefully inspect the site and all pertinent parts and clevices on tlle tanl< to ascertain the quantity of surface preparation, necessary repairs and painting required to clean the tank properly, paint, repair and place the t�nk back into operation in accordance with tllese contract specifications. The iriformatioll on the tanl< provided in the Engineer's Report of Inspectio�l is general in nature and should not be relied upon to determine bid quantities or other bidding factors. ii) Related Documents �� a CI'I'Y OF FOR7` ��VORTH Meado�vbrook Elevated Storage Tank Rehabilitation Reviscd September 23, 2014 Project No. 02329 13 02 00- 2 ELEVATED WATER STORAGE TANK REHABILITATION Page 2 of 18 35 36 37 38 Drawings and the general provisions of this document, including General Conditions, S�.lpplemental Conditions, Special Provisions and other Division 1 Sections apply to work in this section. 39 2) References 40 The latest version of the following Specific�tions, Codes and Standards are 41 incorporated by reference, including com�nents, recommendations and best 42 practices. This list is not exhaustive. 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 i) American Institute of Steel Constructio�l (AISC) 5335 - Specification for Structural Steel Buildings ii) Aineric�n Water Worl<s Association (AWWA) C652 - Disinfection of Water Storage Facilities D100 - Welded Steel Tanl<s for Water Storage D102 - Coating Steel Water Storage Tanl<s iii) Federal Avi�tion Administration (FAA) 70� 7560-1H - Ol�struction Marlcing �nd Lighting iv) NACE International (NACE) SP0178 - Design, Fabrication and Surface Finish for Inunersion Service SP0188 - Discontilluity Testing of New Protective Coatings for Conductive SuUstrates v) National Fire Protection Association (NFPA) NEC - Nation�l Electric Code 78 - Standard for the Installation of Lighhzing Protection Systems vi) National Sanitation Foundation (NSF) 61 - Standard for Drinl<ing Water System Components vii)Occupational Safety and Health Administration (OSHA) 29 CFR 1926 - Safety and Health Regulations for Construction viii) Society for Protective Coatings (SSPC) Guide 6- Cont�ining Debris During P�int Reinov�l Operations Guide 12 - Illumination of Industrial Painting Projects VIS-1 - Visual Standard for Abrasive Blast Cleaned Steel c�Tv or FORT woliTE� Revised September 23, 2014 Meadowbrook Elevated Storage Tank Rehabilitation Project Na. 02329 13 02 00- 3 ELGVATEU WATER S7'ORAGE TANI< REHAF3ILITAT[ON Page 3 of 18 74 � 75 76 77 78 79 80 81 82 83 84 85 86 87 88 89 " 90 91 92 93 94 95 96 97 98 99 100 101 102 103 104 ' 105 106 107 108 109 110 111 112 PA-1 - Shop, Field and Maintenance Painting of Steel PA-2 - Procedure for Determining Conformation to Dry Coating Thiclaless Requirenzents. SP-6 - Commercial Blast Cleaning SP-7 - Brush-off Blast Cleaning SP-10 - Near-White Metal Blast Cleaning ix) Texas Commission on Environinental Quality (TCEQ) Chapter 290 - PuUlic Drinl<ing W1ter 3) Submittals The successful bidder s11a11 submit the following to the Engineer prior to the start of worl< i) Construction Schedule SL�bnlit a detailed scheduled indicating anticipated start �Zd completion dates for each major phase, including, but not lilnitecl to, welding repairs, surface preparation, interior coating application, and exterior co�ting application. Contractor shall update submitted schedule �s needed. ii) Schedule of Values Submit a schedule of values which includes an itemized list of all worl< items and prices for each item of worl<. iii) Contact Information Subinit contact information for all key field and office staff oll the project including foreman and project manager. iv) Subcontractor Inforinatiozl If subcontractors will be used to perforYn any worl< under these specifications, submit contact inforination anc� references f.or the subcontractors. Provide the location, capacity, owner contact with phone number and year coinpleted. v) Welder Certifications Submit certifications and welding procedures for all welders t11at will be perforining worl< on the tanl<. vi) Containment CITY OF FOR'1` 4VORTH Revised September 23, 201�4 Nteadowbrook Elevatcd S�orage T�nk Rehabilitation Pr�ject No. 02329 130200-4 ELEVATED WATER STORAGE TANK REI{AB[LITATION Page 4 of 18 113 114 115 116 117 118 119 120 121 122 123 124 125 SuUmit a detailed drawing of the containment systein to be installed. The irlfornlation provided on the drawing shall include, but is not limited to, number ancl size of outriggers, materials to be used, wind speed to which t11e containment can hold up, and size of dust collector if one will be used, vii)Appurtenances SuUinit catalog cuts of all appurtenant equip1ne11t which will be installed on the tank viii) Abrasive Material Submit nlanufacturers' product data sheets and Material Safety Data Sheets for all abrasive nlaterials to be used on the tanl<. 126 ix) Coating Materials 127 SuUinit manufacturer's product data sheets and Material Saf.ety Data Sheets 128 for all coating materials to be applied to the tanl<. Provide color sarnples of all 129 coating products. 130 131 132 133 134 135 136 137 138 139 140 141 142 143 144 145 146 147 148 149 x) Logo Drawing Submit Logo clrawings once tanl< measurernents have been field verified. 4) Guarantees The Contractor shall guarantee the structure, appurtenant equipment and accessories provided under these specifications against defective design, worlcmanship or materials for � period of one year from the date of final coinpletion. It shall Ue the responsiUility of the Contractor to schedule and rneet with the Engineer and iilspect the tanl< eleven and one half (11 1h) months fronl the date of final acceptailce to identify and correct all deficiencies under the warranty. All guarantees for materials, and accessories provided under this section shall Ue obtained by the Contractor and suUmitted. Part 2 - MATERIALS 1) Materials i) Steel CITY OF FORT WORTH Revised Septeulber 23, 2014 Meado�vbrook Elevated Storage Tank Re(iabilitation Pr�ject No. 0232) 130200-5 F..LLVATED WATER S'I'ORAGE TANK REIiABIL[TAT'ION Page S of 18 150 151 152 153 154 155 All appurtenances, supports and steel ineinbers shall be constructed of Type A36 mild carbon steel, unless otherwise specified and shall be in accordance with AWWA D100 ancl TCEQ Chapter 290. 156 157 158 159 160 161 162 163 164 165 166 167 . . .• ii) Accessories and Appurtenances All accessories shall comply with the minimum requirements of the Specifications, Coc�es and Standards listed in paragraph 1.02, current applicable safety regulations and the operation requirements of the structure. Dissimilar metals shall be properly isolated. All st�inless steel appurtenances, piping, and weirs inside t11e tanl< sh�ll be blasted and coated per the specified interior wet area coating system. All hardware and hinges For hatches and opellings shall be stainless steel. iii) Electrical and Lighting (1) General All worl< shall be perfornled and all inaterials shall be provided in accordance with National Electric Code and the governing electrical, safety and inspection codes, regulations and ordinances. 170 (2) Materials 171 (a) Interior Lights 172 Fixtures sh�ll be enclosed and gasl<eted,150 (one hundred and fifty) 173 w�tt incandescent type with aluininum body, clear glass globe and 174 guard. Aluminum inounting hardware are brackets shall be provided 175 to suit the installation. 176 177 178 179 180 181 182 183 184 185 186 187 (b) Exterior poor Lights Fixtures shall be enclosed and gasl<eted,100 (one hundred) watt high pressure sodium wall mount type with aluininum base housing, polycarbonate cover, prisinatic refr�ctor, internal reflector and low temperature Uallast. Fixture shall be vandal resistant and provided wit11 photo control. (c) Obstructioll Lighting Obstruction lighting shall be provided in accordance with FAA standards. CI'i'Y OF [iOR'I' WORTF[ A9c.�dowbrook F::Ievated Storagc Tank Rchabilitation Revised September23, 20(4 Project No. 02329 13 02 00- 6 ELL;VATED WATER S'CORAGE TANK RE}fABIL[TAT[ON Page 6 of 18 188 The oUstruction light shall Ue a steady Uurning, dual fixture type with 189 a lainp-out relay switch. The fixture shall be weather sealed, corrosion 190 resistant with alulninum b�se and housing. Rec� gloUes with 116 (one 191 hluzdred �nd sixteen) watt clear traffic signal lamps rated at 8000 192 (eight thousand) hour life shall be provided. A pilot light located near 193 the electrical panel shall Ue provided to indicate when the priinary 194 bulb has failed. 195 196 197 198 199 200 iv) Steel Tanl< Painting (1) AUrasive Material All exterior aUrasive nlaterial used in the removal of protective coating systems shall be silica free and low dust producing. Materials such as 201 copper slag and Green Diamond are permitted. Tradition�l sand may be 202 used for interior surface preparation. Steel and other metallic abrasives 203 in�y NOT be used for interior surface preparation. Abrasive derived from 204 coal or petroleLlm products thlt leave an oily residue o11 the surface of the 205 steel are also NOT permitted. Subinit abrasive selection for approval. 206 207 �• (2) Coating Material The Contractor shall use the nlaterials specified, or inaterials of another 209 nlanufacturer that are deenzed equal in the opinion of the City to the 210 materials specified. The quality of the specified inaterials shall be the 211 Standard of Quality specified. All interior paint shall conform to Standai d 212 61 of t11e N�tional Sanitation Fotlndation (NSF) and will be oi1 the NSF 213 approved list of inside finish lnaterials. In the eveizt the Contractor 214 desires to substitute the prodttcts of another inanufacturer, he sh�ll apply 215 to the Engineer in writing at least fourteen (14) days prior to the Uid date 216 requesting substitution, and shall furnish with his request complete 217 descriptive materials on the products along with NSF Certification, plus 218 full lnanufacturer's reconunend�tions of surf�ce prepar�tion and 219 application. 220 221 All paints, thiruzers and associated products used in the application of the 222 protective coating systems will be inanufactured by The TNEMEC 223 Company of I<ansas City, MO, Llnless an alternate coating systein is 224 selected as provided for above or in Paragraph 10 - Alternate Coating 225 Systems. CITY OF FORT WORTH Meadowbrook Elevated Storlge Tank IZehabilitation Revised September 23, 2014 Project No. 02329 i' 226 227 228 229 230 231 232 233 234 235 236 237 238 239 240 241 242 243 244 245 246 247 248 249 250 251 252 253 254 255 256 257 258 259 260 261 262 263 13 02 00- 7 C?LGVATF,D WATER STORAGE TANK REHABIL[TATION Page 7 of 18 PART 3 - EXECUTION 1) Site and Fenciizg Contractor may remove existing gate o�z site in order to provide large trucl< access to site. If the gate is removed, it must be reinstalled at the conclusion of the project. Site lnust relnain secured throughout the project. Submit gate reinoval and reinstallation plans alzd site plans if gate is to Ue reinoved. 2) Welding Weldilzg procedures and general welding requirements sha11 be in accordance with AWWA D100, AWS Structural Welding Code D1.1, and these Specifications. All fillet welds shall be full fillet welrls unless otherwise specified. Grinding of weld contour shall approxiYnate Condition "D" of NACE Standard SP0178 All welding repairs shall be completed before any paint is applie�i to the structure. All appurtenances, supports and steel members shall be constructed of Type A36 mild carbon steel unless otherwise specified and be in accordance with AWWA D100, AISC 13rt1 Edition, and TCEQ Chapter 290. 3) Repair Iteins of Work i) Remove stainless steel hatch covers �nd air vent cover prior to abrasive blasting. Reinstall covers after all painting is conlplete and properly cured. ii) Replace upper 10' of interior-water-compartment ladder with an AWWA steel ladder. See Detail in Drawings Section. �{ iii) After abrasive blast cleaning base of legs, replace loose and nlissing grout with new non-shrink grout. Submit catalog cut of grout material. Cl"I'Y OF FORT WORTH Ntendo�vbrool< Elevated Stoiagc'I'ank Rehabilitation Revised September 23, 2014 Rr�iect No. 02329 130200-8 ELEVf\TED WATER S'I'ORAGE TANK RE}fABILITAT[ON Page 8 of 18 264 iv) Repair six (6) damaged concrete footings by removing dainaged, cracl<ed and 265 spalling concrete. Dainaged areas are on side of footings and are 266 approxiinately 6' wic�e x 1' c�eep x 2' high. Provide and install #4 267 reinforcement bars,l2" OCEW and drilled approx. 4" into sound concrete. 268 Set Uars with anchoring epoxy. Forin and pour new, minimum 3,000 psi 269 concrete to replace removed concrete. Bars must penetrate new concrete a 27o ininimum of 3" aild have minimum 3" of cover. 271 272 v) Coat �11 exposed concrete footings with epoxy and fluoropolynier coatings 273 specified below to seal cracl<s, coat exposed re-bar, and prevent freeze/ thaw 274 danlage. 275 276 vi) Install pipe supports for 4" cleaning line attached to fi111i11e in dry riser. 277 Distance between pipe supports shall be no more than 10'. Pipe supports shall 278 be sanle as 21/2' x 3/8" ladder support design in Drawings Section. 279 280 vii)Install conduit s�.lpports every 10' in dry riser from grade all the w1y to roof. 281 Supports to be 12"x 6"x 3/S", and welded to riser per AWS D1.1, on short 282 e11d, all arotlnd. Supports shall have 3/�" holes drilled at the mid-points to 283 allow for attachlnent. Exact locations to be selected by E1lgineer's Field 284 Represelltative. 285 286 viii) Provide and install new steel work platform at base of dry access tube, 287 and hose hallgars just above the upper condensate platfornl. New platforin is 288 to provide iinproved access to the lower bowl manway. See Drawings Section 289 for Details. If required, trim tnembers to fit as directed by Engineer. Gelleral 290 descriptioii of worl< below. 291 (1) Remove existing 1landhold on base of riser maway and weld it 292 approximately 1' aUove manway. 293 (2) Weld new 1/�"x1.5'Wx1.5'L checl<ered plate steel floor below manway at 294 handhold's previous locltion. Roll welded edge to curvature of riser tuUe. 295 Support platforrn floor to riser tuUe with L2x2x1/4 angles. 296 (3) Weld 4 ea., 2" angles,l' x 1', to underside of transition cone. Angles to be 297 used to support fire hoses, nozzles, and other tools L1sed by City to clean 298 interior of tanl<. Engineer will locate angles oilsite. 299 300 ix) Replace screen surroullding dry riser tuUe on roof with a#16 fiberglass 301 insect screen. Also re-screen both vents with same after completion of CITY OF FOR'P WORTH Meado�vbrook Elevatecl Storage Tank IZehabilitation Revised September 23, 2014 Project No. 02329 302 303 304 305 306 project. 13 02 00- 9 LL�VEITED WATER ST02AGE TANK REFfAF31LITAT[ON Page 9 of 18 x) Provide and inst�ll new 24" diameter roof vent per Detail in Drawings Section. New vent to be locatec� by Engineer's Field Representative, approximately opposite existing vent. 307 308 xi) Remove existing cathodic protection system including anode cover plates on 309 tanl< roo£ Weld roof holes closed with minimum 3/16" thicl< steel plates per 310 AWS D1.1., all aroulzd, with full fillet welds. Overhead welding not 311 required. All overhead un-welded seams to Ue sealed with TNEMEC FC22. 312 xii) Inst�ll new gasl<ets and stainless steel nlxts and Uolts in manw�ys after all painting is complete and properly cured. Ensure all manways are water-tight 4) Repair of Pits and Prior Corrosion Damage 313 314 315 316 317 After abrasive blast cleaning, Engineer's Fie1d Representative will inspect the 318 steel surf�ce to determine the repair procedure. The repairs lnay be made by 319 using TNEMEC Series 215100% solids epoxy pit filler, or by welding as directed 320 by the Engineer. Those pits deeper than 1/S" will be repaired by weldilzg pit 321 flush with the surf�ce of the tanl<. Pits less than 1/S" will be repaired with 100% 322 solids epoxy after prime coat applicatioll. Repairs Inay Ue performed after zinc 323 rich prirner has Ueen applied per the appropriate coating specification in this 324 document. Quantities contained in the unit price bid are only an estimate. 325 Actual field repairs will be perfornled as directed by Engineer and will be paid 326 per repair at the txnit price bid supplied by the Contractor. 327 Approximately two (2) gallons of epoxy pit filler are expected to be required to 328 repair shallow pits. 329 It is estimated th�t after �Urasive blast cleaning; repair by welding will be 330 required for approximately 100 pits, holes or other corrosion damagecl areas up 331 to 6" i11 diameter. Large pits (greater tha112"dianzeter or multiple pits clustered 332 closely together) shall be repaired Uy welding 1/4" steel plates to the tanl< per 333 AWS D1.1 (3/16" thiclazess is acceptable above the HWL). Blast and prime entire 334 are� affected by repairs lccording to the appropriate coating specification in this 335 document. � 336 337 � C'1'1'Y OF �ORT WORTH Revised September 23, 20(4 Meadowbrook Elevatcd Storage Tank Rehabilitation Project No. 02329 13 02 00- 10 ELEVATED WATF,R STORAGE TANK REiHABILITAT[ON Page 10 of 18 338 339 340 341 342 5) Protective Coating Replaceinent i) General All coating operations sh111 be perfornled in accordance with SSPC PA-1, SSPC PA-2, AWWA D102 and these Specifications. 343 344 Surfaces to be painted shall be clean and free of scale, rust, dirt, oil, grease, 345 moisture, or other foreign matter prior to coating. Surfaces shall be fiee from 346 blisters, rough welds, sharp edges, pits or other imperfections prior to 347 painting. Sl�g, weld metal accu�nulation and splatter shall Ue removed by 348 chipping �nd grinding. 349 350 Paint application shall not proceed whe11 the temperature is below 50 (fifty) 351 degrees Fahreriheit, duriilg precipitation or fog, or if there is moisture on the 352 surfaces to Ue painted. Exceptions to the temperature linzit will be allowed in 353 accordance with the inanufacturer's printed literature. Each coat of paint shall 354 dry thoroughly as specified by tlze rnanufacturer prior to 1pplication of 355 356 357 successive coats. Do not iminerse coating until specified dry filin thickness has been oUtained and finish coating system has been allowed to cure as recon-unended by the paint inanufacturer. 358 359 All paiilt shall be thorougl�ly agitated prior to use and shall be 1<ept agitated 360 while in use. All ready-mixed paint shall Ue applied as received from the 361 1nanL�facturer, without addition of any kind of drier or thinner except as 362 363 364 365 366 367 368 369 370 371 372 373 374 375 376 perinitted by the inanufacturer. Paint shall Ue applied according to inan�xfacturer's recomnlendations. Each coat shall be applied at the rate specified and in the nlanner specifiec� by the manufacturer. Deficiencies in tested dry film thiclaless shall be corrected by applicatioll of ac�ditional coat(s) of paint. All paint inaterials shall be evenly spread without runs, sags, skips or other faults. Finished surfaces shall be uniforrn in gloss, finish and color and shall be free frotn brush inarl<s. All lines of demarcatioll between paints of differellt colors or shades shall Ue carefully drawn so as to be true and free from blurred edges. All sharp edges, weld seains, nuts, Uolts, and other items difficult to coat shall receive a brush applied coat of the specified polyaniide epoxy coating CITY OF FORT WORTH Revised September 23, 2014 Me�clo�vbrook Elevated Storagc Tank Reh�bilitation Project No. 0232J 377 378 379 380 381 i' 399 400 401 402 403 404 ' 405 406 407 13 02 00- 11 ELEVATED WATER S'I'ORAG}; TnNK RE}{ABILITATION Page 11 of 18 thinned as much as allowaUle in accordance with the manufacturer's written directions, liberally worl<ed in after the prime coat �nd prior to the illtermediate coat of paint. During and after final application of each coating, all metal surfaces sha11 be checl<ec� with appropriate wet and dry mil gauges to ensure that the required thickness of coating is being obtained. The Contractor shall provide a set of standards with the gauge so that accuracy of the gauge can be checl<ed. Each coat shall be sprayed or rolled on in accordance with manufacturer's recommendations. Rolling interior paint is not perinitted. The type of spray nozzle, the fluid pressure at the gun, the distance from the gun to the surface Ueing painted and the speed of travel of the gun shall be as recommended by the lnanufacturer. Thinning shall be done as recominended. All paint in the fluid pot and lines shall be cleaned out with thinner before application of the paint is Uegun. The thiruler may Ue used also for cleaning the painting equipment at the end of each day's operations. 38Z 383 384 385 386 387 388 389 390 391 392 Each coat shall be dry to touch before the next coat is applied. Follow the manufacturer's directions explicitly. ii) Interior Surface Preparation and Coating 393 394 395 396 397 398 (1) General The worl< covered by this part of the specification includes painting the entire interior surface area of the structure. This includes Uut is not limited to all ladders, condens�te floors and interior piping. The Contractor shall furnish all inaterials required For the painting and shall install thein in accordance with the manufacturer's written directions and these specifications. 408 The Contractor is cautioned that small anlounts of paint are intoxicating 409 and large amoLlnts tend to Ue toxic. The Contractor shall mal<e provisions 410 to 1<eep the tanl< well ventilated during the spraying and drying 411 operations to protect the personnel a�1d to facilitate drying of the coating 412 Uy solvent evaporation. During the actual spraying operations, all 413 persorulel wit11u1 the tanlc shall be furnished with either an appropriate 414 �-espirator or source of external air suc11 as a compressed air line to a 415 sandblasting helmet. At least two men sh�ll Ue in the tanl< during spraying crry or Fo�zT wo►zT�i Revised September 23, 20t4 hteado�vbrook Elevated Storage Tank Re6�bilitation Project No. 02329 13 02 00- 12 ELEVATED WATER S'I'ORAGE TANK REHABILITAT[ON Page 12 of 18 416 417 operations. 418 (2) Surface Preparation 419 Abrasive blast clean all areas to SSPC SP-6 Commercial Blast Standard. A 420 suitable angtilar anchor profile of at least 2.0 mils as determined Uy Testex 421 strips shall be estaUlished. All areas shall Ue pressure washec� with clean 422 water per SSPC SP-1 prior to blasting to prevent embednlent of 423 containinants froin existing coating. 424 425 Renlove all blast debris from tank and inspect the interior surface area for 426 pits and soluble salt contamination, Soluble irolz salt concentration, 427 chloride concentration and conciuctivity rnust Ue measured via test strips 428 429 430 and a conductivity meter in accordance with the manufacturer's instructioils. Subinit testing method and equipnient to Engineer for approval. 431 432 If soluble iroil salt or chloricle concentration is above 100 ppnl or 433 conductivity is aUove 100 µS/ cm2, pressure wash per SSPC SP-1 all blast 434 cleaned areas to reduce soluble salt content to less than the above liinits. 435 (Additive Bid Itern #2) 436 437 When soluUle salt concentrations and conductivity are below the liinits set 438 above, install desiccant dehumidification equipnlent and aUrlsive blast 439 clean all interior surfaces including areas above HWL to near-white 440 standard per SSPC SP-10. Dehumidification equipment must remain 441 operational and running fronl the time the 11ear-white blast coirunences 442 and run 24 (twenty-four) hours per day until five days after the final coat 443 of paint is applied. The unit must control the environment to 1<eep the �ir 444 inside the tanl< and riser at less than 50% (fifty) relative humidity at �11 445 tiines. Miniinum desiccant dehun�idification equipment required is an 446 HC-4500 GA desiccant with 20 I<W generator as supplied by DH 447 Tecl-ulologies, or equal. 448 449 450 (3) Coating Application 451 (a) Coating Systeln 452 Apply following NSF approved three coat system of zinc rich primer 453 top coated with two coats of polyanlide epoxy to all interior surfaces. 454 CITY OF FORT WORTH Meadowbrook Elevated Stora�e "Cank Rehabilitation Revisect Septembei• 23, 2014 Prqject No. 02329 13 02 00- 13 ELEVA7'GD WATER S"I'ORAGE TANK REHA}31L[TATION Page 13 of 18 455 Prime coat: TNEMEC Series 94 H20 Hydro-Zinc at 2.5-3.5 mils DFT. 456 Stripe coat: TNEMEC Series 20 thinned as lnuch as allowaUle and 457 brushed into all welds and along all edges. 458 Intermediate and Finish coats: TNEMEC Series 20 applied at 4- 6lnils 459 DFT each coat. 460 , 461 462 463 464 465 466 467 468 469 470 471 472 473 474 475 482 483 484 Minimum thicl<ness required for the total system is 12 mils DFT. Each succeeding coat of paint will vary froin the preceding in color so as to be able to verify coverage. Color of finish coat of p�int shall be TNEMEC Tanl< W11ite. Apply TNEMEC Series 22 Epoxoline,100%� solids epoxy to all interior un-welded seams including rafters and ceiling plates. Note: Zinc prilne coat and holiday detection are not required for interior dry areas. Blast clean interior dry areas to SSPC SP-6 arld apply two co�ts of epoxy with stripe coat as above. (b) Holiday Testing After the paint thiclazess meets these specifications and has cured for at least five days, the Contractor shall test the entire surface of the paint system, including above the HWL, for holidays with a low voltage wet sponge detector in accordance with NACE SP0188. Holidays sh�ll be marl<ed and reworked until no further holidays appear. After �11 holic�ay checl<ing is coinplete, the point of ground connection shall be carefully coated. 476 477 478 479 480 481 iii) Exterior Area Surface Preparation and Coating (1) General The worl< covered by this part of the specification includes painting the entire exterior surface area of the tanl<. It also includes painting �ny steel otltside the tanl< such as vents, hatches, steel retaining rings, exposed yard piping and all other items outside the tank. Data pl�tes shall not Ue p�inted over. The Contractor shall furnish all materials and equipment requirec� for the painting and shall install them in accordance with the inanufacturer's written direction and tliese specifications. Stainless steel shall be coated only if specifically directed by Engine�r's Field Representative, ,; �:. ,• . 4$8 489 490 491 492 493 C'1TY OF FORT �VORTH Reviscd Septeiuber 23, 2014 Meadowbrook Elevatcd Storagc Tank Rehabilitation Pr�ject No. 0232) 13 02 00- 14 ELEVATF,D WATER STORt\GE TANK IZEHABILITATION Page 14 of 18 494 (2) Containment 495 The existing exterior coating system contains less than 1% lead Uy weight. 496 Colltainment is required cluring the exterior abrasive blasting and coating 497 operations to prevent nuisance dust per TCEQ. 498 499 Sufficient oLrtriggers must be mounted on the tanl< to allow a fully 500 operational shroud system in winds of up to 25 (twenty-five) mph. 501 Containment plan must be subnzitted to Engineer for approval. 502 503 504 505 506 Shroud exterior of tank with Class 2A shroud including top cap pei SSPC Guide 6(CON). See Table A in Drawings Section for specifics of shroud system. 507 All rigging clips shall be reinoved from the tanl< after exterior coating 508 worlc is complete. These areas will be ground sinooth, spot blasted and 509 coated in accordance with the specified coating systein. 510 511 512 513 514 515 Note: A 12 (twelve) inch diameter hole may Ue ctlt in each of the two condel�sate platforms for the shroud's pull cable. When the shroud is removed, each hole lnust be covered with � 1/4" (one-quarter) thicl< steel plate and welc�ed in place. The welded steel plate mL1st be blasted and coated i11 accordance with the interior dry area coating system specified. 516 517 (3) Surface Preparltion 518 Abrasive blast clean the entire exterior surface area to SSPC SP-6 519 Con�unercial Blast Standard. A suitable angular anchor profile of at least 520 2.0 mils as determined Uy Testex strips shall Ue established. All areas sh�ll 521 be pressure washed with clean water per SSPC SP-1 prior to blasting to 522 prevent embedinent of contaminants from existing coating 523 524 525 526 527 528 529 530 (4) Repair deep pits by welding. Shallow pits shall be replired with 100% solids epoxy paste after zinc-rich primer is applied. Quantities specified aUove. (5) Apply following four coat Zinc Rich Primer/Epoxy/Polyurethane/Fluoropolymer system: CITY OF FORT WORTH Revised September 23, 2014 Meado�vbrook Elevated Storage Tank Reh�bilitation Projeot No. 02329 13 02 00- 15 ELEVATGD WATER S'I'ORAGE TANK REHABILITAT[ON Page 15 of 18 531 Prime coat: TNEMEC Series 94 H20 Hydro-Zinc applied at 2.5-3.5 mils 532 DFT. 533 Stripe coat: TNEMEC Series 20 or 66 polyamide epoxy thiz�uled as inuch 534 as allowable and brushed into all weld seams. 535 1St Interrnediate coat: TNEMEC Series 20 or 66 polyainide epoxy applied 536 �t 4-6 inils DFT. 537 2nd Intermediate coat: TNEMEC Series 1074U polyurethane applied �t 2- 53s 3 mils DFT. 539 Finish coat: TNEMEC Series 700 Hydroflon fluoropolymer appliecl � 2-3 540 tnils DFT. Finish coat is expected to be two (2) colors. 541 Total system thicl<ness must be 12.0 rnils DFT minimurn. Each 542 succeeding coat of paint will vary from the preceding in color so as to Ue 543 able to verify coverage. Color(s) of finish coat shall be selecteci by 544 Owner after Contractor subinits color choices chart. 545 (a) Logo 546 After all exterior painting is complete, install two logos. Approxiinate 547 logo detail provided in Dr�wings section. Use specified finish coat 548 product for logos. All diinensions to be field verified by Contractor 549 prior to orclering pounce patterns, Contractor shall use DuPont Tyvel< 550 pounce patterns, or equal, as provided by TankLogos.com of 551 Nashville, TN. Phone: (615) 473-0272. Final Logo Detail to be provided 552 Uy Engineer prior to start of Logo work. 553 554 iv) Coating Repair Procedure 555 If coat'rng repairs are required for any reason, the repairs sh�ll be macle in a 556 inanner that wi11 not damage surrounding coated surfaces. The area to Ue 557 repaired shall be free of rust, dirt, oil, grease, moisture and other foreign 558 material prior to coating application. The surrounding coating shall be 559 feathered to eliminate sharp edges. The repaired coating shall be applied and 560 inspected in the same manner as specified above. All requirernents of. the 561 coating specifications shall apply to colting repairs. 562 563 ' S64 565 566 567 6) Cleaning The tank will be drained and the Contractor will be responsible for clelning any �ccumullted sand and silt prior to start of worl<. All materials used in the blasting operations, sedinle�lt in the tank, rust, pault and scale �cculnul�ted froin tlze clea�ling operations and all other material in tlze tanl<, shall be CI'1'Y OF FORT WORTI-1 Revised September 23, 2014 Meado�vbrook Elevated Storagc Tank Rehabilit�tion Pr�ject No. 02329 13 02 00- 16 ELEVATED WATER STORAGE TANK REI{ABILITATION Page 16 of 18 568 569 570 removed from the tanl< by the Contractor and properly disposed of. 7) Disinfection 571 The disinfection of the tanl< will be performed via chlorine injection by the 572 City. City to provide all chlorine and City persoruzel to perform chlorine 573 illjection. If this lnethod fails, the Contractor shall provide labor only and use 574 chlorination �nethods as specified in AWWA C652 to disinfect the tanl<. The 575 Owner will fill the tank and perform bacteriological testing. The Contractor 576 shall ensure the tanl< is watertight and perform any maintenalzce necessary to 577 inal<e the tank is watertight and in conlpli�nce with all TCEQ Chapter 290 578 Rules and Regulations prior to vacating the site, Job is not substantially 579 complete until tanl< passes bacteriological testing and is in cornp1ia11ce with 580 TCEQ Chapter 290. 581 582 583 584 585 586 587 588 589 590 8) Gtitarantee and Cleanup Upon colnpletion of all worl<, the Contractor shall remove all surface materials aild rubbish and clispose of them in �ccordance with directions of the Engineer. The Contractor shall repair all dlmage caused by his worl<ers and shall leave the premises in a clean and orderly colzditioYl equal to that of when he found it. 9) Inspec�ion iii) General 591 The Engineer's Field Representative will perform qu�lity assurance 592 inspections on the Corztractor's worl< on a hold-point Uasis. The Contractor is 593 required to perforin his own quality control. 594 595 596 597 No worl< will progress beyond the designated hold-point until approved by the Engineer's Field Representative. 598 The Colltractor is required to coordinate with the inspector and provicle 24 599 (twenty-four) hour notice to request a hold-point inspection. Hold-point 600 inspections shall NOT be scheduled during weel<ends or Federal Holidays. 601 602 The Contr�ctor shall submit daily weather and progress reports, including 603 anticipated worl< schedule for the next 7 days, to Engineer and Engineer's 604 Field Representative via elnail. 605 Cl'I'Y OF FORT WORTH Meadowbrook Elevated Stora�e Tank Rehabilitltion Revised Septeuiber 23, 2014 Project No. 02329 13 02 00- 17 F.iLGVr1'I'ED WATER STURAGE'CANK REFfABIL[TAT[ON Page 17 of 18 606 The Contractor is responsible for providing safe rigging to gain access to all 607 work areas to be inspected. All rigging must conform to OSHA Standard 608 1910. 609 The Contractor is responsible for providing recommended lighting per SSPC Technology Guide 12 to illuminate the worl< and inspection are�s. If the Contractor does not provide adequate lighting or safe rigging to properly inspect the worl<, the inspection will be postponed until such tinle as the Engineer can schedule an inspection to deterinine if the worl< may progress beyond the hold-point. 610 611 612 613 614 615 616 617 618 619 620 iv) Hold Points The following holcl-points are designated: (1) All welding repairs coinpleted prior to painting (2) Containment erection completed (3) Surface contaminants removed (if required) (4) Concrete forms and reinforcement approved prior to pour (5) Blast profile obtained and degree of blast completed (6) Prilne coat conlpleted (7) Stripe coat completed (8) Intermediate coat completed (9) Finish coat conzpleted (10) Holiday detection test of interior completed (11) Cure test of interior completec-1 621 622 623 624 625 10) ALTERNATE COATING SYSTEMS 626 627 628 629 630 631 632 633 634 635 636 637 638 639 640 641 642 643 Contractors maV provide alternate pricing for the following coatillg systeins: A. Interior coating system: Interior prime eoat: Sherwin-Williams Corothane I Galvapac Zinc or Induron Indurazinc MC 67 applied at 2.5 - 3.5 mils DFT. Interior stripe, intermediate & finish coats: Sherwin-Willianls Macropoxy 646 PW or Induron PE 70 applied at 4.0 to 6.0 mils DFT each coat. Interior seam sealer & pit filler: Sherwin-Williams Steel Seam FT 910 or Induron Aquatapoxy A-6. crry oF ro�z�r wo►zTri Revised September 23, 2014 \Qeado�vbrook Elcvaled Storage Tank Rcl�abilitalion Pr�ject No. 02329 13 02 00- 18 ELGVATED WATER STORAGE TANK RF,I{ABILITATION Page 18 of 18 644 645 646 647 648 649 650 651 652 653 654 655 656 657 658 659 660 661 662 663 664 665 666 C Total interior system thickness must be 12.0 mils DFT minimum. Exterior coating system: Exterior prime coat: Sherwin-Williams Corothane 1 Galvapac Zinc or Induron DF 67 applied at 2.5-3.5 nlils DFT. Exterior stripe and 1st interrnediate coat: Sherwin-Williams Macropoxy 646 PW or Induron Armorguard at 4.0-5.0 nlils DFT. Exterior 2nd intermediate coat: Sherwin-Willianzs Hi-Solids Polyurethane or Induro�l Indurethane 6600 Plus Polyurethane at 2.0-3.0 inils DFT. Exterior finish coat & logos: Sherwirl-Williams Fluorol<enz or Induron Fluorothane at 2.0-3.0 mils DFT. Tofial exterior systern thicl<ness rn�tst be 12.0 rnils DFT minirnum. C. All colztractors must provide pricing based on the TNEMEC coating systems in the Base Bid. Alternate coating system pricing, if provided, will be shown on the Bid Forin as an ADD or DEDUCT to the overall Base Bid. D. The City will decide whether to proceed with the TNEMEC co�ting systein, or to accept the �lternate coating system price if one is provided. 667 END OF SECTION CITY OF FORT WORTH Revised September 23, 2014 Meldo�vbrook Elcvated Stor�ge Tank [tehabilitation Pr�ject No. 0232) u�oa -x ao� �'I " €�S€ � 2 � g a �' � � .F+ k ¢ � �mi s R�et� � e ��� � � nc�o ` a � � 3 E� ���� � k� � a u ! F ��� B6 . n w ��&�:g��j ��€ S: $ � E k �� ��LL � � _ ���3568 �" u � $ $ � � Z "� ���� �' ;� o §g���s� �' K' a" r= ,�£_� w 5 ��;�.� ;�� �� ��� �� 8 „� J .. W ��'�'�'� m��n U Q"g�� E 1D� ¢aLL�; . , � N �_ �#€k � �� �������� N �� ;��� � � � ��� NOI.LV.LI'7lfIVHH21 }If�lt�.L ��JV210.LS a3.LVAfl'IH >100218h10aV�W g �x � x z Q z .. u [� � W z p s r - � '�q �"' W ¢ E"' z � .�, 1� p¢ �Cw7a a a� „ �" W�F � � 3�x �n � i 1N ;s:�� , � e� :�,�� _ �`� _�dr��r��`o ,. O 3 q`n�' N' �0 . z o � ��a ., � �� $��� a��k �3 . � �d,_�w �' „ r.i.� Q � pi �r�.= _��� ��R � y. ,�w a}va�"m`"� o t,� W 8 .,0��3 J � �€ �, . �L �.�c -�'�._Jmi�a x �_ '�" 3� � �LL �akb $ ��L �F o€��whGn�W iSk� �, oao� W §� ����r a �; -SY�����a �.2�� _ - u _� N�.�, .� .� �� �����a�� �., � � g ; � 1 0 �, � FY ' � � ���W � � , � � �.� :� . � �y�W � �� aS � � ��� i � �� ' a ����� �� � __ �� - � � �� - _ - - - - � � , �F� €� _ - - - _.., � E � , � �� �s�r,�� � __ _ - - / ��� � � � �, �����ws / ��J � � � a' � � � w�o��a �� / z� � � � '� ' �� ��ow � j, � � �` l, �� �_., � � � ��_� ��� � ��'�,� i , > � � � � j - ,� � � � � � r ?��� � � , �� �s ���� � �� � � �' �, � � � Y z / � ���z� � � � . ��F �� � i 7��0� _� � � � I ��� , ' � 'Vv�I���. u m�� �j � � � � � \� ��� � � �o� '' ' ,ri �_ 1 J; � Q � �� � 7 �U� � h� �' i ._. � , + � � s�) .. � � � � I : � ,� '� }� ��, � � � �t �1 � �, '`,� ��,> f , 1� � r � � �� � ,,; ` i j (` � y, ir � � >;1 `� � T � � ' J � � �l t �, � � � � � � 1 , � � + � �� � 1 , a�, � 1 � � i I` , a, o � I � i � V � j , -i ; ' ) , i � � �. , � .. . 1 ; 1 � � � � � 3 �,�� 8� -i °r j j i ^ � � I'I � r� �� ; ��. I Q,�� .. � o � 1 $ ��. . �. f{ : ''� , .% t�r �' r �� � ' a � '- � � �� �.�� —��-�, �" � ��� � �� � . ,�i 3 �' t i) , <, �. � , ' �,: t;' r "� > `��, .� � e i � � I d; ;,�*� ` �'r J� t� i� �r'� � 11 �;� l I s � i� J�� ��� � � � 4 : � � � '.Y � y �. � : a � � C '�l. �.. ' � j��. I � r .'�� � �i' �v� � j � ��.;, �' I\ ��'', b �/ � . t> _ f ' � �.�, � �� , � S ' � r� i � �� '� � � � t ) � � � '��, � �.� � � — � �J � � f _r' 1 ; �I ; � � ` }, �, _ _ _ � .. , � _: s , � ���� � , __ ; _.� -� � � �_ � � , �� .._ .. � � � `1 � -- � 0 S � N F- 0 z z O F- V 7 Q r Z O U a Z � uaoa Y� ��K Z 6 0 � E � � d ° b f n°� 'Ia) � 3� �� q= $ �a� ����9�=y m ge :s rn ;a= ao:`e3 j � a�q€ � Y �y� � �1 :,' � � � W�3 � � y�' � �;� . 3�i � � � : 0 4�� � ` q i € � i � �� ' v�a �,e ��7 � y � k a � ��.a€ � Fz � � =c.;' ��ay w y��� �, { � � � F S y € �. € 3���3 <�,w m � � W o � v�7� e � € ��;x �>i� k4 � � i� `��W FA�o � ��E� � y @ a � ��. ,F;Fe ���y . ��£� € ��'�.. ���� � ,6 � g �ZfiS� ��=.o G� �€� _ �m� � �aa a "'€ � �> z :�; � 3�� � 5 ��o F ��� U�� � s�' � : ��� a � b � � g'1 S G g „'�a 3 �,�as �a�� a `t E`�F = : �� � ii f � � z ; � �s�u. � €W � -x a s ''3 � � g - � �' E E�� E � V$ � � 1ea � �y C 4 � o �'� t� � '� � S : x �z� k 's� : � � 5�'� �L �U � k ��� � � - d n �dR � - � �b� � :� � ' : o � � ' � o�a o: ; �F ' 8 �w ��� =¢ g �u; �'� ' '� £ F €_. � P-< p� � �4 � z`� �� � �` o` �� s� � � ��° � � �� �� � �� 3 , r�}��R `a � <� 5'�' � ., � - : z � ' =3F �F F �€ • �L'� i= � �BF aB 3 �� � � n Y� j � �8 44 0 �i�", '� � :� $ � ��� az � "� gy ,� �€ _ �g ' , € „�� o;,, ; {��� a'? � ��m '� � �� � �eb� �� � ;�� ,� � �n s��W ? a �} �'� �� �� ez` '� c �a k �' . , �� �p F � �R � �E . w�r `� E< e� m. ��� d� � �§ S k ka`"e �c � € >�� w�` ���, � ,��r w�g ��U �F ; .,," .,�� �'� �¢ V�t ` � � �� SLr .��' '.,.€� 4 L, m'b r '�' Fo� '$w �'a� ��� � � € � P, � ax' °�� �' S�� '�� >s �I` �50 . �" u�W � wz5 iea ��: @3" �o � t3` � "& sn� p�� :�g .�� ` ��W o k � � c S o',� i4� .�:;� � ��� ;€� �:,w� ��K �;,e � : _ �yo �yW� �,.� �� �� mW� ��� ��sr £��� �o� 'S�5 � � a�� ;7. p' a;£ ;:� s uN 3�� ��£€ �� 3,g < F.� s€Y¢ jEpr so�{ ��Fx $�z "�� y'"� za'� �€� "j�� U': '€q � � g o � € 4 � �Fe � € y. . i`�o� �� �� E��1 � 3u .,� k �' �k� yy � § � � 6� r��� �jL°�= �y� F�S? QPe ' ���sY� Ii �..Y� ;�� a�� �-,3s a�� �iy �,�� �a= � a s �"'� _ �3� �zz � � �d6�F � � ��L . ��� � � ��x � �€w., ...d �m. B o o�: €.�,: � 5� � � � � �S�'< Foo�d a W `ma� "��' F a r��� :FEd� s � �¢6€ om�k� � 'm�� :�C�p �� � �y a „�sqa �3 i:$o b�sW2 i. �G�i ��p�°`t' �� N��� `�T�.B � y�§� ��.�,� ^€ - �� = FFw�€ ;zfis bboa� �(j � �� � €� S m € „ _ =:;�u �o'WW,> 3= a€ y t �� �ri.. e am ���� a � �'�� �s� �a �� . ��F , � � . � � € � : �m°y; ������ �f U k 6 � c a YV ��� £���� o � �qz�'� d��i �a �i;.� a���°k' v� � ��s��' $��=`�, �., �F �°� E��y�` �; � �� �Yn��,�� ����t:F �G m sz ����� ���€�e �a � � 3� �oi�� �g€FL't �£ � ,€ �e � � i �3m .�'.,,�sF A�o.si R: �aF Qau� �e € m � �a � ya r e ��tm � £ �L~ �jgi 3aF �W€ �-�sPk e L F E � �'S �F � k'S o uy� `t g y 6�'�"i g gL� � : � C ,3 L�d ="St� k < � ,�. C%or �s c�Y:4 �'' U� i€ B:�a �€3 " 3= .,�t7� � �`k` � o �: � y�� rF�W s� �;�e � �'��� �.� r ' � y rt�z o S ��� U%y� T^ ��i'a y i��d ;�,I g6 s S � �� �W � Q� � � x �" kFr � � � � ��'J i � � C € � ; F� a < 's� � � �d��, fi . a �r ���p �� ��k� a 5� r:_ C�oi O § 0 d k�� � 0 0 � a N O � r10[.LV,LI'l1II V H321 7IN V.l. � O�G r _ o � � � ��q �� � �' a��r�'V�n x �F ��������� wY-� �w xweio�mi: n �� , '-�.k�� .� o �3� k � ��z � , ��: � �08 wz� � ��� �� � �k' k �:7€ g ��s e ;a� � ��;s� € 9�; ��y� � ��� �6��o O.LS QH.LVAB'7� ?10021fIA104tl8W �4 Q W x F. [W-� O E'� 'W�" W � O O � O a Wf.d.,Q U ..� �✓ �w x a¢. O�� F, Ew"�' Q a�i � d o f.r.i W 3� W � y z q O � � w 3 q�� � � � � $� 9 w tl .-'" c � _ ry� �, L � =y '� o ip ey �7€�;"`��'�� z2$` '�?„Rn L�Fk�; � `3 � �k e .�_ i � � : m � e �s e� �F' �� ns .� mY'i�E��g� �o+fl 3,�� w��Y. �'z'� �. �� �" ; ��88"„�-� ��€� �:t'o `�" � W o. �xE�. F : €� ��f5.�€"'a<3 �y`y '��3' 4�, � +'�+" ;�Ss io o°. B4Fc��k��' �23i �;de w. iF€� �„ .§'�'' :E ��€El:@o'p> E7; an ���� gr�i' i��o =� 5� �Y %+ �"'�a°`o� 66F�. stFt `�>m ��-�ra`:` „a� � ,�� �i,�Y. �� do 6$ ��;g�y.��W�'s�, ��i` ���m m�„ � d , �ES��S�� � �' -ffi €€ 3� 5�k 6�E M 4e32 � , -f.� i �� G � � �AF . � ' P��� 4i �3F gy "<o$:€��€�� :�'3g 'a.�� �s�`.�`� i€c� � ��� �� _��=��oF � ��3 �ys! en��s B y � r��� €5 � � �� � g�; � �,�'; �� � Cr .ry = ,� �9 �U � ��8�_�� �Y , � �o a; � , =g�.s�' �� � � � e � €€ �aV ����°;<�'�� �� � ��� ��� J�o^ i��� o� j�� a�s �����oa�".€ a:R6 � oo=� ,$�� �� �4� �=g .��toao, ��� °��� �a ;; �, �� - �� ;€3 = 9., 33 's�'.=g_�y a;;� �aG. i:�� �LLo �= t p�a �"�wz,.��� b� � ep ��q�. � $ €z �F� �-.°�B �Ca�3�Ea�� �;�.�. ��ob �_ 'k", � Fp� ix: i��,�,€s�<, ���;a e��b F�oo �" �y � �w �o .ca � d � � 4 �€� 5�,�5 ���;YF ����� � � � �ye g� € ae o �=a ��;�� u��� �a�.�� ��rs y C� iaNS^ �� 55 � 0.`� �.�£o��`.a G �� S 7 ` , �q 8 k� ��� ��y�€ � � �3 ,� � �yj �s8� .,,, „ . �o� X3's�<':��,s ��m�a �>Ss� 5���c t ? 6 ;B �e�u�� �� �W�u F G d � z 3� k�� z r�g� �0 9� ��� F , y � G $ ���3 "' k Z W � . 3.�3 Gyg S� �izz'4 eg �Fn�, ��� �. 3' ^� � =t� � a � �g,w ��o , � � t a 3�� ��� g� '� �,.€ o° UY�g Y�K +�'F ? t =F4�� o � ""��' �F o`se° ��� 3 �€ _ " Eo �d.:o LLa o3w ". Y ; o�Z�§ fi.� 8� WF�i� W� E 1�'�F_� �� c " �'ns�� � y� �� � .�'€� � r j �� ; §F f � � � �z . � i k W�w3 G:� 3 = W� � k�,.`� C Z�� 6�z'�" �� a r �<3�� k} €� ���� ; �a=� <�3F� �s ; _ �'Ya`�a� `u� ���w� _� '�-� k;;=� �? � _�� �a�z�o.Q �r�,w F3 5- & '"�w `o '4 ��� go � , r '7 i: 'r J �.� , C S ' roo � � : r � �� . . `2 �� a �� b '_� 9' � L �kj s` :� E �4,�ggk8 SU� g..��� �r F��� �°>�.c "��' 3 F4<����� .� �RSa� ,��-g� nFo�, n€��w �}� �.. i �° ��' � � b b �u0 � ,`�;�h ��F - � � � �� s€ {� � a ��� a � L.i �`. oer � � a� F ` � F3� < € � � 3 - S 2 � ;: qF3 �z ���# �°g�sd� �asa�c€� � r3 � �a. � � � �€ � d � � . �' ��� �� a � u F ; : ��[� � : �L� J Sm� �. �€�`k€ ��� �E : �a� ��i k�� � h��' g�� `��S S 6 E; k �$€�� � 3�J �t; g k� G���$ tl 3> �2 - � ..� �`� � ��i. � F E 1 � �s�' �� �� � � � t �jE� Y ti& � � 3�� "��' R i la��Lok<., _.d �ut5�� �3� . �,S £�fa� �o� _� € f � /; /, . � �' \j �, > ,A r �: �i 1 � Inspection. Design. Results. DUNHAM �NGINEERING, INC. www.DunhamEnqineerinq.com Texas Registration Number: F- 002253 12815 FM 2154, Suite 150, College Station, Texas 77845 Phone: (979) 690-6555 Fax: (979) 690-7034 Report of Inspectio��. Meadowbrool< 2.OMG Multi-Legged Elevated Storage T�nl< City of Fort Worth Conducted Uy: Jiin Dunham, P.E., Travis Tatum, P.E., Stephanie Elko, EIT, and ' Trey Burns, NACE Date of Inspection: August 14, 2014 1. INSPECTION METHOD Dunham Engineering performed a professional evaluation per AWWA M-42, TCEQ Chapter 290, and other applicable standards, for the 2.OMG Steel Legged Elevatec� Storage Tanl< (EST). A completed TCEQ Water Tank Inspection Form along with maps, pictures, and a Field Inspection Report are attached. � 3 TANK CONSTRUCTION & ENVIRONMENT The 2.OMG EST was constructed Uy Chicago Bridge & Iron in 1959. The tanl< foundation consists of 14 approximately 4' dialneter legs and a 15' diameter riser, each supported Uy a concrete footing. The tanl< has a total of 56 wind rods,l4 struts, 28 riser rods and 36 anchor bolts. The height to low water level is approximately 126' and the head range of the tank is approximately 35'. The height to the high water level is approxilnately 161'. The overall height of the structure is �pproxiinately 174.5'. The diameter of the steel tanl< is approximately 105'. The tan]< site is secured by a TCEQ coinpliant chain-linl< fence. There is � high voltage transmission line in close proxilnity to the tanl�. This will need to be temporarily disaUled or moved by the Utility during rehabilitation. The area around the tanl< is well maintained. The tanl< contains potable water�. FOUNDATION The concrete footings project above grade and are i11 fair condition. Several footings �re cracl<ed and will r.equire repair at the tiine of rehabilitation. All legs are eqtlipped with 2 anchor bolts. The anchor bolts are in fair condition, with some moderate corrosion present. All legs and riser pipe are plumb and in good condition. No evidence of uneven settlement was observed. 4. CONTAINER The container is in fair conc�ition. Severe corrosion and coating delamination were noted on the riser support ring. Staining was present below the high water line. No leal<s were observed. Holes were noted in roof around c�thodic protection pl�tes. No cracked weld seams were observed. 5. PROTECTIVE COATINGS The exterior epoxy/urethlne exterior coating systeln is in fair condition. Some isolated areas of peeling coating and moderate corrosion were noted. The prime coat is tightly adhered, but the top coat is not. This coating system would not support and overcoat. Approximately 5% of the exterior steel surface �rea is rusting. The interior epoxy coating system is in fair condition. Moderate corrosion was present on less than 5% of the interior steel surface area. Corrosion is concentrated on the rafter support ring and other edges and clifficult to coat areas. The protective coatings contain less than 1% lead Uy weight. Lead abatelnent for environmental protection is not required w11en t11e tanlc is rehabilitated. Contair�ment for nuisance dust is required. Laboratory analysis of coatings is �ttached. 6. SANITARY CONDITIONS No water quality defects were noted. The water level was lowered for the inspection. No evidence of birds or insects w�s observed. 9. VENT & OVERFLOW The 18" diameter roof vent is properly screened. No corrosion was noted on the vent. Addition�l venti�lg shoul�-� be added to the tanl<. The 16" diameter steel overflow pipe rLu1s from the bottoin of the bowl to ground level and ends in � functio11a1 flap valve. The overflow discharges into a concrete splash Uox t11at is in good conditioil. The overflow is also utilized to drain t11e tanl< via 1 drain pipe located at the base of t11e riser pipe. Drain valve is in good conditio�l. 0 The bowl drain pipe has been reinoved, resulting in water falling from the bowl of the tanl< when the torus-shaped bowl is drained. Dr�in piping will be added as part of the reh�Uilitation project to prevent this proUlem. 9. ROOF The roof is properly sloped to prevent water from ponding. No cracl<s or holes were noted in the exterior weld seams. Holes were noted around cathodic protection plltes. The steel rafters supporting the roof are in good structural condition with no delamination observed. Moderate to severe corrosion and delamination were noted on the center rafter support ring. 10. CATHODIC PROTECTION This tanl< is equipped with iinpressed current cathodic protection. All readings on rectifier were within AWWA criteria for protection at the tilne of inspection. ' The cathodic protection anode plates on the roof are not properly sealed. The CP system will have to be removed to rehabilitate the tanl<. It is recoinmended that the impressed current system NOT be re-installed to achieve best value and avoid t11e slnitary problem of Lrnsealed plates on the roof. In lieu of impressed current CP, A zinc-rich priine coat will be used on the interior which will provide sacrificial cathodic protection to the tank both above anc� below the HWL. The present system only provides protection below the HWL. 11. MECHANICAL The fill pipe is 20" diaineter. Tlze pipe is pluinb 1nd no leal<s or corrosion was noted along the length of the pipe. A 4" diameter pipe runs along the fill pipe. This pipe is used f.or cleaning the interior of the tanl<. The pipe is only supported at two locations along its length. Additional pipe supports are recoininended to be installed at the tiine of i ehabilitation. 12 ELECTRICAL The lighting inside the tank is functional. The obstruction light appears to be $ functional. The conduit is generally in good condition. Cables a�-e mounted to the interior dry riser ladder standoffs. 13. HATCHES & OPENINGS The tanl< is equipped with a roof. access hatcll, an access hatch into the water compartment, and a roof construction hatch. The 24" diarneter construction hatch is bolted. The 30" square dry �ccess hatch is latched and properly secured. �' The riser pipe is equipped with a gasket at the riser-roof junction and is 3 surrounded by � vent screen. The 30" square wet access hatch is not locl<ed and is in good condition. The 18"x24" pressure access manway is in good condition with no leal<s noted. The water operator h�s requested a platform Ue installed to mal<e this manway safer to open. The 24" painters' access hatch is in good conditioll. The personnel door at the base of the dry riser is locl<ed anc� properly secures all hatches above. 14. LADDERS The interior dry ladders are equipped with bar style safety climb devices and are in good condition. No loose rungs or corrosion were noted. The interior wet ' laclder is not equipped with 1 safety cliznb device. The interior wet ladder is not str�ight which causes a climUing hazard. Severe corrosion is present above the high water line. The top 10' of interior wet ladder should be replaced at the time of rehabilitation. 15. APPURTENANCES The conditions and diinensions of other appurtenances are described in the Field Inspectioll Report. 16. CONCLUSIONS & RECOMMENDATIONS a. The legged elevated tanl< was constructed in 1959 and is in fair condition. b. The protective coating systems are no longer providing adequate corrosion protection. Corrosion is present on approxinlately 5% of the interior and exterior steel surface areas. The structure should be rehabilitated within 12 months to prevent further corrosion dain�ge and achieve best value. c. Pipe supports should Ue installed on 4" cleaning line at the tiine of tanl< rehabilitation. Cracl<ed concrete footings should also be repaired anc� additionll venting should Ue added to the tanl<. d. CP system should be relnoved and anode openiilgs in roof should be welded closec� at time of. tank rehaUilitation. Existiilg CP plates 1re not properly sealed. :� I , � � ; • � , ♦ ♦ � � � ' � 30 TAC 290.46(tn)(1) of the Texas Commission on Environmental Quality's Rules and Regulations for Public Water Systems requires documentation of annual ground, elevated, and pressure storage tanlc maintenance inspections. Exterior of Tank Interior of Tank � Last ins ection of ressure tank interior Date: N/A Comments Several coiicrete footings are craciced and need repair. Anode plates are not properly sealed. Coatings are schcduled to be replaced in 2015. Name of Inspector or Water System Staff: Stephanie Ellco, EIT - Dunham Engineering, Inc. � Date of Inspection: August 14, 2014 ' Prcp�rcd 2-23-06 � �� .f:ASBLGA\Pubiic Water Supply\Tank inspect form.doc Field Inspection Report Dunham Engineering, Inc. TX F-2253 (979) 690-6555 Tanl< ID: Meadowbrool< EST Owner: City of Fort Worth Inspector: DEI - Jim Dunham, Travis Tatum, Stephanie EII<o & Trey Burns Date of Inspection: 8/14/2014 Tank Description: 2.0 Million Gallon EST, Constructed 1959, LWL 126', HWL 161', 35' Head Range, 105' Diameter Overview Map Page 1 of 47 � � lnspacEion. O�sign. Reas�flfs. Attributes Title ' Meadowbrook EST Inspection Item Overview Condition Fair Notes/Dimensions This is a 2 Million Gallon multi-legged EST constructed by CB&I in 1959. The height to the low water (evel is 126' and the height to high water level is 161'. The tank has approximately 35' head range and is approximately 105' in diameter. The tank is supported by 14 legs, each supported on a concrete foot and a 15' riser pipe. The tank has 56 wind rods, 14 struts, 28 riser rods, and 36 anchor bolts, The tank is in overall good structural condition. One of the concrete footing is severely cracked and will need to be repaired at the time of rehabilitation. The protective coatings are no longer providing adequate corrosion protection, and are not sufficiently adhered to be over-coated. Severe corrosion and delamination was noted on the rafter support ring. Water Quality Issues Noted: CP plates need to be properly sealed. Inspector Stephanie Elko Page 2 of 47 Page 3 of 47 Page 4 of 47 Page 5 of 47 Page 6 of 47 Page 7 of 47 Page 8 of 47 Page 9 of 47 Page 10 of 47 Page 11 of 47 Page 12 of 47 Page 13 of 47 Page 14 of 47 Page 15 of 47 Page 16 of 47 Page 17 of 47 i Page 18 of 47 � � �. �� �� # � �� � � � � Page 19 of 47 Page 20 of 47 Page 21 of 47 Page 22 of 47 Page 23 of 47 Page 24 of 47 Page 25 of 47 Page 27 of 47 Page 28 of 47 Page 29 of 47 Page 31 of 47 Page 32 of 47 Page 33 of 47 Page 34 of 47 Page 35 of 47 Page 36 of 47 Page 37 of 47 Page 38 of 47 Page 39 of 47 Page 40 of 47 Page 41 of 47 Page 42 of 47 Page 43 of 47 Page 44 of 47 Page 45 of 47 Page 46 of 47 Page 47 of 47 � � � _ ..,,� � ,� 3w �-;��,;��,�, .. , . _ �,. v � �� �� � �,,� Ei7virQr�rr���;��1��� An�.�f���tic�l 7"pstir�c� Servic�s Per�e 1 of 3 Company; Dunham Engineering Report Date: Q8/22/14 Subrnilted Ry: Jin� Dunham Date Coilected; Q8i19/1�# CUent Code: 006 Date R�ceived: Q8/1�4j19 Report No,. Q0474i M<�trix; Paint Chips _ _ loeat(an: Meadaw �rook EST, Fort W�rth, TX � 5ample ID; �xterior Raint Lab ID: Q04791-i Parameter Resuit RL Units Tech Date Time Method Arsenic <2 2 ppm RM d8J2Qj1� 1430 6010* Barium <2p0 200 ppm RM 08/20j14 1434 6010* Cadmium <S 5 ppm RM 08J20/14 1430 6010* Chromi�m 24 10 ppm RM O8/20/14 1430 6010�" Lead 64 20 ppm RM 08/2Q/14 1�30 6010" Mercury <0,02 0.02 ppm JA 08/]9/19 1535 7�718* Selenium <2 2 ppm RM 08(20/i�i 1430 6010* 51ver <i 1 ppm RM 08J20/14 1430 6010* Sample ID; Interior Paint Lab ID: Q0474i-2 Parameter Result Rt. Units Tech Date Time Methad Arsenic <2 2 ppm RM 08/20/14 1430 6010* Barium <2Q0 200 ppm RM 08J20/14 1930 6410* Cadmium <5 S ppm RM 48/20/14 1430 6010* Chromium I4 10 ppm RM QHJ2011=� 1430 6010'� �ead 27 20 p�m RM OHJ20/14 1430 GdSO* Mercury c0.02 0.02 pprn JA Q8/19J14 I535 7471B� Selenium <2 2 ppm RM 08J20/14 1430 6010* Silver <1 1 ppm RM 08/20/14 I430 6010* *'Test Met�hqds For Ev�luaking 5�fid Nlaste, EPA 5W-846. ��ihar����:�Ar7�ly�ic:�l ��r��i���, Inc, 3'�'t t�E,:� �`+;:3�,; .,1i �? �,t;stcj �?�„��, 3E� <;�c�;lr,,�� St=,3tic�n, 1",� 7r=�3�t2 • F'f�c�f��� (;`f�9i 7��t i�i�3'� • rr�x (��� �; ;'?�;-1i;("�! },i`����r};>I�E: r,,V'v`Jtfll�[T';3;i 7!'��'`r,+�t �?� i;f)(ll 5._ii"1�1i� it?�:3�C`?:flt�Ril<l:i:?:'1�3���I;:1�.t;��Ti • 1 ��;� v�.��-� N ._��� � . ��-�v_ � . _ , >.-, Envircar�rn�ntal � Ar1alytiGal T�sfing �ervrc�s P�qe 2 of 3 Company; Dunham Engineering Repork C7ats: Qfl/22/14 Submitted By: lirn Dunham Date Coll�cted: 08/14/14 Client Code: q46 Date Received: 08/14/19 Report Na,: OQ9741 Matrix; Paink Chips Location: Meadow erac�k �ST, Fort Worth, TX Sample [D; Interior Paint - Dry Lab ID: 004741-3 parameter Result RL Units Tech Date 1'ime Method Arsenic <2 2 p�m Rh1 O8(20/14 1430 6Q10� 6ariurn <200 200 ppm RM O8(�0/14 193Q 6010* Cadmium <5 5 pprn RM p8/20/1�4 1430 GQ10* Chromium 17 16 ppm RM Q8J20/14 1430 601p�* Lead 35 20 ppm RM 08/20/14 1430 b010* Mercury <Q.02 6.02 ppm JA QB/19/14 1535 7471B* Seleniurn <2 2 ppm RM 08/20/14 1430 6010* Silver <1 1 ppm RM O8/20/l� 143d 6010* * Tesk Methods for Evaluating Solid Waste, EPA SW-846. ��-h�rn�as/�ns�lyti��l ��r�lic�:�, Ir��. `�C) zU.{ �_�::5 * 1"1'� � 4 `z e r � � Ii' r E '� � _,t�i € lw�� � � .�II€.,��� �t�tir�c�, ' X l� :�?� x r�d��r5t ��17�)) i C4-lrSf?5 � f� �x {�?� 9} ! i4- I�a� 4`JGr��;it��� :�P.�fv CE �,��1z�:7a��r�ly�i� �l ��r�'7 (�rn3ii �nf��;�it���ir��� analytEc.a� r���i77 F'age3of3 � '-�• Client Cod�: Oq6 R�port No.: OQ474I ----------------------________------------- Duplicate Analysis im !e IC�; �xterior Paint Parameter Original Result t�upiicake Resuit Arsenic <Z <2 ��r1�m <zoa <Zoo Cadn�ium <5 �S Chrorr�ium 24 27 Lead � 71 Mercury .a.oz <a,az Selenium <2 f2 5ilver <1 <1 RF�D 0.0 0.0 0.0 2.9 2.6 o.a o.a o.a RPD h1ax. 20 20 za 20 za za 2Q 20 ------------------------------------------ 5 ike Anai� sis -------------------------_______------- Parameter Spike Added Measured Conc. % Recovery Recovery Limits Arsenic Z5 21.8 87°!0 75 - 125 Barium 250 21�} 86°l0 75 - 125 Cadmium iQ $.37 84°l0 75 - iZ5 Chromiun�� 15 12.4 83°l0 75 - 125 Lead 100 87.5 88°l0 75 - 125 Mercury 10 $.$ 88% 75 - 125 Selenium 10 9.1 92% 75 - 125 Siiver 25 19.6 78% 75 - 125 ---------------------_-_-_----------- Laborato Contr Parameter 7rue Value Resulfi Arsenic �5.q �3.1 Barium 886 777 Cadmium 13.8 12,4 Chrarniurr� 37.5 30.6 Lead 338 310 Mercury 6.S 5,9 5elenium 13.7 12.4 Si(ver 47.�3 37.� Recovery $5°/a $8°fo 90%a $2% 92% �l°fo �!1% F38% ------------- QG Limits ea - �zo 80 - 120 80 - 12t� 8C7 - 120 flt� - 1�0 80 - 1�0 $0 - 120 80 - 120 �tory WORK PLATFORM � EXIS1iNG i2" D1A. QVEftFt.QV! PIPE EXISTING Li1D0ER FXfSTING TANK SHELL �'��i � •����s�,� �,*� � '. e � • • o...oe.e..eo•.o :. TRAVIS C. TAl'Uf�i •aeaee�omeea�eamee � � 110343 : �- ' tOFF�j`»' � e i a� • OG��+� ,t.'S/oNAI_ �-N. ` �j�Zti'`Za/� ORY RISER SECTiON VIFW ____ ___.� 1+Qi 70 SCuf; 4FT. DlA. QRY RISER PLAN VIEW — �.� � ltOT TO SC1i£ RE-i_QCATE EXIST. tIANDHOLD TO THIS LOCATION -....�� v---�SEAI WEl.D TO RISER, lYP ._.�-- • 3/i & x U '� FXIS�ING MANWAY (24'W x 18"H} ii f NEW L2x2xt/4 PthTfOR�I �RhCES (TYP. FOR 1W0) SEAL WEID FRA�F & BRACE TO RISER, lYP NFW PIATfpRM - FABRICATE 3 SIQEQ FRh1UE FRO?� L4x4xi/4 (l�ITER & WECU) WfTH 1/4" CHK�RD PIkTE FLOQR �SE1�L WEL[) TO fR�UdE) EXISTING HANDHOLD (TO BE REI.00ATF.Q, A60VE) Fxisrir,c 12� oia, ovcr��ow Nis�e NEW L2x2x1/4 PtATFOR�i BRACES (iYP. FOR 1140) NEV1 PIATFORM � F'hBRICATE 3 SIUEU l=RAtAE FR61A L4xhxi/h (l�ITER & Wf_lD) WITH I/4" GHK'fiD PtATE ft.QOR (SF.AI WEt.D TO FRA�IF.) ��/ scn� we�o 3�� � V\ FRA��E TO RISER, iYP ___ / l�ITER & SEAI WELO 1'-&°� \ f'ftAME, iYP NQTCS AND SPECIF[CAT[ONS 5trueturnl Sleel 1, Ar.elgn, fnbricntion, aUd croction of atructural stee] ahali be in accordanee witli AISC 5per.tflcat[ons, letest edLUon. 2. All eti•ucturat shupea and pl4tes ahnll contorm Lo ASPI[ A36. 3. F3uxuing n�d/or torch auttfng of holes !n m�mbers is expressly prohibited. 4. All welda nhatl be mede with SMAW procedures lu necorduuee w[lh ttie Structural WeldGig Code AWS lll.i, lateot ediUon. 5. ProWde temporary brecing !or aceurate pltuubing, arid to reaisl a11 conetruetton load3. EXISTING IADD[R CHOSE HANGERS R1SER TU9 Sf/�L WELD fWJdE, TYF M� �b•e•O �•�o0s�� �� � ' . • . • ................:. TRAVIS C. 7�ATUM .................. q,�; 110343 ,`� . I�+,�FS� � �: � � o�\��.�'� .s �<,S�ONAL E-N •-" L�/� �'!�/�l� � / 4�IE Al WELD 'v1TE PLATFOR�! SECTION VIEW NOT TO SCACE f-OP VEN-i� .__________.__�� 30" �- N` � � a- 3° � 24" SECTION A--A 30" OfA. DOME CAP(MIN. 3�16") STANDARU UR 5}iALLOW FCANGED AND DISN—HEAD. 80fT TQ VENT RISER WITH 3/h" E�O�T. Dome must complotely caver ve.nt pipe openings. — 6 GUT—OUTS F'OR VENT h"x6" ,,-„ ��16 MESI-f F1E?�RGLASS WINUOW SCREEN ARQUNQ VEN'I' PIPE AND QVFRI.AP BY 3". hIO�D IN PIACF WITH FIE3ERGLASS BANDS AT TOP & BOi�TOM FIBCRGLASS SANUS TOP & BO"Tl'OM ---• USE 6--5/8" HOLES EQUAL SPACF OR 15-1/2'� Q,C. FOR 1/2" BUL'1�S. FLANGFS TO BE 1/4" Pl.. f30LTS & NUTS Td B� S"lAINLE55 STEEL. Install new vent 1lange, ,��,,,�.� Vf�NT PfPE (MIN. 1/4") `7/� Y/.�.,�- A ___� FIBERGLASS WINDOW SC�EEN RISER W 24" UTA. PIPE £3 1/2" p�� Top Vent �lendowbrook EST ftehob. U N H A 1 ICIN��RIN �A D D E F� D ET� I I_._ F�abricate ladder in. �0 F t, l�7ngths Max, Support W/ � 1/2" wide x 3/8" -�hcik plate ��tand-oFfs every 10 FT, Max, both sides, , w �����������,qS1'�� .*� • �' •'• * . .� ................:. rr�Avis c, r�TUM •esoeeo�o►eoe��e�• q,� ,� f 110343 `,�- . I,{�F� �060��o��`'viMY' 1t�S�nNAI. YNG.o `�l �2 �j��M � �- � s• v z � � � 0 I 0 iUULR e� 4T BAR •- ER HtlUNTMG smE ent�s TYP. WELU AL� iAR RUNGS A�L AR[]UND ___. ------ -___. ___-L-__C___._l�.`� '�� NGIN�EF21N ttlon. Utlt Atful/� SIDE/MOUNTING VIEW W � o �a�o��� o `4.� �a°` t' �� -�. v, oa�„a V � Go-•„ n' �';c �.� ,$'E `n _ ajo yq.. " - -�+�5 i.�cv> o '3 c�.�; t} �4 4 e'c !' � ..6C�0 e 4 � = vOv.r'�o - _n'�3t��io : �� i ii c�� .fi. oa� .�'. �-: C -Y �> O �`0 3 c ov ��� � � � �'� O00 � p �o❑ . c v. � v Y r�a � ~ m ° v � � � � o q,, � �/t V � 4 Q � c.� � �ww �� � �� E O a°i3O� Q-� 4. � � � � �-- � w Ol� '� N v"' •� �� �I C' m Q � -�c � a-. �� ��� � � � � Ou� O� C��+�+� u �8 � � � d .� �� a •� vi � .L ' u:. v �� v o� � .a rti � o . � a o ° .. a a oao$E N.;: �. c c, � o o � o � _�zo4 � t, �3 e � o O v � � � ��� :m+ • mv �a (Q v .n v cs o b' �� � Q � � •�' q� � � `'��'' L° c,x > ° �. �� � ts 3 � ,II `� Q �-. � � p Y �� � � C •� � N O G fi Q a '�'O C '+� — O ` �. (,7 j V� L � N C71 ro � C �i 0\ N > di �, Eg � � q-� b`;' o\ �; o �, Q, .� t7 � r�U N� C p o�i �i.i N p� fi C � � v � v \ � q � � '� � E'O .� ... ' � O � m ,y �+ •_ cv � 4 C ty ¢i a (� rt�i ro G O � v� j�S O Ui � �"' a- F- O n. O� c1 G� W-O p C C �� oo t.� � m � m ' C1 N � ^ s �= "� o 0 j .c�° .c�� ia 'x"' ip C� m o� J '�„�`�.^ � O�. W � d d �`�, l� °' � o c � '- v 3 3 N ui � ° � — x ._�M��Q C'' Z N r, � > ��'NOMO� Qtn';��hN N � d' no � N '►E'-mzc�`�oo�o't�`- 0> > P� (� s'l� b Q � s;=,-. �� n � � �0. � �� 6 9C r �� b� �f�j O .. �Y, .,._. �. � ...._. _.... •... � E � • � • •• .:��....... �,A � • � rY SU N Ul N � �k, '_'_ , „ ..,�. '���h��,u �._._..__ . f�` � F--� O _�,- .-t al w� A:,`'+, �•.'e � �� u � � - . , r. ... .., . .... ,.,` {� � � � � � / , ' . . _..e . . �. . �/. :___. . ___ ._.._..__._�»._'„ W � � � � � � �.. � , � . �.. � 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION AC Mechanic AC Mechanic Helper Acoustical Ceiling Installer ; Acoustical Ceiling Installer Helper Bricklayer/Stone Mason Bricklayer/Stone Mason Trainee Bricklayer/Stone Mason Helper ' Carpenter Carpenter Helper Concrete Cutter/Sawer Concrete Cutter/Sawer Helper Concrete Finisher ' Concrete Finisher Helper Concrete Form Builder Concrete Form Builder Helper i Drywall Mechanic Drywall Helper Drywall Taper Drywal) Taper Helper Electrician (Journeyman) Electrician Apprentice (Helper) ' Electronic Technician Floor Layer Floor Layer Helper Glazier Glazier Helper Insulator Insulator Helper Laborer Common Laborer SI<illed ' Lather Metal Building Assembler Metal Building Assembler Helper Metal Installer (Miscellaneous) Metal Installer Helper (Miscellaneous) Metal Stud Framer ; Metal Stud Framer Helper Painter Painter Helper Pipefitter Pipefitter Helper Plasterer ; Plasterer Helper Plumber Plumber Helper , Reinforcing Steel Setter Wage Rate $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 25.24 13.67 16,83 12.70 19.45 13.31 10.91 17.75 14.32 17.00 11.00 15.77 11.00 15.27 11.00 15.36 12.54 15.00 11.50 19.63 15.64 20.00 18.00 10.00 21.03 12.81 16.59 11.21 10.89 14.15 12.99 16.00 12.00 13.00 11.00 16.12 12.54 16.44 9.98 21.22 15.39 16.17 12.85 21.9$ 15.85 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 ' Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worl<er $ 16.35 Sheet Metal Worl<er Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinl<ler System Installer Helper $ 14.15 , Steel Worl<er Structural $ 17.00 Steel Worker Structura) Helper $ 13.74 Waterproofer $ 15.00 ', Equipment Operators Concrete Pump $ 18.50 Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31 ' Forldift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 ' Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 ' The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman ' Trubitt, PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's (The Construction Association) website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2