Loading...
HomeMy WebLinkAboutContract 46443 CITY SECRETMM FO RT WO RT H Cc�rrR�►cT�v. �'� � PROJECT MANUAL FOR THE CONSTRUCTION OF Timberline Water Tank Rehabilitation Project City Project No. 02330 Betsy Price David Cooke Mayor City Manager Andrew T. Cronberg, P.E. Interim Director, Water Department Charly C. Angadicheril, Assistant Director Prepared for The City of Fort 'Worth 2014 By: ' 'Dank Industry Consultants 7740 West New York Street Indianapolis, Indiana 46214 4 Registration No. F-2891 TIC 14.164.5465.013 OFFICIAL RECORD CITY SECRETARY RF . 1 FT.WORTH,TX 120014 %sleet for Award Markag ema t Ww assatanaa lar Advanmd Search EMIv Advanced Search - Entity R) Active Reylatratwana L] lnanlva Reylatradona Reglftrotlotte vAtk ae Active ettholon(m) U Yes U No Regfatmtlana with Do iaquent Federal Debt yes u No Within an acwdtx,search vvd he performed w th an OR cN40m,&etween accordions,smrh vA be iwfa'n ed with ars AND axW tW. EnY If you search by anything other than Mmftss Name,the rerrehhg fields on M page vA be h000esabfe. J &rAIMSx Name Bt�S I FC.18s,5(C Probecbw Caetlrigs — CAGECOde Fes+Tye Wcatim Sod-&onomlc Status U Products and Services fah 1 fyn.m for Award Rtaeaee®eat 1.0 1BMvl.A,731047 Not*to a thetas 7h19 Is a Federal Govemment computer system Use of this *&ggy, system co wMAes cone to rcwAwN at al thus. hUM:/A t+w.wmgo4porieiSAMnnartgsJOMstate=JBMS rOD ABX.daACJgYXZheC5rnY114Nicy6tth'3lf1bC VUYn1pZGcIUNUQVRFXOIEAAAAAQApdnildzo3... 111 12/9/2014 System for Award Manag ement -W dSKk£t FfIC£FOI SCari'ti�,',�j Search Results Notkst This prhted docuAvrnt repreS, only the fist page of your SAM Search rents.More resists r,ey be avaiable.To print Your conplete search resells,you Gkmsary can dwamlead the PDF and prht L No records found for currant search, search ResultlE Entity Exclusion MUD By Retard Status BY Func,Mnal Area.Entty Managernent 3y Nrldlanal Area- Performsnr.e tntonrhatbn SAN I sy.rwm far sward Marwge amt 1,0 IBM Y1.P.23. 26-1047 IMOte to a Wert:This Is a Federal Govern rrent con"r system,1t o of this system monOutes consent to nwltor"at al lhhes. hftmJA&wv.Samgo4portaUSAM/7tts4getlonelstate=J'OPNS_rOOABXdcACJgY7C2heC5mYV4NIr}&Ab3LJObGVOYmWGdlUNUQVRFXOPEAAAAAQA1ldmlldzaxY... 1f1 FORTWORTH PROJECT MANUAL FOR THE CONSTRUCTION OF Timberline Water Tank Rehab .itation Project City Project No.02330 s Betsy Price David Cooke Mayor City Manager Andrew T. Cronberg, P.E. Interim Director, Water Department Charly C. Angadicheril, Assistant Director Prepared for The City of Fork Worth 2014 By. Tank Industry Consultants 7740 West New York Street Indianapolis, Indiana 46214 Registration No. F-2 ti..r Ce % Gregory " hip-Stein, P.E. .. .. ........: Registered Professional Engineer,No. 79470 '•. State of TexasjY ' TIC 14.164.5465.013 000060- l _+ TABLE OF CONTENTS Page I oft SECTION 00 04 00 TABLE OF CONTENTS Division 00-General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda ,r 0011 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 0041 Oil Bid.Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalifications 00 45 26 Contractor Compliance with Workers'Compensation law 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 0061 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 -General Requirements 01 11 00 Summary of Work 01 1500 Abbreviations and Symbols 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 3300 Submittals 01 3500 Coordination 01 4000 Regulatory Requirements 01 45 23 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 6600 Product Storage and Handling Requirements 01 74 23 Cleaning 0177 19 Closeout Requirements - 01 7839 Project Record Documents Technical Specifications 02 67 50 Disinfection of Water Distribution Systems 09 80 00 General Specifications for Coating Systems 0987 10 Exterior Coating System for Steel Storage Tank 09 87 20 Interior Dry Coating System for Steel Storage Tank 09 87 30 Interior Wet Coating System for Steel Storage Tank 09 88 00 Concrete Coating 13 20 00 Steel Water Storage Tank Rehabilitation CITY OF FORT WORTH Timberline Water Tank RehabWtatian SPECIFICATION DOCUMEN"T'S Project 42330 Revised October 31,2©14 TIC M164.S465.013 000000-2 TA13LE OF CONTENTS Page 2 of 2 Drawings ATM Access Tube Manhole CC Closure Chains CRV Clog-Resistant Roof Vent,Sheets 1-4 IWP Interior Platform Safety Railing LR 1-3 Interior Ladders NP Nameplate Attachment Bracket Rd Roof Rigging Opeaings Appendix Wage Rates Summarized Tank information Sheet Tank and Site Drawings Job Safety Analysis Form Contractor Safety Checklist Daily Jobsite Safety Survey Report Submittal Check List Preliminary Evaluation and Assessment Report—Tirnberline Tank END OF SECTION y CTY OF FORT WORTH Timberline Water Tank Rehabilitation SPECIFICATION DOCUMENTS Pmjxt 02330 Revised October 31,2014 TIC 14.164.S465.013 M&C Review Page I of 2 Official sue of the City of Fort worth, Texas CITY COUNCIL AGENDA FORT 1I Ir COUNCIL ACTION: Approved on 2/3/2015 - Ordinance No. 21632-02-2015 DATE: 2/312015 REFERENCE C-27178 LOG NAME: 60TIMBERUNE ELEVATED NO.: STORAGE TANK CODE: C TYPE: CONSENT HEARIING: NO SUB.IECT: Authorize Execution of a Contract with Classic Protective Coatings, Inc., in the Amount of $1,256,950.00 for the Timberline Elevated Storage Tank Rehabilitation Project and Adopt Appropriation Ordinance (COUNCIL DISTRICT 8) RECOMMENDATION: It is recommended that the City Council 1. Authorize he transfer of $1,256,954.00 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$1,255,950.00; and 3. Authorize execution of a contract wit? Classic Protective Coatings, Inc., in the amount of $1,2.56,950.00 for the Timberline Elevated Storage Tank Rehabilitation Project. DISCUSSION: The Timberline two million gallon elevated storage tank was constructed in 1557. The last coating rehabilitation of the tank occurred in 2004. This elevated tank provides potable water storage and fire protection for areas in southeast 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 Tank Industry Consultants, Inc., for the Timberline elevated storage tank rehabilitation project. On July 22, 2014, (M&C C-26879) the City Council authorized execution of an engineering agreement with Tank Industry Consultants, Inc. for the design a-ld preparation of contract documents for the recoating and structural repairs of the Timberline elevated storage tank. The project was advertised on November 6, 2014 and November 13, 2014 in the Fort Waith Star - Telegram. On December 4, 2414, the following eight bids were received: BIDDER JBID AMOLINT IICONTRACT http://apps.cfwnet.org/counc'l 15 2141201-5 M&C Review Page 2 of 2 Classic Protective Coatings, Inc. $1,256,950.00 154 calendar days, N.G. Painting, L.P. $1,541,400.00 �. American Suncraft Co., Inc. $1,616,460.00 Blastco Texas, Inc. $1,755,000.00 L.G. United Painting Co„ Inc. $1,886,000.00 TMI Coatings, Inc. $2,319,200.00 Horizon Bros. Painting, Inc. $2,461,610.00 M.K. Painting, Inc. $2,624,000.00 M1WBE Office-A waiver of the goal for MBF/SBE subcontracting requirements was requested by the Water Department and approved by the M/WBE Office, in accordance with the MIWBE or BDE +� Ordinance, because the purchase of goods or services from source(s) where sub-contracting or supplier opportunities are negligible. The project is located in COUNCIL DISTRICT 8, FISCAL INF©RMATIONICERTIFICATION: i 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 FundlAccount/Centers FROM Fund/Account/Centers 1&2 1 PE45 538040 0649020 $1,256,950.00 P253 4.76045 608180233[] 0 $1,256,950.d[I 3 $1,256,950.00 1_&2) $1.256.950.00 253 541200 608180233080 P253 541200 608180233080 Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head:_ Andy Cronberg (5020) Additional Information Contact.. Chris Harder(8293) ATTACHMENTS 60TIMBERLINE ELEVATED STORAGE TANK map.pdf 60TIMBERLINE ELEVATED STORAGE TANK P253 A015.docx A http:/Lapps.cfwnet.org/council_packet/mc_review.asp?ID=20539&councildate=213/201.5 2/4/2015 M&C Review Page 1 of 1 Official site of the City of Fort worth,rums CITY COUNCIL A.GEN DA FOR - COUNCIL ACTION. Approved on 10/2912013 DATE: 10129/2013 REFERENCE ."C-26534 LOG NAME:. 20PREVAILING WAGE NO.: RATES 2013 CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Adopt 2013 Prevailing Wage Rates for City Awarded Public Works Projects(ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council adopt the attached 2013 Prevailing Wage Rates for City- awarded Public Works projects. DISCUSSION: Texas Government Code Chapter 2258 requires that a public body awarding a contract for Public Works shall determine the general prevailing rate of per diem wages for each craft or type of worker needed to execute the contract. The public body is required to specify in the bid documents for any Public Works contract, and in the contract itself, the wages as determined and adopted by the public body- The attached 2013 Prevailing Wage Rates data for Heavy and Highway Construction projects identifies the current Davis-Bacon Act prevailing wages for heavy and highway construction projects applicable to the local wage rate zone.The attached 2013 Prevailing Wage Rates data for Commercial Construction projects identifies average wage rates based on a salary survey conducted. and published by the North Texas Construction Industry(Fall 2012). The 2013 Prevailing Wage Rates will be included in future City-awarded infrastructure bid documents and contracts once adopted. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that this action will have no material effect on City funds. TO Fund/Account/Centers FROM Fund/Account/Centers Submitted for City Manager's Office by: Fernando Costa(6122) Originating Department Head: Douglas W. Wiersig (7801) Additional Information Contact: Roy Teal(7958) ATTACHMENTS NevvC0FW Hor.pdf NeyvCOFW Vert.pd a http://apps.cfwnet.org/r,ounc"acket/mc_review.asp?ID=19155&c,ouncildate=10/29/2013 1117/2013 001113-1 INVITATION TO BEDDERS Page 1 of 2 SECTION 04 1113 INVITATION TO BIDDERS '' RECEIPT OF BIDS Sealed bids for the construction of tl•,e Timberline Water Tank Rehabilitation Project will be received by the City of Fort Worth Purchasing Office: City of Fort Worth Purchasing Division 1000 Throckmorton Street Fort Worth,Texas 76102 until 1.30 PM CST, Thursday,December 4, 2014,and bids will be opened publicly and read aloud at 2:00 PM CST in the Council Chambers. GENERAL DESCRIPTION OF WORK The major work will consist of the(approximate) following: structural repairs and recoating of a 2.0 million gallon welded steel elevated storage tank, located off of Trueland Drive in Fort Worth,Texas. PREQUALIFICATION The improvements included in this project must be performed by a contractor who has been pre- qualified to bid this project by the City prior to the bid opening. The procedures for qualification and pre-qualification are outlined in the Suction 00 21 13--INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at hgp://www.fortworthgov.org�purchasine and clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The ot Contract Documents may be downloaded,viewed,and printed by interested contractors and/or suppliers. Copies of the Bidding and Contract Documents may be purchased from Tank Industry Consultants,Inc.,located at 7740 West New York Street,Indianapolis,IN 46214,317-271-3100, attention Mr.Patrick Brown. The cost of Bidding and Contract Documents is.- Set s:Set of Bidding and Contract Documents: $150.00 PREBID CONFERENCE A prebid conference may be held as described in Section 00 21 13 -INSTRUCTIONS TO BIDDERS at the following location,date, and time: ., DATE: November 19,2014 TIW: 10:00 AM CST PLACE: South Holly SCADA Conference Room, 1511 11 th Avenue, Fort Worth,Texas 76179 CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject bids_ CrrY OF FORT WORTH Timberline Water dank RehaabWtatitm SPECIFICATION DOCUMENT'S Project 02330 Revised October 31,2014 TIC 14.164.S465.013 0011 13-2 INVITATION TO E®DERS r Page 2 oft INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn. Chris Harder,City of Fort Worth Water Department Email: Christopher.Harder@fortworthgov-org Phone: 817-392-8293 ANDJOR Attn: Ray Penny Email: Penny@tankindustry.com tankindustry.com Phone: 281-367-3511 ADVERTISEMENT DATE November 6,2414 and November 13,2014 END OF SECTION .w CITY OF FORT WORTH Timbmiine water Tank Rehabilitation SPECIFICATION DOCUMENT'S Project 02330 Revised October 31,2014 TIC 14.164.5465,013 6621 !3-! INSTRUCTIONS TO BIDDERS Page i of 9 SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms 1.1.Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 72 00-GENERAL CONDITIONS. 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm,partnersbip,company,association, or corporation acting directly through a duly authorized representative,submitting a bid for performing ' the work contemplated under the Contract Documents- 1.2.2. ocuments_l.2.2. Nonresident Bidder: Any person, firm,partnership,company,association, or corporation acting directly through a duly authorized representative,submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1-2_3. Successful Bidder: T!e lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided)makes an award. 2. Copies of Bidding Documents 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents_ 2.2.City and Engineer in making copies of Bidding Documents available do so only for the • purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. + 3. Special Prequalification of Bidders(Prime Contractors) 3.1.All Bidders are required to be prequalified for this project prior at least 7 days prior to the bid opening_ Bids received from contractors who are not prequalified(even if inadvertently opened)shall not be considered. 3.2.Each Bidder shall submit to City within seven(7) calendar days prior to Bid opening,the documentation identified in Section 00 45 11,BIDDERS PREQUALIFICATIONS. 3.2.1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. w Cr!"Y OF FORT WORTH Timberline Water Tank Rehabilitation 5PECIF1CATSON DOUMENTS Project 02336 Revised Oewber 31.2614 TIC 14.164-S465.013 002113-2 INSTRUMONS TO BIDDERS Page 2 of 9 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in its sole discretion may require,including but not limited to manpower and equipment records, information about key personnel to be assigned to the project,and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to deliver a quality product and successfully complete projects for the amount bid within r' the stipulated time fi-ame, Based upon the City's assessment of the submitted information,a recommendation regarding the award of a contract will be made to the City Council- Failure to submit the additional information, if requested,may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4.In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 3.5.Special qualifications required for this project will be based on a company financial evaluation,company historical schedule compliance,evaluation of proposed project manager and project superintendent,and company work history. _ 4, Examination of Bidding and Contract Documents,Other Related Data, and Site 4.1.Before submitting a Bid, each Bidder shall; 4.1.1. Examine and carefully study the Contract Documents and other related data identified in the Bidding Documents(including"technical data" referred to in Paragraph 4.2. below),No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto,shall be binding upon the City. 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general,local and site conditions that may affect cost,progress,performance or furnishing of the Work. 4.1.3. Consider federal,state and local Laws and Regulations that may affect cost, ,progress,performance or furnishing of the Work. 4.1.4. Study all, (i)reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities)that have been identified in the Contract Documents as containing reliable"technical data" and (ii)reports and drawings of Hazardous Environmental Conditions,if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." MY OF FORT WRATH Timberline waterTank Rehabilitation SPECIFICAnON DOCT iM0nS Project 02330 Revised October 31,2014 TIC 14.154.5455.013 002113-3 INSTRUCTIONS TO BIDDERS Page of 4.1.5. Be advised that the Contract Documents on file with the City shaE constitute all of the information which the City will fiunish.All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda Were actually written into the original Contract Documents.No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.6. Perform independent research.,investigations,tests,borings, and such other means as may be necessary to gain a complete knowledge of the conditions Which will be encountered during the construction of the project. On request,City may provide each Bidder access to the site to conduct such examinations, investigations, explorations,tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its farmer conditions upon completion of such explorations, investigations,tests and studies. 4.1.7. Detern-dne the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all inforrriation required to make a proposal. Bidders shall rely exclusively and solely upon their ~ awn estimates,investigation,research,tests,explorations,and other data which are necessary for full and complete information upon which the proposal is to be based_ 1t is understood that the submission of a proposal is prima-facie evidence that the Bidder has made the investigation,examinations and tests herein required.Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. 4-1.8. Promptly notify City of all conflicts,errors,ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to snake such corrections or interpretations as may ! be deemed necessary for fulfillment of the intent of the Contract Documents- 4.2. Deference is made to Section 00 73 00—Supplementary Conditions for identification of- 42.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The Iogs of Soil Borings,if any, on the plans are for general information only. do Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures(except Underground Facilities)which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. i CITY OF FORT WORTH Timberhne Wates Tank RehabWtation SPECIFICATION DOCUMENTS ftjcct 02330 Revised October 31,2014 TIC 14.1613,5465.013 0021 13-4 INSTRUCTIONS TO BMDERS Page 4 of 4 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents,but the"technical data"contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4-02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any"technical data"'or any other data,interpretations, opinions or information. 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) that Bidder has complied with emery requirement of this Paragraph 4,(ii)that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means,methods,techniques, sequences or • procedures of construction(if any)that may be shown or indicated or expressly required by the Contract Documents, (iii)that Bidder has given City written notice of all conflicts,errors,ambiguities and discrepancies in the Contract Documents and the .. written resolutions thereof by City are acceptable to Bidder,and when said conflicts, etc.,have not been resolved through the interpretations by City as described in Paragraph 6., and(iv)that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and famishing the Work. 4.4.The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls(PCBs),Petroleum.,Hazardous Waste or Radioactive Material covered by Paragraph 4.06.of the General Conditions,unless specifically identified in the Contract Documents. S. Availability of Lands for Work,Etc. 5.1_The lands upon which the Work is to be performed,rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities,construction equipment or storage-of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2.Outstanding right-of-way, casements,and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions.In the event the necessary right- of-way, easements,and/or permits are not obtained,the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way,easements,and/or permits,and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require penults and/or easements. F MY OF FORT WORTH Timberline Water Tank Rehabilitation SPECIFICATION DOCLIMEN-M Project 02334 s Reviser/October 31,2014 TIC 14.164.5465.013 .. 0021 13-5 INSTRUCTIONS TO BIDDERS Page S of I 6. Interpretations and Addenda 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions received after this day may not be responded to.Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: City of Fort Worth 1000 Throckmorton Street Fort Worth,TX 76102 Attn: Chris Larder,Project Manager Email: Christopher.Harder@fortworthgov.org Phone: 817-392-8293 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. '• 6.3.Addenda or clarifications may be posted via Buzzsaw. 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or lNVMATTON TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting OR the requirements of Paragraphs 5.01 of the General Conditions. 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and deliver the complete Agreement within 10 days after the Notice of Award, City may consider Bidder to be in default,rescind the Notice of Award,and the Bid Bond of that Bidder will be forfeited. • Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all other Bidders whom City believes to have a reasonable chance of receiving the award will be retained by City until final contract execution. , CrrY OF FORT WORTH Timberline water Tank Rehabilitation SPECIFICATION DOCUMENTS Project 02330 Revised October 31,2014 TIC 14.164.5465.013 002113-6 INSTRUCTIONS TO BIDDERS Page 6 of 9 +8. Contract Times The number of days within which,or the dates by which,Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. As indicated and defined in the Bid Forlri, substantial completion shall be achieved on this project within 120 calendar days from the effective date of the notice to proceed. Final Completion shall be achieved within 150 calendar days from the effective date of the notice to proceed. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement and defined in the bid Farm. Due to the criticality of the Northwest Elevated Water Tank to the Fort Worth water system, liquidated damages have been set at$500 per calendar day for both substantial and final completion. 10. Substitute and "Dr-Equal" Items The Contract,if awarded,will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or"or-equal" items. Whenever it is indicated or specified in the Bidding Documents that a"substitute"or"or- equal"item of maternal or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective a Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 01 25 00 of the General Requirements. 11. Subcontractors,Suppliers and Others 1 l.1. In accordance with City Ordinance No. 15530(as amended),the City has goals for the participation of minority business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. For this project,a waiver of the goal for MBE subcontracting requirements was requested by the Department and approved by the MWBE office, in accordance with the MBE ordinance, because the purchase of goods or services from sources with sub contracting or supplier opportunities are negligible. 11.2. No Contractor shall be required to employ any Subcontractor, Supplier,other person or organization against whom Contractor has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents, additional copies maybe obtained f Torn the City_ Cr1Y OF FORT WORTh Rmbertine Water Tank RdmbWtat tta SPECIFICATION DOCUMENTS Project 02330 Revised October 31,2014 TIC 14_I&CS465.013 + 00113-7 INMUCrIONS TO BIDDERS Page 7 of 4 12.2. All blanks on the Bid Form must be completed by printing In ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each Bid item,alternative, and unit r price item listed therein. In the case of optional alternatives,the words "No Bid," "No Change,"or"Not Applicable"may be entered. Bidder shall state the prices, written in ink in both words and numerals, for which the Bidder proposes to do the work contemplated or furnish materials required. All prices shall be written legibly. In case of discrepancy between price in written words and the price in written numerals,the price in written words shall govern. " 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or ether corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the fu-m shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. + 12.8. A11 names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11- Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section OQ 43 37—Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be subn-litted on the prescribed Bid Form,provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to City Manager of the City,and shall be enclosed in an opaque sealed envelope, marked with the City Project Number,Project title,the name and address of Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system,the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. CITY OF FORT WORTH Timberline Water Tank RrbabWtst on SPECIFICATION DOCUMENT'S Frojwt 42330 R=is©d October 31,20I4 TIC 14.164.5465.1113 0021 i3-8 INSTRUCTIONS TO BIDDERS Page 8 of 9 14. Modification and Withdrawal of Bids _ 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. After all Bids not requested for withdrawal are opened and publicly read aloud,the Bids for which a withdrawal request has been properly filed may,at the option of the City,be returned unopened. t4.2. Bidders may modify their Bid by electronic communication at any time prior to the time set for the closing of Bid receipt. 15. Opening of Bids Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An abstract of the amounts of the base Bids and major alternates(if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for the tirne period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion,release any Bid and nullify the Bid security prior to that date. 1.7. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids,including without limitation the rights to reject any or all nonconforming, nonresponsive,unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best = interest of the Project to make an award to that Bidder,whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by City. City also reserves the right to waive informalities not involving price,contract time or changes in the Work with the Successful Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sura thereof will be resolved in favor of the correct sum Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders,Bidder is an interested party to any litigation against City, City or Bidder may have a clairn against the other or be engaged in litigation, ` Bidder is in arrears on any existing contract or has defaulted on a previous contract,Bidder has performed a prior contract in an unsatisfactory manner,or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded_ CITY OF FORT WORTH Timberline Water Wank Rraahilimnoo SPECIFICATION DOCUMENT'S Project p?330 Revised October 31,2014 TTC J4,164-S465,013 002113-9 INSTRUMONS TO BIDDERS Page 9 of 9 17.2_ City may consider the qualifications and experience of Subcontractors, Suppliers,and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers,and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs,maintenance requirements,performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. l 7.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility,qualifications, and financial ability of Bidders,proposed Subcontractors,Suppliers and other persons and. organizations to perform and furnish the Work in accordance with the Contract w Documents to City's satisfaction within the prescribed time_ 17.4. Contractor shall perform with his own organization,work of a value not less than 35%of the value embraced on the Contract,unless otherwise approved by the City_ 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and Y responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. w 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded,City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute * acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by the City. 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement When City issues a Notice of Award to the Successful Bidder, it will be accompariied by the required number of unsigned counterparts of the Agreement. Within 14 days thereafter Contractor shall sign and deliver the required number of counterparts of the Agreement to City with the required Bonds,Certificates of Insurance, and all other required documentation. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION MY OF FORT WORTH Timberline Water Tank Rdmbilitatiou SPECIRCAT ION DOCUMENTS Project 02330 Revised October 31,2014 TIC t4,164-S465.013 003513-1 ' CONFUCT OF INTEMST AFFIDAVIT Page 1 of 1 SECTION 00 3513 CONFLICT OF INTEREST AFFIDAVIT Each bidder,offeror,or respondent(hereinafter also referred to as"you")to a City of Fort Worth (also referred to as"City")procurement are required to complete Conflict of Interest Questionnaire(the attached CIQ Form)and Local Government Officer Conflicts Disclosure Statement(the attached CIS Form)below pursuant to state law.This affidavit wilt certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work.The referenced forms may be downloaded from the website links provided below. h_ ttp:11►vtv-%v.ethics.state.tx.us/forcns , df http://wwv y.ethics.state.tx.us/forms/CIS.pdf' CIQ Form is on file with City Secretary Q CIQ Form is being provided to the City Secretary CIS Farm is on File with City Secretary CIS Form is being provided to the City Secretary BIDDER: - (NQS'c I G Pro tech Ve, cAcif1 rm By: 1<0 Company (Please Print) N1 � '� u ti� HWU 25 Signature: Address Mend rano n«1 W1 541151 Title. ' City/State/Zip (Please Print) END OF SECTION CITY OF FORT WORTH Timberline Water Tank AehabilttaLon SPECIFICATION DOCUMENTS Project 02330 RCv1Sed OCIDber 31.2014 TIC 14,164-S465,013 004100 SID FORM Pagel of 3 SECTION 00 41 00 BID FORM TO: The City Manager c/o,The Purchasing Department 1040 Throckmonon Street City of Fort Worth,Texas 76102 FOR: Timberline Water Tank Rehabilitation Project City Project No.: City Project No.42330 i, Enter Into Agreement The undersigned Bidder proposes and agrees, it this Bid is accepted,to enter into an Agreement with City in the Form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within ' the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. Z. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of alt costs 10 provide the required insurance,will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group,association, organization, or corporation, 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Sid- 2-5. Bidder has not solicited or induced any individual or entity to refrain from bidding- 2.6. idding_2.6. Bidder has not engaged in corrupt,fraudulent,collusive,or coercive practices in competing for the Contract For the purposes of this Paragraph- a. "corrupt practice"means the offering,giving,receiving,or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b_ "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the bidding process 10 the detriment of City(b)to establish Bid prices at artificial non-competitive levels,or(c}to deprive City of the benefits of free and open competition. c. "collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial,non-competitive levels. d. "coercive practice"means harming or threatening to harm,directly or indirectly,persons of their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION uOCUPAENTS Farm Revisal 28124327 T11rIEw"Bw Fmm Cir}41 00 Br0 FORM Pape 2 oI 3 3. Prequalificatlon The Bidder acknowledges that the following work types must be performed only by prequatified contractors: a. abrasive blast cleaning b. painting c. welding 4. Time of Completion 4.1. The Work will be substantially complete within 120 calendar days from the date established by the Notice to Proceed. Substantial Completion shall be defined as the ability to place the Timberline Tank into service. Final Completion shall be achieved within 150 calendar days from the date established by the Notice to Proceed. The time between substantial and final completion is reserved for cleanup, demobilization, and final paperwork- The Contract 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 final completion within the times specified in the Agreement. Should substantial and final completion not be achieved within 120 and 150 calendar days respectively,the Contractor shall be assessed liquidated damages at a rate of$500 per calendar day, in accordance with Article 14.02 D of the Standard General Conditions of the Construction Contract. 5. Attached to this Bid The following documents are attached to and made a.part of this Bid.- a- id:a. This Bid Form,Section 00 41 00 b. required Bid Bond,Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non resident Bidder,Section D0 43 37 e. MWBE Forms(opbonal at time of bid) f. Conflict of Interest Affidavit,Section 00 35 13 'If necessary,CfQ or CIS forms are to be provided directly to City Secretary g. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6,1, Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below,please enter the total bid amount for this project.Only this figure will be read publicly by the City at the bid opening. &.2. it is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities. shown in this proposal and then totaling all of the extended amounts. CITY OF FORT WORni STANDARD CONSTRICTION SPECIFCAVION DOCLIMEN7S Form Rwwd 20120,327 TrmYradm Sid Forms 00 4 r 00 BID FORM Pape 3 or 3 6.3. Evaluation of Alternate Bid Items TDtal Base Bid $1,256,950-00 No Additive Alternate Bid Items Total Did $1,256,950.00 7. Bid Submittal This Bid is submitted on December 2,2014 by the entity named below. Respectfully submitted. Receipt is acknowledged of the followingAddenda- Initial Addendum No.I., (Signature) Addendum No.2: Addendum No.3. Ray Vlhtke jAddenclum No.4: ti (Printed dame) Title. President Company. Classic Protective Coatings,Inc. Gorporate Seal: Address: N7670 State Hwy 25 Menomonie,WI 54751 State of Incorporation: Florida Email: eather ssicnrotectivecoatinns.carn Phone: 715-233-6267 END OF SECTION s CRY OF FORT WORTH STANDARD CONSTRUCTION SPECtFiCA'NON DOCUMENTS Form Revis d 20120327 Tur barlm Bid Fornin R Q_ �� 6 4 m C) C1 P C3 d O C] d C] C7 P P C1 C7;6 d 4 GI CS O P C7 C! O P 4 C] C7 C7 C) C7 Q C7 d C7 G d O 0 C3 C) P C] O C7 0 O P Q fl CI 00 O 1[) 00 O C9 O QC7 C7 O d d Q Q C1 N N 4; C7 a0 LQ U.) 4 C] d] 47 sr to W" 'Q w OI oo N [�) R 00 N 'd' LRc •� 7+ f9 M9 N� W !A fA � 69 69 Lr, N 7 r �WV A V � O 0 P b C7 Q 0 d d Q O D O'P;P CS sf ,•gx d O P C? C) P C) C) O P O d d'Oi P q pa pq v 4 C3 C7 47 Q C) C7 to o 0 d K) Ci C. o try et p � ►+� U Q Cy F- C+ Q C3 i+ 'W) C] 6 Q Q C3 � 49 � o N N! w e- M OP 1- R. r I 4y V T3 .r+ GY' Q ffi W �l1 G r-C, V �' S Q r N 6p • -c r � W y r 4 rs j L. U, 2-1 o-- 4' C : 4 7 m n E E w n m E CL e w o ❑ O CS a 8C] R 47. 3 dv o d o [s o Q n Q O'Q o a [7 cV N N M N N N pj a G d i 4 Q ca a i`7 u i`] eri t6 M !'l M CS Q P CS CS d Q � y N i7 l7 17 H7 4'R [") n1 eq aL M d Q Q z ° 6 j C C i9 to ty 13 w CL Y c tt m Im rte ' a Or_ +� Cp�r p v 7 v u co � Q F O.2 w C P 8 Q s u e YL c CC N 32TE a'c LX m Z m i 0 co ' m G n Ca i12 cu E ca m Cn C? 3 m m y v �, •� . C p IT=rye!] m = ° `a cc3c c m M Va c Fwd,�v W, CL++ EI 7 C �W Gnl LL W 7 C d"y w ac Di w � x u € C9 U�� W 43 37 VENDOR COMPLIAMC.E TO STATE LAW Page 1 of 7 SECTION QO 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 ordar 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 arrourit lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that oidder.Resident bidders must check the box in Section 8. A. Nonresident bidders in the State of our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident binders in the State of Wisconsin our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. ❑ BIDDER. Classic Protective Coatings,lnc. By, Ray Wilke N7670 State Hwy 25 S!f (Signature) Menomonie,WI 54751 Title- President Date-- 12 1 2_+ 14 END OF SECT9ON C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Farm Revaed X77[7627 1 umtwaim Bid Forms 004511-I BIDDERS P1ZEQtIALiF1CATIONS Page i of 3 SECTION 00 45 ill BIDDERS PREQUALIFICATIONS 1. Summary: All contractors are required to be prequalified for this specific tank rehabilitation project by the City prior to submitting bids.To be eligible to bid the contractor must submit the required prequalification paperwork within the time stipulated,and be approved by the City prior to the bid opening. Prequalification information must be submitted to the designated City Project Manager at least semen(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 submission: a. FINANCIAL-A complete set of current audited or reviewed financial statements. M f (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. EXPERIENCE—For an experience record to be considered to be acceptable, it must reflect the experience of the firm in performing tank rehabilitation projects_ Experience must be on projects that were completed no more than five years prior to the bid date. A minimum of three references must be included. References must include a contact person,telephone number,project name,total cost, and type of work performed. c. EQUIPMENT—The prospective bidder shall list the equipment that the Contractor has available for the project and list the equipment that the Contractor will rent as may be required to complete the project. d. PERSONNEL AND SCHEDULE: The prospective bidder shall submit the names and resumes for the proposed project manager and project superintendent. This information shall include a list of all projects that the proposed project manager and project superintendent completed within the last five years to demonstrate ability to complete complex tank rehabilitation projects in a timely manner. Provide list of contact persons(preferably field inspectors or resident engineers)with names and phone numbers_ e. ORGANIZATION: A certified copy of the firm's organizational docwrents (Corporate Charter,Articles of Incorporation,Articles of Organization,Certificate of Formation,LLC Regulations,Certificate of Limited Partnership Agreement). ,. f_ TAX INFORMATION: The firm's Texas"Taxpayer Identification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.ushaxpermitl and fill out the application to apply for your Texas tax ID. 2. Prequalification Financia[Statement Requirements a. Financial Statements.Financial statement submission must be provided in accordance with the following; (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. CI"IY OF FORT WORTH Timberline water Tank Rebabilitatiofl SPECIFICATION DOCUMENTS Project 02330 Revised October 3 1.2014 TIC 14.164.5465.013 004511-2 BIDDERS t'REQUALiFICATIONS Page 2 of 3 (2) To be satisfactory, the financial statements must be audited or reviewed by an independent,certified public accounting firm registered and in good standing in any state.Current Texas statues also require that accounting firms pe7forming audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. (3) The accounting firm should state in the audit report or review whether the contractor is an individual,corporation,or limited liability company. (4) Financial Statements must be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent who is not,in fact,independent. (6) The accountant's opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America.This must be stated in the accounting firm's opinion. It should=(1)express an unqualified opinion,or(2)express a qualified opinion on the statements taken as a whole. (7) The City reserves the right to require a new statement at any time. (8) The financial statement must be prepared as of the last day of any month, not more than one year old and must be on file with the City 16 months thereafter,in accordance with Paragraph 1. (9) The City will determine a contractor's bidding capacity for the purposes of awarding contracts.Bidding capacity is determined by multiplying the positive net working capital(working capital =current assets—current liabilities)by a factor of 10. Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalification purposes. (10) In the case that a bidding date falls within the time a new financial statement is being prepared,the previous statement shall be updated with proper verification. 3. Previous Prequalificatioe for Tank Rehabilitation Projects a- The City shall recognize general contractors that were previously pre-qualified in -� 2012 for elevated water storage tank rehabilitation projects, which includes the following list: (1) A&M Construction and Utilities (2) American Suncraft Co_ (3) Blastco Texas,Inc. (4) Classic Protective Coatings, Inc. (5) JR Stelzer Co. (6) L.C. United Painting Company (7) N.G.Painting,L.P. (S) Tank Pro,Inc. (9) TMI Coatings, Inc. (10) Utility Service Company b. Additional firms seeking pre-qualification shall submit detailed information in accordance with this specification. CRY OF FORT WORTH Timberline water Tank Rehahititaiivn SPECIFICATION DOCUMENTS Projekt 02330 Revised October 31,2014 TIC 14.164.S465.013 y 0045 11-3 BIDDERS PREQUAfMC,ATIONS Page 3 of 3 4, Eligibility to Sid a. The City shall be the sale judge as to a contractor's prequalification. b. The City may reject, suspend.,or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. c. The City will issue a letter as to the status of the,prequalification approval. END OF SECTION w a. CrrY OF FORT WORTH Titnber"e Water Tank Rehabilitation SPECIFICATION DOCUMENT'S Project 02330 Revised October 31,2014 TIC 141643-465.013 oa4526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of I SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a),as amended,Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No.01836.Contractor further certifies that,pursuant to Texas Labor Code,Section 406.096(b),as amended,it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: OtC _1` 1"L1� t'C IP _ �1Glc� , y Company (please Print) C: 5 Signature:- - Address dA V 'Yi t r'1: 1 I r '. Title: r � x City/Statelzip (PIease Print) THE STATE OF�S § 0 VMA/ y, COUNTY OF TARR*N'T § BEFORE ME, the undersigned authority,on this day personally appeared i,{� known to me to be the person whose name is subscribed to the fore oing instrument,and acknowledged to me that heJshe executed the same as the act and decd of _ for the purposes and _ consideration therein expressed and in the capacity therein stated. GIV N UNDER MY HAND AND SEAL OF OFFICE this_ day of 20L6 Notary Public in and fmState Tr END of SECTION s W 03AI�y �n AU 00 MOp W%S ,f•1�k II lif I i H ilyu�� crry OF n)RT woRTH Timbealino Water Tank Rehabilitation SPEC1F1CA"1MO,N DOMM1 M'S Pmject 02330 .Revised October 31,2014 TIC 14.154.5465.013 005243-1 AgTtemmt Page I of 4 SECTION 00 52 43 AGREEMENT TWS AGREEMENT, authorized on February 3, 2015 is made by and between the City of Fort Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and Classic Protective Coatings, Inc. authorized to do business in Texas, acting by and through its duly authorized representative,("Contractor"). City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1.WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2.PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Timberline Water Tank Rehabilitation Project Prosect No. 02330 Article 3.CONTRACT TIME 3.1 Time is of the essence. All time limits for Milestones, if any, and Final Acceptance as stated in the Contract Documents are of the essence to this Contract. 3.2 Final Acceptance. The Work will be complete for Final Acceptance within 150 days after the date when the +� Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 3.3 Liquidated damages • Contractor recognizes that time is of the essence of this Agreement and that City will suffer financial loss if the Work is not completed within the tunes specified in Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the .� General Conditions. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City Five Hundred Dollars(5500.00 for each day that expires after the time specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH Timberline Watcr Tank Rehabilitatioa SPECIFICATION DOCUMENT'S Project 02330 Revised October 3I,2014 TIC 14.164.S46S.013 005243-2 Agent Page 2 of 4 Article 4.CONTRACT PRICE P City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount in current funds of One Million Two Hundred Fifty Six Thousand Nine Hundred and Fifty Dollars($1,256,950.00). Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS_ A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following-. 1. This Agreement. 2. Attachments to this Agreement: r a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non-Resident Bidder 3) Prequalification Statement 4) State and Federal docuroelats(project specific) b. Current Prevailing Wage Rate Table c. Insurance ACORD Form(s) " d- Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MBE Commitment Foran. " 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contr=t Documents. 6. Drawings. 7. Addenda. S. Documentation submitted by Contractor prior to Notice of Award. �. 9. The following which may be delivered or issued after the Effective Date of the Agreement and,if issued,become an incorporated part of the Contract Documents: a. Notice to Proceed. * b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CrrY OF FORT WORTH Timberline Water Tank Rehabilitation SPECrFICATION DOCUMENTS Project 02330 Revised Cktober 31,2014 TIC 14.164.5465.013 to 405243-3 Agreement Page 3 or a Article 6.INDEMNI.F'ICATION 6.1 Contractor covenants and agrees to indemnify, livid harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all *+ claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is si2ecifically intended to operate and be effective even if it is alleedor proven that all or some of the dama es 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. 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city,its officers,servants and employees,from and against any and all loss,damage or destruction of property of the city,arising out of,or alleged to arise out of,the work �. and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically untended to operate and be effective even if it is alleged or proven that all or some of the damn es being sought were caused in whole or in part, by any act,omission or negligence of the city. Article 7.MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article l of the{General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. F* This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. a 73 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon CITY and CONTRACTOR. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas,Fort Worth Division. CITY OF FLIRT WORTH TimbeT[Lw Water Tank Rehabilitation SPECIFICATION DOCUMENTS Project 02330 Revised October 31,2014 TIC 14.164.5465.0 i 3 005243-4 Agreement Page 4 of 4 7.6 Other Provisions. The Contractor agrees to pay at least minimum wage per hour for all labor as the same is classified, promulgated and set out by the City, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. 7.7 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement, if ether than duly authorized signatory of the Contractor. IN VaTNESS WHEREOF, City and Contractor ,have executed this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Parties("Effective Date"). Contractor: City of Fart Worth C1amS PI-gecfive aghncls, clic. /// (Fernando Costa) B [ Assistant City Manager ( ignature) Date 2is rt VaN Attest: (Printed Name) (' er, ° ty S 73 Title: es LSI�t ( s g-i �+ Address: MIL00 vtRie_ "WILT 2. M&C T Date: R City/State/Zip: MPJ'1Q11f o e , VII 51 II)7 Aroved as to Form and Legality: L2-�-- Date Douglas W.Black Assistant City Attorney APPROVAL.RECOMMENDED: r Andrew T: Cronberg P.E. w NnRIM DaECTOR, (Water Department) OFFICIAL RFICORD CITY SErRETARY CrPY OF FORT WORTH ` I Timber-Line Water Tank RchabWtation SPECERCATION DOCUMENTS �+�QR�t Project 02330 Revised October 31,20I4 TIC 14.164.5465.013 PURF(?RMANCP BONI) Page I of$ BOND #929663182 SECTION 00 61 13 i3EliFORMANCF BOND THIF.STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY CIFTARRANT § 1w That we, Classic Protective Coatings, inc. known as "Principal"herein and Continental Casuaity Comps ,a corporate surety(sureties, if more than one)duly authorised to do business in the Slate of Texas, known as "Surety herein(whether one or more),are held and firmly h0i`1nd unto the City of Fort Worth,a municipal corporation created pursuant to the laws of Texas,known as"City" herein,in the penal Sulu of,One.Million Two Hundred FLHy Six Thousanp Nine Hundred Fifry and 00110 Dollars (S 2,g_g50 pp_.___.,_____.__ ),lawful money of the United States,to be paid iii Tort Worth, Tarrant County,Texas for the payment of which sum well and truly to be made.,we bind ourselves,our heirs,execl,ltors. administrators, successors and assigns,jointly and severally, firmly by these presents. ON WHEREAS. the Principal has entered into a certain written contract with the City r awarded the 3rd day of February ,20 15 ,which Conti act is hereby referred to and made a part hereof for all purposes as if fully set forth herein,to furnish all materials,equipment R labor and other accessories defined by law, in the prosecution of the Work, including any Change Orders.as provided for in said Contract designated as Timherline lCaler Trunk Re lnrrhililLdiem, t'rrli(Tif No. 02330. NOW,THEREFORE,the condition of this obligation is such that if the said principal shall faithfully perform itobligations under the Contract and shall in all respects duly and faithfully perform the Work. including Change Orders. under the Contract,according to the plans, specifications,and contract documents therein referred to, acid as well during any period of extension of the Contract [hat may be granted on the part of the City,they this obligation shall be and become null and void_otherwise to remain in full force and effect. V PROVIDED FURTHER,that if any legal action be filed on this Band, venue shall lie in Tarrant County,Texas or the United States District Court for the Northe m district of Texas, Fort Worth Division, G1lY C}r t•t)RT WURTII Tjnih,!rbna Water`rank Rehuhllit:ilPon SI't C IFIC'A'rm DOCt MI-II+ITN 11rn1co 02330 Rcvised Ciel vLa It,2014 TIC 14 164 W75.013 A �r 0061 13 I PERFORMANCE BONI) Paec2 of This bond is made and executed in comp]iance with the provisions of Chapter 2253 of the Texas Government Code,as amended,and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED ,. this instrument by duly authorized agents and officers on this the 3rd day of February ,2015 �. PRINCIPAL: L;nssic-PrDtective Coatings. InC_ F Signature A I I'US t: [ Ray Witke, President Wriiicipal)Secretary Larne and Title Address! N 7670 State Hwy 25 Menomonie, WI 54751 w WSIneSS as to Principal SURI l'Y; _Continental Casualty Company w BY: _ ignature John C. Klein,Attornev-in-Fact Name and'I'itle Address: 333 S Wabash Ave.. 41$t FI KLEIN AGENCY,INC, Chicago. IL 60604 4Wiess as to Surety 3b7o No. Lexington Ave, 'Std'.p%one Number: 312-d22--M-0St- Paul,MN 55128 (6151)484-6451 *Note: if signed by an officer of the Surety Company.there must be on file a certified extract from t he by-laws s howing t hat this person has authority t o s ign s uch obI igalion. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY 01 FOR1 WORM f I I imtkrhm Walec'rank kahahiltiafit r SPIT111CATION DOCUMI-N IS I'rulect 42130 Revised 0crminr 31,2014 1IL'14 104 C46-i 013 0061 14-l PAYMh.N't'BoNn 11tp I ol'2 SECTION 00 til 14 PAYMENT BONE:? THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That w e, Classic Protective Coatings, Inc_ known as "Principal" herein, and Continental Casualty Company ,a corporate su rely (sureties),dul y a uthorized t o d o b usiness in I he S tate o f Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth,a municipal corporation created }pursuant to the laws of the State ofTexas, known as"City" herein, In the p enal s unl of One Million Two Hundred FMy Six Thousand Nine-iundred Fifty and 001104 Dollars (S 1.256.950M---------- ). lawful rn oney o f th c U nited S tales,t o be pa id i n F ort W orth, Tarranl County,Texas, for the payment of which sum well and truly he made. we bind ourselves, our heirs,executors,adininistrators,successors and assigns, jointly and severally, firmly by these presents: WHEREAS, Principal has entered into a certain written Contract with City, awarded the 3rd day of February . 20 15 , which Contract i s he reby refen'ed t o a nd made a pant hereof fpr all purposes as if fully set forth herein,to furnish all materials, equipment, labor and other accessories as defined by law, in the prosecution of the Work as provided for in �r said Contract and designated as Timberline Water Tank Rehabilitation, Project No. 02330. 1 NOW, THEREFORE, THF C ONDITION OF T HIS OB [AGATION is su ch t hal i 1` Principal s hall pay all monies owing t o a ny (and-,111) payment bond be neficiary (as defined i n 1t" Chapter 2253 of the Texas Government Code. as amended.) in the prosecution of the Work under the Contract, then this obligation shall be and become null and void, otherwise to remain in full .� force and effect. This bond is made and executed In compliance with the provisions of Chapter 2253 oftlt+e 1 Texas G overnment C ode, as am ended, a nd a I I I iabiIities o n t his bon d s hall be de terinined i It accordance with Elie provisions of said statute. ctrV OP F'Ok'r ORI Ii YimhtiIine Walm"I`ank I(ehanditation SPI'MICKr1UN D0(*IIMFNI:S 11fojec102310 ltevl,p--d Odohrr 31,2014 1 IC 1 a.1(A 405 U 13 ODW 14-2 PAYMENT RONn Page 2 nr2 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this i nstrument by dul y a uthorized a gents a nd of fivers on this t he 3rd day of February 520 15 PRINCIPAL: Classic Protective Coatings, Inc. ATTEST: BY: Signature UT rRay Witke, President (Principal) S cretary Name and Title Address: N 7620 State Hwy 25 1 �kcaJ&0L� 5.� .A "-. - lm ie�75 Witness as to Principal SURETY: Continental Casualty Company � E A 1 I 1:S : BY: Sig 1 tune Jho CI._AlWrne,_-ip-Farr (S )Se re r Name and'ritle t Address: 333S Wabash Ave.,41 st Fl _Chicaq_o, IL 6_0604 Witness as to Surety Telephone Number, 312-822-5000 V Note: Ifsigned by an officer of the Surely, there must be on file a certified extract from the bylaws s hewing t hat t his person ha s authority 10 s ign s uch obl igation. If S urety's p hysical address is different from its mailing address, both Inust be provided. KLEIN AGENCY,INC. The date of the bond shall not he prior to the mate the Contract is awarded. 3570 No. Loxingtan Aye Ste.200, St. Paul, Mtn 55125 EN D Of:SECTION (551)45451 CITY()1-FORT WORTII TiniNtline Water Tank Rehabilitation SPECIFICATION nnCUMVNTS Prnjeel nxiin Revisk!6 DUolxr 31,2014 TIC 14 164 M(1-5,111:1 r MAINTENANCE BOND Page 1 of 3 r SECTION 00 6119 MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF TARRAIV'T KNOW ALL BY THESE PRESENTS: That we Classic Protective Coatings,_Inc. known as "Principal"herein and _Continental Casualty_Company a corporate surety (sureties,if more than one)duly authorized to do business in the State of Texas, known as "Surety" herein(whether one or more),are]geld and firmly bound unto the City of Fort Worth.a municipal corporation created pursuant to the laws of the State of Texas,known as"City"herein. in Elle Surn of°ne Mdllon Two Hundred Filly Six Thousand Nina Hundred Fikyand OG1100 Dollars 0125 i ---------------- 3, lawful money of the United States, to be paid in Fort Worth, Tarrant County,Texas,for payment ofwhich sum well and truly be made unto the City and its tR suceeS5ars,we bind ourselves,our heirs,executors,administrators,successors and assigrts,jointly and severally,firmly by these presents. WHEREAS,the Nincipal has entered into a certain written contract with the City awarded the 3rd day of_ February ,20 15 . which Contract is hereby referred to and a made part hereof for ail purposes as if fully set forlh herein,to furnish all materials,etuipmeni labor and other accessories as defined by law, in the prosecution of the Work, including any Work resulting from a duly authorized Change Order(collectively herein, the"Work")as provided for in said contract and designated as Timberline Water Tank Rehabilitation. Project No.02330, and WH EREAS, Principal binds itself to use such materials and to so construct the Work in accordance with the plan&specifications and Contract Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of two(2) years after the date of Final Acceptance of the Work by the City("Maintenance Period-), and A WHEREAS. WrincipaI binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the City ofthe need therefore at any time within the Maintenance r Period. Cl VY OF r DRT WORM TimbvrLne Water lank Rdtiabilaium SP12CIPICA T10N IHSC ON1FNTS Proicet f1233U Reris<cl Oc"I"31.1014 11C 1.1 164 rani n 13 r F" +V 0061 19-2 MAINTENANCE HOND Paget ora NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactory to the City,then this obligation shall become null and void;otherwise to remain 1n full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the City may cause any and all such defective Work to be repaired andfor reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond,-and PROVIDED FURTHER,that if any legal action be filed on this Bond. venue shall lie in Tarrant County,Texas or the United States District Court for the]Northern District of Texas, Fort Worth Division: and PM PROVIDED 1FURTHER,that thus obligation shall be continuous in na3ure and FM successive recoveries may be had hereon for successive breaches. on VR rw r CITY OF FORT WUKTII 'I imberfine Water Tank Rehabilaallori SPFCIF3C. IUM DOCUMI.-NTS Prolan n2330 l Rev is,clOcipher31,_'ni4 TIC Ia 1f4S46i(113 Pw 0061 ly-3 MANTE:NANCf:HOND Page 3 of 3 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this illstruEnent by duly authorized agents and officers,on this the 3rd day of Eebrija[y , 2015 PRINCIPAL I Classic Protective Coatings, Inc. Ii Y: t; 1 SiflnaWftf ATTEST: C. _ Ray Witke, President (Principal)Secreta ! Name and Tikle Address: N 7670 State hwy 25 Menomonie WI 54751 Witness as to Principal SURI:M Continental Casual!y Cornpany BY: ' nature John C. Klein, Attorney-in-Fact ATTEST- Name and Title 00 Address: 333 S Wabash Ave.,41 st Fl o")secretary' ��, •.�'�"+`�-.�,_ Chicaag. IL 50151' ^• Witness as to Surety Telctshone Number: 312-822-5030 *Note: If signed by an officer of the Surety Company, there must be on fife a certified extract from t lie by-laws showing that this person has authority to sign such obl igation. 1f Surety's physical address is different from its mailing,address, both must be provided_ The date of the bond shal I not be prior to the date the Contract is awarded. KLEIN AGENCY,INC, 3570 No. Lexington Ave. Ste. 2V St, Paul, MN 55126 (651) 48-4-6461 IP CITY OFFORTWOM I Tiniherlin;Waler'lank Rehulatuation SPECIFICATION MCOMENTS Ynrlect 02330 RCVrs,d Octolwr 31.2014 HC 14,164 S05 011 nr State of Texas Claim Notice Endorsement To be attached to and from a part of Bond No. 929603182 In accordance with Section 2253,©21(f of the Texas Government Code and Section 53.200(6) of the Texas Property Code any notice of claim to the named surety under this bond(s)should be seat to: CNA Surety 333 south Wabash Chicago, IL 60604 Telephone: (312) 822-5000 Farm F6944 w INDIVIDUAL OR PARTNERSHIP ACKNOWLEDGMENT STATE OF COUNTY OF On this day of , before me personally appeared to me known to be the person described in and who executed the forgoing bond, and acknowledged that he executed the same as free act and deed. Notary Public IP CORPORATION ACKNOWLEDGMENT STATE OF W l in COUNTY OF 11Yln on this ? _ day of CUIUCL _ 01� , before me ,. personally came _ " to me known, who being by me duly sworn, did depose and say; that he is the of a- Uabnra, , the corporation described in and which executed the above instrument; that hd knows the seal of said corporation; affixed by order of the Board of Directors of said corporation, and that he .� signed his name thereto by like order. :! � '` dot t�t�b�r�• w y ► ' ' 4bllc Z. SURETY ACKNOWLEDGMENT �'•- STATE OF MINNESOTA o�� i° '`� ��► � COUNTY OF RAMSEY On this 29th day of January 2015 , before me appeared John C. dein to me personally known, who, being duly sworn, did say that he is the Attorney-In-Fact of Continental Casualty Company of Chicago, Illinois that the seal affixed to the foregoing instrument is the corporation seal of said corporation; that the said instrument was signed and sealed on behalf of said corporation by authority of ' its Board of Directors; and he did also acknowledge that he executed the said instrument as the free act and deed of said Company. X-{ otary Public "`"``■ KARLA DEUYSC44 — « hlvaA PuB1jG PhINNESTA ��yMWOR F dan.3i 241 :�rp - f POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That Continental Casualty Company,an Illinois insurance company,National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Beading, Pennsylvania,a Pennsylvania insurance company[herein called "the CNA Companies"),are duly organized and existing insurance companies having their principal offices in the City of Chicago,and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make,constitute and appoint +� John David Klein,John C Klein,Stephen M Klein,Kristin M Bakos,Individually PE of Saint Paul,MN,their true and lawful Attorney(s)-in-Fact with Full power and authority hereby conferred to sign,seal and execute for and on their ibehalf bonds,undertakings and other obligatory instruments of similar nature -In Unlimited Amounts- and To bind them thereby as fully and to the same extent as if such instruments were signet}by a duly authorized officer of their insurance companies and all the acts of said Attorney,pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law and Resolutions,printed on the reverse hereof,duly adopted,as indicated,by the Boards of Directors of the insurance companies. In Witness Whereof,the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 8th day of August,2014, ko°St'�[} twSug4� ,vpr+.or Continental Casualty Company 0 � � hyo , National Fire Insurance Company of Hartford coaeaaAre a cesrPaRar£a � American Cast ally Company of Reading, Penn syIvania a� SEAL a } Jufrti. L 1697 +tett ° Paul T. Bruflat Vice President State of South Dakota,County of Minnehaha,ss: ` On Ibis 81h day of August,2014,before me personally came Paul T. Bruflat to me known,who,being by me duly sworn,did depose and say: Shat 1 he resides in the City of Sioux Fails,State of South Dakota; that he is a Vice President of Continental Casualty Company,an Illinois insurance company, National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company described in and which executed the above instrument;that he knows the seals olsail insurance companies;that the seals affixed to the said instrument are such corporate seals;that they were so affixed pursuant to authority riven by the Boards of Directors of said insurance companies and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said insurance companies IF _...- - ...._.._� J.MOHR NDTAT;VPUr3t1C , SDL SOUTH DPAOTA S i , r My Commission Expires June 23, 2015 J. Mohr Notary Public CERTIFICATE r 1, D. Suh,Assistant Secretary of Continental Casualty Company,an Illinois insurance company,National Fire Insurance Company of Hartfiord,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company do hereby cer[ify that the Power of Attorney herein above set forth is still in force,and further certify that the By-Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance companics this 29th day of January, 2015 int rASU,14T k"UR4 wv++©r Continental Casualty Company ��� H� �' ��F {L° 1'6 National Fire Insurance Company of Hxrt.ord z� Gpp°daare _=� [ ■+�c +r'+a4rf� American Casualty Company of lter�irti; Pennsylvania Z $ O H JULY N. y u SEAL Y � 6Zlk &�4' 1902 �"rq� 7 Frf* • T89 D. Bull s;1:tar.i Sncretar; to Form F5853-4/2012 Authorizing By-Laws and Resolutions ADOPTFD BY THE BOARD OF DIRECTGRS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the!`t,llowing resolution duty adopted by the Board of Directors of the Company at a meeting held on May 12, 1995_ "RESOLVE,D: That any Senior or Group Vice President may authorize an officer to sign specific documents,agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents,agreements or instruments that such officer may sign will be provided in writing by the Senior or group Vice President to the Secretary of the Company prior to such execution becoming effective." OR This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of Continental Casualty Company. This Power or Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25"'day of April,21712_ "Whereas,the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers(the "Authorized Officers'') to execute various policies,bonds,undertakings and other obligatory instruments of like nature;and t"'1 Whereas, from time to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy formal,may be provided via facsimile or otherwise in an electronic format(collectively,"Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall he valid and binding on the Company," ADOPTf',D BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the 1 Company by unanimous written consent dated May 10, 1995; "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents,agreements and instruments on behalf of the Company provided Thai the name of such authorized officer and a description of the documents,agreements or instruments that such officer may sign OR will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Brunat, Vice (President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of National fire Insurance Company of Hartford. This Power of Attorney is signed and sealed by facsimile under and by the authority of she following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25'''day of April,2012: "Whereas,the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers(the "Authorized Officers')to execute various policies,bonds,undertakings and other obligatory instruments of like nature;and 1 Whereas, from time to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy format,may be provided via facsimile or otherwise in an electronic format(collectively,-'Electronic Signatures");Now therefore be it resolved: that the.Electronic Signature of any � Authorized Officer shall be valid and binding on the Company." ADOMT D BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READrNQ PENNSYLVANIA_ This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents,agreements and instruments on behalf or the Company provided ihat tate name of such authorized officer and a description of the documents,agreements or instruments that such officer may sign wilt be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of 011! attorneys on behalf of American Casualty Company of Reading,Pennsyivania. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25'i'day of April,2012: "9 "Whereas,the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers(the"Authorized Officers")to execute various policies,bonds,undertakings and other obligatory instruments of like nature;and Whereas, from ilric to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy format, may be provided via facsimile or otherwise iit an electronic format(collectively,"Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Aulhoriz�A- Officer sbotl t+e valid and binding on the Company_" s " CERTIFICATE OF LIABILITY INSURANCE °A�'"M`°°""'"' 07/16/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER-THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: It the certificate holder is an ADDITIONAL INSURED,the policy{lait)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER CONTACT Hillis of Wisconsin, xnc. NAIRE_ c/o 26 Century Blvd tam� FIFA .., .I.&'CU'Z37B P.O. Box 305191 EMAIL Nashville, SII 372305191 USA AOpRESS:Cor tif100teehriIIie-epa INSUREDS)AFFQRDING COVERAGE _ NAIC k _ INSURERA;T"aa Ka Cual InsVA&gcaCamRany Z_7945 _ INSUREDClaeai,c Protective coatings xna- INSURERS; N1610 State Hwy 25 INSURER C Hanomonla, 421 54751592B INSURER-� URER0 D INSURER_E: INSURER F: COVERAGES CERTIFICATE NUMBER:Ki72059 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANOING ANY REQUIREMENT.TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. _ LB 7p TYPE OF INSURANCE AO4L IjBR POLICY EFF PRLICY EXP � LIMITS POLICY NUMBER MM ro YY MMYY COMMERCIAL GENERAL UABILITY EAGIrOCCURRfNCE _ S CLAIMS IAAOE ]OCCUR PRFDAMAGT-T6-R 71 0 $ MED EAP l _ MISE, ffa 0M'fferl :A:,y.one peri®rl} 'f _. _ PERSONAL&AOV INJURY S GENL AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE S, POLE CY JECT LOC PRODUCTS•CO_MPIOP AGO_ f OTHER S AUTOMOBILE LIABILITY COMUINEOS'Nai,LIMIT S IEA AxIw" ANY AUTO BODILY INJURY(Per po wnl 5 ALLOWNED SCHEDULED BODIILYINJURY(Per amdenl1 3 AUTOS �AUTC6 IIIREOAUTO5 ANON-OWNED PROPERTYDAMAGE $ I AUTOS lr-dft _ 5 UMBRELLA OAS _ OCCUR EACH O_CCURRENCCE 3 EXCESS I" CLAIM MADE AGGREGATE - S PEO I I RETENTION$ S ANDWORKERSEMPLOYERS! COMPENSATION X to H- AND EMPLOYERS'WABILYTY A ANY PROPRIETOR/PARTNEMEXFCUTIVE YINY EAG"AIMIt*Kt 1.000.6" OFFICER;MEMBER EXCLUDED? Q'NIA TSF-0041149399 09/20/7014 X09/ZD/7 D35 E 1- IMandatoryInNH) EL DIS EASE-EAE MPLOYEE!5 1.000.000 Mdescribe cinder --- - IPTION OF OPERATIONS bskm E L DISEASE•POLICY LIMIT 3 1..0 00.d ISO I DESCRIPTION OF OPERATIONS I LOCATIONS f VEHICLES IACORO 101,Addilional Remarks ScheduW may be attached it more apace is requiredl This Voids Ind Replaaas Rra louily Issued Ce.rtlriaitan bAted 01/29/7015 WITH ID, 4755837. Re: Tirl�ricae Wataar Tank Rahabili Lotion Prbl—t, Fort Horth, Texac City PxvjJ t No. 02330. Waiver or Subrogation appliea in ravor of city of Fort Wcl th wUa reepentr to.Workers C.pvneation a■ patted by Siu, CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUIHORl2ED REPRESENTATIVE City of FOCI worth 1009 Throekmnrtan Str"t Fort Worth. TX 76102 1 -- —J C 198E-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD SR 7D:6464229 BATCH:SeGeh Nr 115791 AND ON Texasmutuar WORKERSLIABILITY INSURIANCE POLICY EMPLOYERS lnsutztIctc rttpany WC 42 03 04 A TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is sriown in Item 3.A- of Me Information Page- We have the right to recover our payments from anyone liable for an injury covered by this policy.We wilt not enforce our righl against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schechile The premiLim[of this endorsement is shown in the Schedule. Schedule 1. { } Specifle Waiver Name of person or organization ( X 1 Blanket Waiver Any person or Organ lzatian for wham the Named Inst+red has agreed by written contract to fumish thls waiver, 2. Operations: ALL TEXAS OPERATIONS 3, Prerniurtl The premium charge for this endorsement shall be Z,00 percent of the premium developed on payroll in connection wilh work performed for the above person{s}or crganizatlon{s}ansing out of the operations described. 4.Advance P-emium INCLUDED, SEE i NFOnMAT I ON PAGE. This endoirsemen:change&the policy to which I Is allached e.'fec`ive on Chs ir"pbn dale of the rcdlcy unr—ns a different date 6 irdc:aled holo v !The roilcvr!rrg`a''(ad ing clause"need be curnpMtb J 0111 WIWI INS er darsetnenl Is k%Lk--d suoszgJenl to prL.ddratiun ut III-.'puliuy.i 'this ealdorse.-nenl ellimtNe on 0912012014 of 1101 AM standard time,forms a part of Policy No, TSF-0001148399 ol(heTpxas Mutual Insurance Company Issued to CLASSIC PROTECTIVE rnAT I NGS INC Endorsomanl Na. Plemiium s Alk--2-�� Authorized Representative W0420304A IED.141-2000) INSURED'S COPY DASLATTO TE AC E0 CERTIFICATE OF LIABILITY INSURANCE °A02/16 2915 ` �- a2/a�/2Bis THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES 9ELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING IHSURERIS), AUTHORIZED REPRESENTATIVE OR PRODUCER.AND THE CERTIFICATE HOLDER. IMPORTANT: If the cortifica'te holder Is an ADDITIONAL INSURED,the policyllesl must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and eondltlons of the policy,certain polfcies may require an endor^semenL A statement on thfs certificate does not confer rights to the certlflcate holder In lieu of such endorsement(s). PRODUCER CONTACT ►r>.LLia at iriaconsin, Inc. NAME' c/o 26 Century Blvd PHONE 'FA% '1-877-4#5-7.J7e _ t fF1C_No�888-�67-2376 _ P.O. Bax 305191 E-MAIL Nashville, ltd 372365191 USA RRRES,4:cartifics�e�ea[ llie.cao __ __ LNSURERLSJ.AF_FOROHNG COVERAGE NPUCe NSURER A:Text MuLual Iaauraor� 329#3 _ INSUREDClaaaic yxotsctIve Coatxngv lac. INSURER B.- N7670 State Hwy 25 INSURER C_ MenomorLe, WI 547515928 INSURER O- 7— IN9URER E= INSURER F COVERAGES CERTIFICATE NUMBER:w772060 REVISION NUMBER: THIS 15 TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REOUIREMENT.TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,LIMITS SHOWN MAY HAVE SEEN REDUCED BY PAID CLAIMS, IMSA TYPE OF INSURANCE �.I POLlC7 NUMBER �.POLE EFF MMNUY7 YYY - --- LIMITS LTR COMMERCIAL GEFIERAL LLABIL.ITY EACH OCCURRENCE S _ J CLAIMS-uACE I-1 OCCUR PH E UI SC 5(Etp TET11401 S MIA EXP IMy wleparmn) 5 - _ - - _ PERSONAL&AQV INJURY S GENL AGGREGATE LIMrr APPLIES PER I GENERAL.AGGREGATE i -- POLICY LJ PEa El tOC PRODUCTS-COkIPm7aAGG e_- ^— OTHER" .__ .. 5 _ AUTOMOBILE LIABILITY COMBINED SINGLE UMR s ttas+0onl� — — — _ ANY AUTO BMLY IN.RIRV IPo Daman1 S ALL OWNED SCHEDULED OWLY INJURY/Per au,eftnty S_ AUTOS AUTOS _ NON-O"ED PROPERTY E]AMAr.,E s _ HIGEO AUTOS AUTOS JPar/ocIdC-U S IUMBRELLA"a OCCUR PACHDCCURR_E_NCE _ I E%CESSLIAB C�satiES-MAT]E AGGREGATE 1 S CED I i RETENTIONS_.. —_ - _-- •S WORKERS COMPENSAnONPER YH. ANP EM PLOYEAV LIAB IL ITY YIN .S' IMIM 1, ANY PROPRIETOROPA RTNER+EXECUT IVE Y #LEACH ACCs DENT 5 1,000,a00 OFFICER+MEMBER[RCLUOU" NIA TSF-0001149399 09/20/2014 79/20/2015 - — IMandataey in NH) Et LNSEASE EAENIPLOY $ 1.000.0100 =IIyB!deswbe� der - _ __ _ _ RIPTION OF OP E RATIONS below _ E L DISEASE-POU CY LIMIT 5 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES IAC OMD 101,Add Cion al Remarks SOmdlale,may be muschod If more space Is req.,red) This Vdada and Rap]— VrvViousiiy I—ed CottLrarat0 Bated 01129/2019 WITH I0: W755836 Rs. Timberline Water Tank Rehabilitation. Projact, F'orL Wort"n, Toxas City Pro_) ct Ho. 02330. WAIVer of SubrNation oppliee in favor of Tank Industry €.'df,enitantS With teapeetg to WrrkO9S CeaPeneatLon 55 parautted by La•.+ CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL EE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Tank lnduetcy ronsultants 7740 *Peat Haw Yark Street ndianapva.s. [u 46214 ©1968-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD SR 10.$464229 BATCXiaatch t= 115791 Tpexasmutuar WORKERS`GDMPEN5AT1[]N AND EMPLOYERS LIABILITY INSURANCE POLICY Insunnceccunpiny 'WC 42 03 04 A TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A, of the Informallon Page. We have the light to recover our payments from anyone liable for an injury covEred by this policy.We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operotions described in the Schedule where you are required by a written contract to obtain this waiver ft Ur n us. This endorsement shale not operate directly or indirectlyto benefit anyone not named in the,,Schedule. The premium for this endorsement is shown In thfy Schedule. Schedule 1. { ) Spectfic Walver Name of person or organization ( X ? Blanket Waiver Any person or organization for whom the Named Insured has agreea by written contract to Furnish this waive;- 2. Operations: ALL TEXAS OPERATIONS 3. Prmnitim The premium charge for this ondomement shall be 2,00 percent of the premIUM developed on payroll in connection with work perlofined tor the above person(s)or organizations)ansing out of the operations descrtbaa. d.Advance Premium INCLUDED, SEE INFORMATION PAGE. T1iF;endnisaman.changes Ihr poicy to which it Is a"ached e!feclivaon the incepllen dale of the p&Zy unless a differerst date la IrxleatBd balue, ,The ft&io ..ng"auacNng clause"need be cAAnn,eted only Wie-i Ihis endo.---kumen(Is ist uM su:if-e,4Lient to pre;raratiun of it hu policy.) This endorsemc il,tffecilve on 0912012014 al 12:01 A.V- standard lime,forma a part of Policy No. TSF-0001149399 of the Texas Mutual Insurance Company Itsupa to CLASSIC PROTECTIVE COATI NGS INC Enclorcement No. PFemi❑m E AA--Q Authorized Rcpresenlative VJC:420304A(F6.1A1_2000) INSU.RED'S COPY OASIATTO At C]►rU� CERTIFICATE OF LIABILITY INSURANCE °47E IMM1Gc0nYI 02x1612016 THIS CERTIFICATE IS ISSUED AS A MATTER OF$NFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER,THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURERS;,AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the cerli tate holder is an ADDITIONAL INSURED.the poNcy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this cenlficate does not confer rights to the certificate holder In lieu of such endorsement g. PRODUCER CONTACT NAME. Karen Saxe Carey-Burstad Insurance Agency PHONE 715-23"479 FAx N,I.715.235-8e60 420 E. Main Street EMAIL karer burstadSnauranee,com Menomonie,WI 54751 INSURERtSIAFFORDINC COVERAGE NAIL r INSURED INSURER A• Auto Owners ;18988 INSURER 8: Classic Protective Coatings Inc INSURER C: N7670 State Road 25 INSURERD: Menomonie,WI 54751-5928 INSURER E: INSURER F COVERAGES CERTIFICATE NUMBER: 00000040.2157956 REVISION NUMBER: 2 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PER?00 INDICATED NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE.POLICIES DESCRIBED HEREIN IS SUBJECT TO All.THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR POLICY EFF POLICYE Xp EXP LtR TYPE OF INSURANCE .I POLICY NUMBER MMMJDWYYYY I LIMITS CON NERCIAL GENERAL LIABILITY E-ZH OCCURRENCE S DAWIGE fORENTED CLAINMrMAOE CX:CUR PREMISES tEe pc�rrent;I :5. W1=D EXP(Any arr pe-S&n) Y PERSONAL SADVINJURY i S GEN'L AGGREGATE DMR APPLES PER GENERAL AGGREGATE 6 `POLICY PRO• JECT LOG PRODUCTS•CONPIOP AGO f OTHER ! AUTONOGB-E LIABILITY Y Y 4481550200 17/1212014 1211212015 EEO,M,,ffiN.En,, Nr.LE LIMrr ANY AUTO BOOLY INJURY(Per persunl IS 1,000,000 AAUTOS OED ,( AUUTE� BODILY 1,000,000 BOLY INJURY MbrrxWWI i ](_HIRED AUTOS ' AUHTOSYNEA ttPe,a-PROPETY dtmDAMADE s 1,000,000 t UMBRELLA UAB ,CUR EACH OCCURRENCE S EXCESS LAB CLAIM&MAf)E AGGREGATE S DED f J RETENTION$ 5 WORKERS COMPENSATION - PER O I. AND EMPLOYERS`LIABILITY YIN SIMUUTE ER ANY PROPRIETOR.PARtNERIEXECUTNfE ai N I A E L EACH ACCIDENT 5 OFFICORrMEMSER EXCLUDED°+ (Mandaory In SH) E L WASE-EA EMPLOYEE S iI yyes d-".QF:Q OESCRIPTION q�f(]PERA7IDNS trU'rw EL DISEASE-POLICY UM.i 5 DESCRIPTION OF OPERATIONS I LOCATIONS f VEHICLES(ACORO TQI,Add44enal Re-6m Schedule.maybe vh4ched 1F--F...space Is.F.90mdj Waiver of Subrogation and Additional Insured listed In favor of: Tank Industry Consultants,7740 W New York St,Indianapolis, IN 46214 and the City of Fort Worth,1000 Throckmorton St.,Fort Worth,TX 76102. In addition,the Contractor agrees to waive all rights of subrogation against the Engineer(if appiicabley and each additional insured identified in the supplementary conditions". Description of Operations: Timberline Water Tank Rehabilitation Project,Fort Worth,Texas,City'Project No.02330 CERTIFICATE HOLDER CANCELLATION SHOULD ANY of T'HEABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPTION DATE THEEOF,NOTICE City of Fart Worth ACCORDANCE WITH THE POL ICY PRWSIONSL BE DELIVERED IN 1000 Throckmorton St Fort Worth,TX 76102 AUTHOR¢ REPRESENTATIVE KMS) 0 1988-2044 ACORD CORPORATION. All rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD Printed by KMS on February 15,2015 aI 01•:41PM Ar-C)REL CERTIFICATE OF LIABILITY INSURANCE 1 2/16/2015vrr PRODUCER THIS CERTIFICATE IS ISSUEDAS A MATTER OF INFORMATION Klein Agency, Inc ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER,THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 3570 N Lexington Ave. Suite 206 St Paul MN 55126 651-484-6461 INSURERSAFFORDING COVERAGE NAIC# INSURED Classic Protective Coating's, Inc. INSURERA Illinois [inion Insurance 27960 Imst1pER_9 Navigat:orS Specialty Ins.Ca. 36056 N 7670 State Highway 25 INSURER Menomonie, WI 54751 INSURER ffM 71:5-233-6268 INSURER€ THE POLdCJES Of INSURANCE LISTED BELGW HAVE BEEN ISSUEO 70 THE INSURED NAMED AaOVE FOR THE POLICY PERdOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT VNTH RESPECT TO WHICH THIS CERTIFICATE MAY OF ISSUED OR MAY PERTAIN,THE INSU R A NC E AF f OR DEO BY THE POLICi E5 DESC A MED HER EIN IS SUSJEC T TO ALL THE TERMS.EXCLUSIONS AND CONDI TICKS OF SUCH FOL ICIES.ADORE CAIF LIAR ITS SHOWN MAY HAVE BE EN RED UC EO BY PAID CLAIMS TR Nsxo POLICY NUMBER POL YEFFECFIVE POLICY E7LPIRATIOH LIMITS GENERAL LIABILITY EACH OCCURRENCE f 1.000.000 % COMMERCIAL GENERAL LIABILITY S 100 000 CLAIM9MAOE DOCCUR MEO ExP{AoAy oWe rural S 10 000 A P FR5014 AL&ADV INJ U R y S 1,000,000 024087402006 $/26/14 08/28/15 GENERAL AGGREGATE s 2,000,000 GEN'LA.GGIRTE LIA,IITAPPLIESF*ER FR OD UC IS-COMP�OPAGO S 2 000 000 POLICY X PRO• 1-0: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S ANYAUTO IE°necMUMI) ALL OWNED AUTOS BOOILYINJURY S SCHEDULED Aurm IP°rpvrf }TIRED AUTOS B001LT INJURY S NON•0-ARIEDAUTOS IPer°eud°nll PROPER TY DAMAGE 3 IPer°ccdmu) GARAGELIABILITY AUi 0ONLY-EA ACCIDENT S ANVAUTO OTHER THAN EAACC y AVTOONLY AOG 5 EXCES&UMBRELLA LIIIBILITY EACH OCCURRENCE 51O 000 000 X OCCUR FICLAIMSMADE AGGREGATE S10,000,000 CH14EXC394790IC 08/28/14 08/28/15 $ $ DEDUCTIBLE. S X RET NTION S 10,000 9 WORRERSOOMpFNSATfO:IAryD VJCSFRTU O H FMPLOYERS•LMMLITY E L EACH ACCIDENT ANY PROPRIETOR•PARTNER1tXECUrIVE - _ 0FFICER'MEN&ER FiCLumn, EL DISEASE-Fr ERA PLOYEE If S desC,.be—dtx E.L DISEASE•POLICY LIMIT S OTHER DESC RIPT IDN OF OPERATIGN$.I LOCATIONS I VEHICLES IEXCLU SONS ADDED BY ENDORSEMENT JSPE CIAL PROM SION6 Project: Timberline Water Tank Rehabilitation Project, Project No. 02330 The City of Fort Worth and Tank Industry Consultants are named as Additional insured where required by written contract per the endorsement attached to the policy. Waiver of Subrogation Applies. CERTIFICATE 14OLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POL tCIES 6E CANCELLED BEFORE THE EXPIRATION City of Fort Worth UA.IE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL JL_ DAYS WRITTET{ 1000 Throckmorton Street NOTICE TO THE CERTIFICATE IIOL DER NAALEO TO THELE T aUTFAILURETOOOSOSHALI Fort Worth, TX 76102 IMPOSE NO OSLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR Phone: 817-392—B293 REPRESENTATIVES AUTHORItE6 REPRESEHTATIYE r ACORO25(2001108) CORD CORPORATION 1988 r POLICY NUMBER. G24087402 006 COMMERCIAL GENERAL LIABILI"T"Y CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies.Insurance provided under the following; COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: As required by written contract signed by both parties prior Io loss Information required to complete[his Schedule if not shown above,will be shown in the Declarations. The following Is added to Paragraph 6.Transfer Of Rights Of Recovery Against Others To Us of Section IV Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for Injury or damage arising out of your ongoing operations or "your work" deme under a contract with that person or organization and included in the -'products- completed operations hazard", This waiver applies only to the person or organi2alion shown in the Schedule above. GG 24 04 05 09 9 Insurance Services Office,Inc.,2009 Pagel of 1 D �. '+ � • �� ,�1 4 ■ STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CFN OF FORT WORTH STANDARD CONSTRUCHON SPECIFICATION DOCL MWFS Rcvise3:November 9,201 l s STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1—Definitions and Terminology..........................................................................................................1 1.01 Defined Terms................................................................................. .. -----1 1.02 Terminology.................................. ...................................................................................------------6 Article2—Preliminary Matters......................•-•------.......................•........................................................__...,....7 2.01 Copies of Documents........................................---•--...........................,.......,........................----•----.7 2.02 Commencement of Contract Time, Notice to Proceed................................................................7 2.03 Starting the Work......................................................_..------.......--•---........--....................................8 2.04 Before Starting Construction ................... ......................................................................8 2.05 Preconstruction Conference................................................................................................ .........8 2.06 Public Meeting....................................................................................................................._...---..8 2-07 Initial Acceptance of Schedules..........--- ........ •........•--•-•---•..........................................................8 Article 3—Contract Documents: Intent,Amending,Reuse................ 3.01 Intent................................................................................,..._.._..._•. ........ ...........................8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resolving Discrepancies...........................................................,.......,.,..........,......9 3.04 Amending and Supplementing Contract Documents................................................... ..10 3.05 Reuse of Documents............................... ..10 3.06 Electronic Data...................... .......I I Article 4--Availability of Lands; Subsurface and Physical Conditions;Hazardous Environmental •• Conditions; Reference Points........................................ 4.01 Availability of Lands................................-....................,............................................................11 4.02 Subsurface and Physical Conditions.... .....................................,...................................,...........12 R 4.03 Differing Subsurface or Physical Conditions..................... 4.04 Underground Facilities......... .....................................................................................................13 4.05 Reference Points-.-......................................................................................................................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article 5—Bonds and Insurance........_...................................................-,..----...•.......,...,.................................16 5.01 Licensed Sureties and Insurers..•.--------------- ..................... .........................................................16 5.02 Performance, Payment,and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5,04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance;Option to Replace...........................................................19 Article 6—Contractor's Responsibilities ..19 6.01 Supervision and Superintendence....................................... ......................................................19 CITY of FORT WORTH STANDARD CONSTRl.IMON SPECIRCATiON DOCUN&NTS Revised;November 9,2D]I IV w 6.02 Labor, Working Hours................................................................................................................20 s 6.03 Services,Materials, and Equipment ..,............................20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and"Or-Equals"..............,..,....................................................... ....21 6.06 Concerning Subcontractors, Suppliers,and Others ..24 6.07 Wage Rates...........................................--.....................................................................................25 6.08 Patent Fees and Royalties.............................................. ........26 6-09 Permits and Utilities....................., ..........27 6.10 Laws and Regulations.................................................................................. .................... .........27 6.11 Taxes ..................................................................................•------........ --------- ...... 28 6.12 Use of Site and Other Areas.............................._........------....------.......---......--..---------.------.---•-----.28 6.13 Record Documents....................................................................................,...................... ------.....29 6.14 Safety and Protection---•.......-----..................................................................................................29 �* 6.15 Safety Representative.............................................................................................................•--..30 6.16 Hazard Communication Programs ..................................... ....30 6.17 Emergencies and/or Rectification................................................_.........................................-...30 6.18 Submittals--- 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification........---•.............................................•....---...............-•------ 6.22 Delegation of Professional Design Services...................•......................,................................,..34 6-23 Right to Audit......... ................................................................. ..34 .,, 6.24 Nondiscrimination....................................................... .................... ...........................35 Article 7--Other Work at the Site........... ---......... .....-•..................•----------......-----•...................... ...............35 r7.01 Related Work at Site.............................................................................•-•...................................35 7.02 Coordination................................................................................................................................36 Article 8--City's Responsibilities.,......-•--••................-......-•---........_,........---..........--...---------_----.------.._.........36 8.01 Communications to Contractor......................... ..36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due.......-•-........-.-................................................................................................... "" 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 8.08 undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program....... ......................................................................................37 Article 9-City's Observation Status During Construction....................................... ...37 9-01 City's Project Representative.....................................................................................................37 9.02 Visits to Site...__..................-................................._...._................................................._.............37 9-03 Authorized Variations in Work-----------------------------•..-----....................................----.....................38 9.04 Rejecting Defective Work............................................................................................•----.........38 >r 9.05 Determinations for Work Performed.........................---........................................._.........._......38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CrrY OF FORT WORM STANDARD CGNST ucnoN SPECIFICATION E)OC M3I 75 Revised:Nc vember 9.2011 s A Article 10 Changes in the Work;Claims; Extra Work................................................................................38 10.01 Authorized Changes in the Work---•........................................................................----............,..38 10.02 Unauthorized Changes in the Work...........................................................................................39 10.03 Execution of Change Orders.......................................................................................................39 10.04 Extra Work..........................,..--•.................................................................................•--- ...... ..39 10.05 Notification to Surety.......................... 10.06 Contract Claims Process.....................................................................................................,......40 Article I 1 --Cost of the Work; Allowances;Unit Price Work; Plans Quantity Measurement......................41 *• 11.0 1 Cost of the Work................................................................................................,.... ..41 .................. 11,02 Allowances..................................................................................................................................43 11.03 Unit Price Work................ .........-..................................................................... .........................44 11.04 Plans Quantity Measurement.......... •..........................................................................................45 Article 12-Change of Contract Price; Change of Contract Time.................................... .46 12.01 Change of Contract Price..........................--................................................................................46 12.42 Change of Contract Time............................................................................................................47 12. 13 Delays.............................................___.......... ..........................................................................47 Article 13-Tests and luspectiors; 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 13.44 Uncovering Work...............................................................................................................,....,..,49 13.05 City May Stop the Work.................... ..........................49 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period.............................. ----.-----..,.--._. ...........,..................................._ .. .----. .. ._..50 13.08 Acceptance of Defective Work....................................................................................._.._.-.......51 13.09 City May Correct Defective Work..................................................•....._..........,_.......__..._...........51 Article 14-Payments to Contractor and Completion.....,,,,.............., ,... ...52 14.01 Schedule of Values.................. .................... . ....................... ....... ..............__..............52 14.02 Progress Payments...............................................•----------...........-- ..............................----------------52 14.03 Contractor's Warranty of Title................... r 14.44 Partial Utilization............................................................................•........................................-..55 14.05 Final inspection.................................•-•---••-----......-----........----...,..................................................55 14.06 Final Acceptance................... ...................---._.,.._,......................,...................._.55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release.......................................... .......56 14.09 Waiver of Claims....-.................................................................................................................57 Article 15-Suspension of Work and Termination............_..................................... .........57 15.01 City May Suspend Work................................ ..... ...57 15.02 City May Terminate for Cause--------------••------•-. ................................. .......................................58 15.03 City May Terminate For Convenience......................................................................_................60 Article 16-Dispute Resolution ...61 16.01 Methods and Procedures...............................--....... ........................................................ ---...61 CrrY OF FORT WORTH S•IANOAXM CONSTRUCTION SPECIFICATION DOC.'UNff N TS R Msed:Nove W 9,2011 tv . � . Article l7—Miscellaneous---_-------._---_.—.-'-_'---_'-_--_----__—_-_.---..62 — 17/01 Giving Notice..............................................................................................................................62 17l2Computation ofTimes............................................................................._ ................... ~.-62 17-03 Cumulative Remedies................................................................................................................62 "~ 17.04 Survival of Obligations...... ...................................... ....... .......................................................63 17.05 Headings....................... .................................._.........................................................................dG pp � � � � qp w 0 � � � Am � w CrrYmrFORT WORTH STANDARD cONmucnowSPF=CA'nONDOCUMENTS Revised:November y.zo11 � 40 72 00-I GENERAL CONDITIONS Page I of 62 ARTICLE 1 –DEFINITIONS AND T'LRMLVOLOGY 1.01 Defined Terme r 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 singWar and plural thereof, and words denoting gender shall include the innsculine, feminine and neuter. Said terms are generally capitalized or written in italics,but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct,or change the Bidding Requirements or the proposed Contract.Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos--Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award–Authorization by the City Council for the City to enter into an Agreement, ow 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form,if any,and the Bid Form with any supplements. I0. Business Day– A business day is defined as a clay that the City conducts normal business, generally Monday through Friday,except for federal or state holidays observed by the City. 11.Bumsaw–City's on-line, electronic document management and collaboration system. 12. Calendar Day–A day consisting of 24 hours measured fi om midnight to the next midnight. MY OF FORT WORTH S rANDARD CONSTRUE f1ON SPECIFICATION DOCLVhENTS Ra ise&,November 9,20I I 0072ao-z GENERAL,CONDITIONS Page 2 of 52 13. Change Order—A dtauurnent, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision ira the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City--- The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perforin 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 Fart Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth., • Texas. 17. City Manager - The officially appointed and authorized City Manager of the City of Fort Worth,Texas,or his duly authorized representative. 18. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract.A demand for money or services by a third party is not a Contract Claim_ 19. Contract--The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations,representations,or agreements,whether written or oral. 20. Contract Documents--Those items so designated in the Agreement_ All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price--The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of[Unit Price Work). 22. Contract Tame—The number of days or the dates stated in the Agreement to: (i) achieve Milestones,if any and(ii)complete the Work so that it is ready for Final Acceptance. 23. Contractor—The individual or entity with whom City has entered into the Agreement. ' 24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. i CITY OF FORT WORTH STANDARD C7NS UCTION SPECWICA ION DOCUMENTS Rryised:Novuber 9,2011 007.200-3 GENERA!_CONDITIONS Page 3 of 62 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party,City or Contractor exclusive of a Contract Claim. 26. Dory or day—A day,unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the i City of Fort Worth,Texas,or his duly appointed representative,assistant,or agents. 28. Director of Parks and Community Services—The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth,Texas, or his duly appointed representative,assistant,or agents. 29. Director of Planning and Development —The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative,assistant,or agents. 30.Director of Transportation Public Works — The officially appointed Director of the r Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative,assistant,or agents. 31. Director of Water Department—The officially appointed Director of the Water Department of the City of Fort Worth,Texas,or his duly appointed representative,assistant,or agents. 32_ Drawing---That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. R 33. Effective Date of the Agreement---The date indicated in the Agreement on which it becomes effective,but if no such date is indicated, It means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34.Engineer—The licensed professional engineer or engineering firm registered in the State of .� Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36. Field Order A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price,Contract Time,or the intent of the Engineer. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. MY of FORT WORTH STANDARD coNsTRL cnON SPECMCA'nON DMnvEM Revised:Novewbet 9,2011 PW 007200-4 GENERAL CONDITIONS Page 4 of fit • 38.Final Inspection -- Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements-Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or • circumstances that may present a substantial danger to persons or property exposed thereto. 41.Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42,Laws and Regulalions—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 encumbrancesupon Project funds, real property, or personal property- 44. Major Item –An Item of work included in the Contract Documents that,has a total cost equal to or greater than 5%of the original Contract Price or$25,000 whichever is less. 45. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46.Notice of Award—The written .notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein,, City will sign and deliver the Agreement. • 47. Notice to Proceed--A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs Polychlorinated biphenyls. 49.Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline,kerosene,and oil mined with other non-Hazardous Waste and crude oils. 50.Plans–See definition of Drawings. CrfY OF FORT WORTH STANDARD CONSTRUCTION SPECIE7CAnON DOCUNffiNTS Revised:Number 9,20 C f dd7200.5 .— GENERAL CONDITIONS Page 5 of G2 51. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements,describing the sequence and duration of the activities comprising the Contractor's plan,to accomplish the Work within the Contract Time. 52.Project—The Work to be performed under the Contract Documents. 53.Project Representative—The authorized representative of the City who will be assigned to .. the Site. 54. Public Meeting – An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project 55. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.)as amended from time to time. 56_ Regular Working Hours –Hours beginning at 7:00 a.m- and ending at 6:00 p.m., Monday thru Friday(excluding legal holidays). 57. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged.. 58. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values—A schedule, prepared and maintained by Contractor,allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment 60. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61_ Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Worm and certain, administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project 62. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CrrY OF FORT WORTH STANDARD OONSTRUC ON SPECIFICATION DOCUMMM Revisal:November 9,2011 007200.5 GENERAL CONDMONS Page 6 of 62 63. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successfael Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65_ Superintendent---The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier--A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities—Al] underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments,and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water,wastewater,storm water,other liquids or chemicals,or traffic or other control systems. 69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours —Homs beginning at 9.00 a.m. and ending at 5.00 p.m., Saturday, Sunday or legal Holiday,as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and fiunishing, installing, and incorporating all materials and equipment into such construction,all as required by the Contract Documents. 72. Working Day—A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m, 1.02 Terminology A. The words and terms discussed in Paragraph 1.+02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents,have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FOIST WORTH STANDARD CONSTRllMON SPECIMCATION DOCUNMNTS Revised;NQv=ber 9,20 11 w 007294-7 GENERAL CONDITIONS Page 7 or52 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as dirmted" or teruis of.Like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or _ adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment,action,or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents(unless there is a specific statement indicating otherwise). C. Defective: I, The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory,faulty,or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents;or c. has been damaged prior to City's written acceptance_ D. Furnish,Install, Perform,Provide: —" 1_ The word "Furnish" or the word "bastall" or the word "Perforin°' or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor,materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases tbat have a weld-known technical or construction industry or trade meaning are used in the Contract Documents in A accordance with such recognized meaning. ARTICLE 2—PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (I) 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 guest at the cost of reproduction. 2.132 Commencement of Contract Time, Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to _ Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION AOCUN%7t S Revised:Novewber 9,2011 P. DO 7200.8 GENERAL CONDITIONS Page B of 62 2.03 Se arting the Werk Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. • 2.04 Before Starting Construction Baseline Schedule's: Submit in accordance with the Contract Documents, and prior to starting the Work, 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public�Veeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2-07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3—CONTRACT DOCUNIENTS: INTENT,AMENDING, REUSE 3.01 Intent A- The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "tine 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 pari depending on the format of the CITY OF FORT WORTH STAnARD CONS I UC71-ION SPECIFICATION DOCLI` EM Revised:November 9,201 s • DO 7200.9 GENERAL CONDITIONS Page 9 of 62 section. The Contractor shall not take advantage of any variation of form., format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to.` and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the " Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards,Specifications,Codes,Laws,and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization,or association,or to Laws or Regulations,whether such reference be specific or by implication, shall mean the standard, specification, manual,code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents_ 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor,or any of their subcontractors,consultants,agents,or employees, from those set forth in the Contract Documents.No such provision or instruction shall be effective to assign to City,or any of its officers,directors, members,partners, employees, agents, consultants, or subcontractors,any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving.discrepancies A. Reporting Discrepancies: I. Contractor's Review of Contract Documents Before Starting Work Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions_ Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. ! 2. Contractor's Review of Contract Documents During Performance of Work. If, during the performance of the Work,Contractor discovers any coni ict, error,ambiguity,or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b)any standard, specification,manual, or code, or(c)any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CrrY OF FORT WORTH STANDARD CONSTR]CrION SPFCTICA noN DocuN wrs Revised:No+cmber 9,2G P 1 w 007200-1n GENERAL CONDMONS Page 10 or 62 6.17.A) until an amendment or supplement to the Contract Documents has been issued by or 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 unJess Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any contl.ict, 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 sball govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the i proposal. 3.04 Amending and Supplementing Corin-act Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented., and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; s 2. City's review of a Submittal(subject to the provisions of Paragraph 6.18.0),or 3. City's written interpretation or clarification.. 0 3.45 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not. 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications,other documents,or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION OOCUWNIS Revised.November 9.2011 r GENERAL CONDITIONS Pap 1 I of 62 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nodring herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic 1Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies,the hard copies govern. B. When transferring documents in electronic media format, the transferring party mattes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS;SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS;REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way,and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed,adjusted,and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. MY of FORT WORTH STANDARD CONSTRIJMON SPECIMAMON I)OCI J& N M Revised:Nav=ber 9,2011 007200-12 GENERAL CON0ITONS Page 12 of 62 C. Contractor shall provide for all additional lands and access thereto that may be required for •• construction facilities or storage of materials and equipment` 4.4? Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized; Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such"technical data" is identified iIa the Supplementary Conditions. Contractor may not make any Contract Claire against City, or any of their officers, directors,members,partners,employees,agents,consultants,or subcontractors with respect to- T. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto;or 2. other data, interpretations, opinions, and infornaation contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data'or any such other data, interpretations,opinions,or information. 4.43 Differing Subsurface or Physical Conditions A. !Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either- 1. ither1. is of such a nature as to establish that any"technical data"on which Contractor is entitled to rely as provided in Paragraph 4.42 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 uI work of the character provided for to the Contract Documents; f CITY OF FORT WORTH STANVARI?C0NSTRUC-Y1ON SPECIFICATION DOCUMENTS Revised:November 4,3®11 007200-13 GENERAL CONDITIONS Page 13 of 52 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17_A),notify City in writing about such condition- B, onditionB, Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: I. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract;or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site;or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated.- The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions. 1_ City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for. a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City,during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated.- 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with, reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before finther disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONsmucnoN SPECIRCATION DOaNUXI S Revised:November 9,3011 r 00 72 DD-14 GENERAL CONDITIONS i» PW 14 of62 Work ba connection therewith (except in an emergency as required by Paragraph 5.17.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 he required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be IF responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory ! excavation if necessary. 4.05 Reference Paints A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no W changes or relocations. Contractor shall report to City whenever any reference point or property monument is Iost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full * amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A A. Reports and Drawings. The Supplementary Conditions identify those reports and drawings known, to City relating to Hazardous Environmental Conditions that have been identified at the site. B- Limited Reliance by Contractor on Technical Data Authorized.• Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract CIaim against City, or any of their officers, directors,members,partners,employees,agents,consultants,or subcontractors with respect to: s 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 +_ MY OFFORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCIJ1v1ENTS Revised:November 9,2011 1 007200-15 GENERAL CONDITIONS Page IS of 62 construction to be employed by Contractor and safety precautions and programs incident thereto;or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings;or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data,interpretations,opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or •- revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by �. Contractor,Subcontractors, Suppliers,or anyone else for whom Contractor is responsible. D- if Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i)secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and(iii) notify City(and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action.,if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. E. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such, special conditions, then City may order the portion of the Work that is in the area affected by such LW condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City.from and against all claims, costs, losses, and damages {including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's o-wn negligence. H. The previsions of Paragraphs 4.02, 4.03, and 4.174 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. Crry of FORT WOKTH STANDARD CONSTRUcTroN SPEC—MCATION DOC[FivrEN"15 - Revised:Novembcr 9,2011 00 72 00-16 GENERAL CONDITIONS Page 16 of 62 ARTICLE 5—BUNDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as w security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final r, Acceptance by the City. C. Ail 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 574 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 34 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.41 and 5.42.0. .. 5.03 Certificates oflnsurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured)which Contractor is required to purchase and maintain. 1. The certificate of ice shall document the City, and all identified entities named in the Supplementary Conditions as"Additional Insured"on all liability policies. CCTY OF FORT WORIM STANDAM CQNSTIRfC'1'ION SPECIRCAMN DOCGNWFS, Revised_November 9,2011 00 72 00-17 � GENERAL CONDITIONS Page 17 arb2 'f 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement,which shall be identified in the certificate of insurance provided to the City_ 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A-M. Best Property&Casualty Guide 4. The insurers for all policies must be licensed andlor approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-. VII in the current A_ M_ Best Key Rating Guide or have reasonably equivalent financial " strength and solvency to the satisfaction of Risk Management_ If the rating is below that required,written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8_ Unless otherwise stated, all required insurance shall be written on the"occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date skull be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date_ The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. �* 9. .Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage,nor decrease the limits of said coverage unless such endorsements ,l? are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10.Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance _ coverage shall be approved by the City in regards to asset value and stockholders' equity. In CIT]'of FORT WORTH STANDARD ODNSIRUCT ON sPECIRCATION noCUNlE?M Revised:November 4,2611 e 007200-18 GENERAL CONL3MON5 IF Page IS of 52 lieu of traditional insurance, alternative coverage maintained through masurance pools or risk retention groups,must also be approved by City. 11. Any deductible in excess of$5,000.00, for any policy that does not provide coverage on a first-dollar basis,must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to snake reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Carder. 13, City shall be entitled,upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies_ 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance r A. porkers Compensation and Employers'Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 405, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection Brim claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of there to perforin any of the Work,or by anyone for whose acts any of them may be liable: 1, claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B_ Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations; personal injury,and liability under an insured contract. Insurance shall be provided on an occurrence basis,and as comprehensive as the current Insurance Services Office GSCa} policy. This insurance shall apply as primary insurance with respect to any other Cr1Y of FORT WORTH STANDARD CONSTRUC110N SPECIFICATION DCOCUMLDM Revised:November 9.2011 r, 007200-19 � GENERAL CONDITIONS Page 19 of 62 r, insurance or self-insurance programs afforded to the City_ The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contaisied with the policy,unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions)- C. Automobile Liability. A cornmercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, R maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work,or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the •- Supplementary Conditions- E. Notification. of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.45 Acceptance ofBonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of mon-conformance with the Contract Documents, the City shall so notify the Contractor in writing within IO 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 • 5.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means,methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUMON SPECIBCATiON DOCUMENTS Revised!November 9,2011 00 72 00-20 GENERAL CONDITIONS Pagc 20 of 62 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication)to perform Work: w 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 4 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials,equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing,start-up, and completion of the Work. 1W B. All materials and equipment incorporated into the Work shall be as specified or, if not specified., shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests)as to the source,kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SFECIFICAMN DOCUMENTS Revisal:November 9,2011 P% 007200-21 .r GENERAL CONDITIONS Page al of 62 C. All materials and equipment to be incorporated into the Work shall be starred, applied, installed, connected, erected, protected, used, Gleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the ; time of bid,unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule establisher) in accordance with Paragraph 2.017 and the General Requirements as it may be adjusted from time to time as provided below. I. 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 01 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 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or"or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal"Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the proposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength,and design characteristics; 01 CITY Of FORT WORTH STANDARD CONSTRUCIMN SP£CIRCATION DOCUMENTS RehsM.,NV iw mba 9.2011 04 007200-22 GENERAL CONDITIONS Page 22 of fit 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole;and 3) it has a proven record of performance and availability of responsive service;and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named inn the Contract Documents. 2. Substituie Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" iters under Paragraph 6.05.A_I, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of proposed substitute item of material or equipment that Contractor seeks to furnish or use_ The application shall comply with Section 0125 00 and:. 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified;and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CJTV OF FORT WORTH STANDARD CONMUMON SPECIFICATION DOCUNEMS Revised:November 9,2011 007200-23 GENERAL CONDITIONS Pale 23 of 62 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering,sales,maintenance,repair,and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means,method, technique, sequence,or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05_A.2. C. City's Evaluation: City will be allowed a reasonable time within. which to evaluate each proposal or submittal trade pursuant to Paragraphs 6.05.A and 6.05.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 Carder in the case of a substitute and an accepted Submittal for an"or-equal."City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor-shall indemnify and hold harmless City and anyone directly,or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out �r of the use of substituted materials or equipment. E, City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A_2 and 6.05.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 from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal"at Contractor's expense. MY of FORT WORTH STANDARD 0ONSTRUMON SPECTICATiON DOCU'NENfS Revised-.November 9,2011 a N 0072W-23 GENERAL CONDITIONS Page 24 of 62 • G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order- H. Tme Extensions: No additional time will be granted for substitutions. "• 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the .. value embraced on the Contract,unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether .. initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier,or other individual or entity to furnish or perform any of the Work against whom. Contractor has reasonable objection (excluding those rr acceptable to City as indicated in Paragraph 6.46.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. i D. Minority and Women Owned Business Enterprise Compliance:It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. if the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City's MWBE Ordinance (as amended)by the following: I, Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract ire accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible fpr Contractor's own acts and omissions. Nothing in the Contract Documents: CrrY OF FORT WORTH STANDARD CONSTRCIC ON S13ECIMATION DOCUNT I-M Revised:Novcmtus 4,2011 F 007200-25 GENERAL CONDITIONS Page 25 of 62 1. shall create for the benefit of any such Subcontractor, Supplier; or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity;nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors,Suppliers,and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A_ Duty to prey Prevailing Wage Rales. The Contractor shall comply with all requirements of Chapter 2258,Texas Government Code(as amended), including the payment of not less than the rates determined by the City Council of the City of fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage F shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs,pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Goad Cause. On receipt of information, .. including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred_ The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination_ Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the ` violation. CM OF FORT WORTH STANDARD CONSTRUCTION SPECIMCATION DOCtJWNTS Revised:November 9,2011 0 V0 007200-26 GENERAL CONDITIONS v Page 26 of 62 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Cade, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq.,Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the l I th day after the date that arbitration is required., a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction_ E. Records to be Maintained. The Contractor and each Subcontractor shall,for a period of three(3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Wort:provided ,r, for in this Contract;and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 5.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258,Texas Goverurnent Code. G. Posting of Wage Rates.The Contractor shall post prevailing wage rates in a conspicuous place at all times. • H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a a particular invention, design,process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents_ Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. S. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from MY OF FORT WORTH STANDARD CDNSTRUMON SPECIRCATiON DOC TSM]n*S Revised:Novenbez 9-2011 Wb 007200-27 w GENERAL CONDITIONS Page 27 of 62 the incorporation in the Work of any invention, design,process, product, or device not specified in the Contract Documents. MW 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract ' Documents. City shall assist Contractor,when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids,or, if there are no Bids, on the " Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work- B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents_ It will be the Contractor's — responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: r, 1. Texas Department of Transportation Permits 1 U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C- Outstanding permits and licenses. The City anticipates acquisition of and/or access ro 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. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all MY OF FORT WORTH STANDARD CONSTRUMON SPECrFICATrON DOCUNUNTS Revised:Noveanber 9,2011 r 007200-28 GENERAL.CONDITIONS "+k Page 2g ofQ court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes s 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 t performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the ., provision of State Comptroller's Ruling .411, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained tom: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. http:llwww.window.state.tx.us/mxinfo/taxfonns193-forms.html 6.1? Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: r 1. Contractor shall confine construction equipment,the storage of materials and equipment,and the operations of workers to the Site and other areas permitted by Laws and Regulations,and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. w 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is • necessary for proper execution of the Work., the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rcvisa3:November 4.2011 ■ 007200-29 GENERAL CONDITONS Page 29 of 62 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work,Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 621, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris .During Performance of the Work During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 %of such costs, shall be deducted from the monies due or to become due to the Contractor_ D_ Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner.At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work_ E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded T in any mariner that will endanger the structure,nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it, 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or 1113 a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents,any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD C.ONSTRU=ON SPECIFICATION DOCUMEM S � Revised:November 9,2011 00 72 00-30 GENERAL CONDITIONS Page 30 of Q take all necessary precautions for the safety of, and shall provide the necessary protection to ,F prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site;and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal,relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property,or to the protection of persons or property from damage,injury,or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them., and shall cooperate with them in the protection, removal, relocation,and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs,if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury,or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any otherindividual or entity directly or indirectly employed by any of them to perform any of the Work,or anyone for whose acts any of them may be liable,shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative ' Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs r 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 undlor Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CrrY OF FORT WORTH STANDARD CONSTRUC110N SPECIFICATION DOCUMENTS Rcvised:NovemNz 9.2011 r 00 72 66-31 GENERAL CONDITIONS Page 31 of62 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 ContraU Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall gime the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours,the City may take such remedial action with City forces or by contract The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required. Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals(as required by Paragraph 2.07). Each submittal will be .� identified as City may require. 1. Submit number of copies specified in the General Requirements. , 2. Data shown on the Submattals 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 6.18.0. 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-I.nfornnation-Ouly submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications.. 7. Clearly identify each Sample as to material, Supplier,pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.1 S.C. CM of FORS'WORTH STANDARD MNS RUCTION SPECIFICATION DOCLMENTS Rniscd:November 9,2611 0072 DO-32 GENEM CONDITJON5 Page 32 0£62 B_ Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed pnor to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City s Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will,after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whale as indicated by the Contract Documents. 2_ City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents)or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided,Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. r 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 MY OF FORT WORTH STANDARD CDNSTRUCMON SPECIFICATION DOCi.UENT'S RevisM:Nov=b=4,2011 007200-33 f GENERAL CONDITIONS Page 33 of G2 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute.None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: I. observations by City; 2, recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 5. any inspection, test,or approval by others;or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13. The City will give notice of observed defects with reasonable promptness. ` 6.21 Indemnification A_ Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the ., Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. TMS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL E, OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED,IN WHOLE OR IN PART BY ANY ACT ONUSSION OR NEGLIGENCE OF TAE 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. 13. Contractor covenants and agrees to indemnify and hold harmless, at its oven expense, the City, its officers, servants and employees, from and against any and al[ 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 MEMNIFICATION PROVISION IS CrFY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUN EN{'S , Revised:November 4,2011 1W 0072 OU-A GENERAL CONDITIONS Parc 34 of b2 +a 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, ONUSSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this ParagTaph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design,concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books,documents,papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents,papers, and records of such Subcontractor, involving Umsactions to the subcontract, and further, that City shall have access during regular Wonting Hours to all ' CITY OF FORT WORTH STANDARD CONs7RUMONE SPECIFICATION DOCUMENTS Revisal:November$,2011 007-700-35 GENERAL CONDITIONS Pale 35 of 62 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 ISI, Civil Rights,Qct of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance_ ARTICLE 7—OTHER WORK AT THE SITE 7.01 Related Work at Site — A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work;and S. Contractor shall afford each other contractor who is a party to such a direct contract, each utility — owner, and City, if City is performing other work with. City's employees or Other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work, provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work.Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. Crit of FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOC ENTS Revised:Novemba 9.201 I 00 72 00-36 GENERAL CONDITIONS Page 36 of 62 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site,the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified, 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided_ B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE S—CM'S RESPONSIBIILITIES ■ 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay W zen Due ' City shalt make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements;Reports and Tests City's duties with respect to providing lauds and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. $.05 Change Orders City shall execute Change Carders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections,tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSIRSJMON SPEMCA"fT[S�I D0C Ne-NPS Revised:November 9.2011 00 72 00-37 GENERAL CONDITIONS Page 37 of fit 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means,methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with haws and Regulations applicable to the performance of the Work. City will not be responsible for ., Contractor's failure to perform the Work in accordance with,the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Ha-7ardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.46. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9—CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. The Project Representative{s} will be as provided in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts ' will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF PORT WORTH _ STANDARD CONSTRI]MON SPE.CIRCA710N DOCUMEMM Revised:November 9,2011 1* rt 007200-38 GENERAL CONDITIONS Page 3$QF62 9.03 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents wbicb do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as !' indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor,who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, r or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the imtegrity 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 w testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for WorkPerfonned Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). .. 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred- " C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. + ARTICLE 10—CHANGES IN THE WORK; CLAIMS;EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided)_ Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Carder may be issued by the City. OF FORT WORTH STANDARD CaNSTRUMON SPECOCATION DOCUMENTS Remised:November 9,2011 Mb 007200-39 �+ GENERAL CONDITIONS Page 39 of fit 10.02 UnauthorLed Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Carders A. City and Contractor shall execute appropriate Change Orders covering: _ 1, changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (u) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09,or(iii)agreed to by the parties; 2. changesin the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually perforated. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work,or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra 'Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay,extended overhead,ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 1{7.{35 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited. to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. cnY OF FORT WORTH STANDARD CONS'TRUC71ION SPECIFICATTON DOCUNEIN!'S R Revised:November 9,2011 s 60 72 oa-40 GENERAL CONDITIONS Page 44 of fit 10.06 Contract Claims Process r A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: y 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto(unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional tune). C. City's Action: City will review each Contract Claim and,within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claimer in whale 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 fiarther resolution of the Contract Claim,such notice shall be deemed a denial. CTIY OF FORT WORTH STANDARD CONSIRUMON SPEC¢[CArfON DC]G'[J7vI@hrfS R=5W:November 9,2011 00 72 00-41 GENERAL CONDIT1ON5 Page 41 oF62 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or R Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denW. 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; UNJ[T PRICE WORK;PLANS QUANTI'1'Y MEASUREMENT 11.01 Cost of the Work A. Costs Included. The term Cost of the Work means the scum of all costs, except those excluded in Paragraph 11.01.13, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.13, and shall T include but not be limited to the fallowing items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55%markup,or b, salaries and wages plus the cost of :Fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits,bonl,Ises, sick leave, vacation and holiday pay applicable tbeTeto The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith_ F 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. Cr1Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAMON DOCUMENTS Revised:Novena 9,2011 Q6 72 00-42 GENERAL CONDITIONS Page 42 of 62 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City,who will then determine, which bids, if any,will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants)employed for services specifically related to the Work, 5. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances„ office, and temporary facilities at the Site, and band tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of I� Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 5.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or N anyone directly or indirectly employed by any of there or for whose acts any of them may be liable,and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not M compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work,provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such, losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of deteraaix i Contractor's fee. f. The cost of utilities,fuel,and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CrIY OF FORT WORTH STANDARD CONSTRUC70N SPECIRCATION SMS Revised:November 9,2011 1 00 72 00-43 GENERAL CONDITIONS Page-43 of 62 h. The costs of premiums for all bands and insurance Contractor is required by the Contract Documents to purchase and maintain.. B. Costs Excluded_-The term Cost of the Work shall not include any of the following items: I. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, 4 architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerics, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.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 Work and charges against Contractor for delinquent payments. -. 4. Costs due to the negligence of Contractor,any Subcontractor,or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not Limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied,and making good any damage to property. 5. Other overhead or general expense costs of any kind. w C. Contractor`s Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work,Contractor's fee shall be determined as set forth.M Paragraph 12.01.0. D. ,Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.8, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City .. an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Doctiments and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid,41lowances: 1. Contractor agrees that: CrN OF FORT WORTH R STANDARD CONSTRUMON SPECIMATION DOCLMNTS Revised:Novmber 9,2011 P. 007200-44 GENERAL CONDITIONS • Page 44 of 62 a. the pre-bid allowances include the cost to Contractor of matcrials and equipment required by the allowances to be delivered at the Site,and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit,and other expenses contemplated for the pre-bid allowances have been include A in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C_ Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. i D. Prior to final payment, an appropriate Change©order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Werk yA. Where the Contract Documents provide Haat all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work limes the estimated quantity of each item as indicated in the Agreement. CB. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the r actual quantities and classifications of Unit Price Work performed by Contractor will be made by N City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified iters. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified M' the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item.of Unit Price Work performed by Contractor differs materially and kv significantly from,the estimated quantity of such item indicated in the Agreement,and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. -* 1. if the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. MY of FORT WORTH STANDARD L7ONSTRUMON SPECIFICATi N DOCti1WNTS Reiced:Novtmher 9.2411 s 00 72 00-45 ~ GENERAL CONDITIONS Page 45 of b2 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more d=25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either parry to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 5. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved,handled, or placed during the execution of the Contract, The estimated bid quantities are designated as final payment quantities,unless revised by the governing Section or this Article. B. If the quantity measured as outlined under"Price and Payment Procedures"varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be trade 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 trade. Payment for revised quantity will be made at the unit price bid for that Item,except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City,by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item., then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECT RCATION DOCIAffi- TS Revised:November 9,201 • • 007200-46 GENERAL CONDITIONS Page 46 of fit E. For cal lout work or non-site specific Contracts,the plans quantity measurement requirements are not applicable. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIM>h: • 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: I, where the Work involved is covered by unit prices contained in the Contract Documents, by " application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03);or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.5.2, on the basis of the Cost of the Work (determined as providedin Paragraph 11.01) plus a Contractor's fee for overhead and profit(determined as provided in Paragraph I2.01.C). C_ Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: qV a. for costs incurred under Paragraphs 11.0t.A.1, 11.0l.A.2. and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. fo r co sts incurred under Paragraph 11.01.A.4 and 11.0 LA.5,the Contractor's fee shall be five percent(5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CrrY OF FORT WORTH STANDARD CONSTRUMON SPEC111CAT'r[3N DWJ&TN TS Revised:November 9.2011 007200-47 GENERAL.CONDITIONS Page 47 of 62 tier,will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent(5%)of the amount paid to the next lower tier Subcontractor,however in no case shall the cumulative total of fees paid be in excess of 25°,+'0; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.0 1.A.6, and 11.01_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. a B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. I2-03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor,the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include,but not be limited to, acts or neglect by City,acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods,epidemics, abnormal weather conditions, or acts of God_ Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in .t 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 i-A 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. GrLY OF FORT WORTH STANDARD OONSTR'L MON SPECIFICAT70N 1 OCUN Nn Revised:November S,201 ON r 00 72 04-48 GENERAL CONDITIONS Page 48 of62 ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected,corrected,or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing labomtoTles, and governmental agencies with juri_sdictianal interests will have access to the Site and the Work at reasonable tunes for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. !' 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. R B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or w 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 shalt pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or to be incorporated in the Work, or acceptance of materials mix designs, or equipment equipmentIP � eF �� �l P submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory (`"Testing Lab") to perform any inspections or tests ("Testing„) for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor, 2. Should any Testing under this Section 13.173 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. MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised:November 9,2011 r 00 72 OD-49 GENERAL CONDITIONS Page 49 of 67 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab,City will not issue Final Payment until the Testing Lab is paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. w F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued w under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it roust, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. �~ B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others,Contractor,at City's request,shall uncover,expose,or otherwise make available for observation, inspection,or testing as City may require, that portion of the Work in question,, famishing all necessary labor,material,and equipment_ 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers,architects, attorneys, and other professionals and all court or other dispute resolution. costs) arising out of or relating to such uncovering, exposure, observation, inspection., and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which, case Contractor shall still be responsible for all costs associated with exposing,observing,and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure,observation,inspection,testing,replacement,and reconstruction. 13.05 City May Stop the Work If the Work is defective,or{Contractor fails to supply sufficient skilled workers or suitable materials - or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof until the cause for such order has been eliminated;however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Cf[Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DDCMG] STrS ■1 itevNM,.November 9,2011 r� 007200-50 GENERAL CONDMONs PW 50 of 62 Subcontractor, any Supplier,any other individual or entity, or any surety for,or employee or agent of �. any of them. 13.06 {Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed:, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. y Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys. and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. & When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and * guarantee, if any,on said Work. 13.07 Correction Period A. If within two (2)years after the date of Final Acceptance(or Such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract n Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.]O.A is found to be defective, Contractor shall promptly, without rt cost to City and in accordance with City's written instructions- 1. repair such defective land or areas;or " 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective,and 4. satisfactorily correct or repair or remove and replace any damage to other Work., to the work „ of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the: terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage,City may have the defective Work corrected or repaired or may have the rejected Werk 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 al] court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others)will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUMON SPECIFICATION DOC YM Revised:Norembcr 9,2011 GENERAL CONDITIONS Nage 51 of 62 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work,the correction period for that item May start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim,pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.47 are in addition to any other obligation or warranty. The previsions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of,the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor.If any such acceptance occurs prior to Final Acceptance,a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price,reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.05.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may,. after seven(7)days written notice to Contractor,correct,or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall. allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CrY OF FORT WORTH STANDARD CONSTRUCTION sPEC1RC,ATM DOCUMBM Revised:November 9,2a)1 007200-52 GENERAL CONDITIONS Page 52 of 62 Ile 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 irY the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment +* acceptable to City_Progress payments on account of Unit Price Work will be based on the number of units completed_ 14.02 Progress Payments A. Applications for Payments: I. Contractor is responsible for providing all information as required to become a vendor of the city. " 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work,completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents_ 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to ira writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. r 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the * Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment_ 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY Of FORT WORTH STANDARD CONSTRUCTION SPECIFICATICIN DOCUMENTS Revisal:Nov=ba a,2011 w 40 72 DD-5.3 GENERAL CONDITIONS Page 53 of 62 S. Review ofAlpplications: L 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 Iatter case, Contractor may make the necessary corrections and resubmit the Application.. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules. that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby he deemed to have represented that: .� a. inspections made to check the quality or the quantity of the Work as it has been performers have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor,or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: ... a, the Work is defective, or the completer)Work has been damaged by the Contractor or his subcontractors,requiring correction or replacement; r b. discrepancies is quantities container)in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with. Paragraph 13.09; or cnY of FORT WORTH STANDARD CONSTRUCi14N SPEMCATION DOCUMENTS Revisers:Novemba 9,2011 n 007200-54 GENERAL CONDITIONS r Page 94 of 62 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A, C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. Fll li For contracts greater than $400,000 at the time of execution, retainage shah five percent (5%). D. Liquidated Damages_ For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated. damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b, there are other items entitling City to a set-off"against the amount recommended; or e. Ci has actual knowledge of the occurrence of an of the events enumerated in City g y Paragraphs 14.02,B.4,a through 14.02.B.4.c or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for.Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY of FORT WORTH STANDARD CONSTRUCTION SPECIFICATION AOCLTI ENt'S F[evised•NnvanFxs� 7.01] QU7200-55 GENERAL CONDITIONS Page 55 dtit 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: I. Contractor at any time ruay notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City -r will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. y 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within. 10 days,City will schedule a Final Inspection with Contractor. 2. City will notify Contractor iu writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City wi11 notify the Contractor in writing of the reasons and Contract Time will resume. 14,45 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIMCATION DOMWffi'IS Devised:November 9,20 11 007200-56 GENERAL CONDITIONS Page 56 of G: 14.07 Final Payment A. Application for Payment: 1, Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied(except as previously delivered)by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety,if any, to final payment; c, a list of all pending or released Damage Claims against City that Contractor believes are unsettled;and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the App?acatiou for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sung City is entitled, including but not limited to liquidated damages,will become due and payable. M 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Cootract Documents which specibcally continue thereafter. 14.08 Final Completion.Belayed and Partial Retainage Release A_ if final completion of the Work is significantly delayed, and if City so confirms,City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work holly completed and accepted.If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that MY of FORT WORTH STANDARD CONSTRLJMON SPECIFICATION DOCUNU NT5 16 Revise:November 9,2011 1 007200-57 .5 GENERAL CONDIT1014S Page 57 of 62 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. A B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods fallowing the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release,all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.04 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15—SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension_ C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work,and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIRCATION DCCtJhE� a Rrosed:Noveml=9,2011 ©072 DO-53 GENERAL CONDITIONS Page 58 of 62 15.42 City May Terminale for Cause ` A. The occurrence of any one or more of the following events by way of example, but not of limitation,may justify termination for cause: +• 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04,or failure to adhere to the City's MWBE ordinance established under Paragraph 6.06.D); 2_ Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City;or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect iIn materials or workmanship., or defects of any nature,the correction of which has been directed in writing by the City;or ® 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially finable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court Of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1_ if the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCIflvi= Rmsed:November 9,2011 QQ7200-59 GENERAL CONDITIONS Page 59 of U obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere,and finish the Work as City may deem expedient 1 Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance,Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5, City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 5, Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.[]2.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of �^ said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any -, rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02,the termination procedures of that bond shall not supersede the provisions of this Article. C[TY OF FORT WORTH STANDARD CDNSTRucnON SPECrFICATION DOCU-IA& N Revised,November 9,2011 on 0472 00-6D GENERAL CONDMONS Page 60 Df62 A 15.03 City May Terminate For Convenience +� A. City may,without cause and without prejudice to any other right or remedy of City,terminate the Contract. Any termination shall be effected by marling a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, w and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claire,demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1_ Stop work under the Contract on the elate and to the extent specified in the notice of 4 termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or un.fabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the terrr i=tion;and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be f umished to the City. 5. complete performance of such Work as shall not have been tenxninated by the notice of termination;and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date spec f ed in the notice of ten mination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of exclusive of items the disposition of which has been directed or authorized by City. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECMC:AnON DOC LFNWNTS Revisod:November 9,2011 00 72 00-61 GENERAL CONDITIONS PW 61 of 62 D. Not later than 15 days thereafter, the City shah accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted,shall be made prior to final settlement_ E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City,any and all such claims shall be conclusively deemed waived. F. 1n such case, Contractor shall be paid for(without duplication of any items). 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination,including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work,plus fair and reasonable sums for overhead and profit on such expenses; and 3_ reasonable expenses directly attributable to termination. G_ In the event of the failure of the Contractor and City to agree upon the whole amount to be pard to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amour# if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined, Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 14.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C_ If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.13 shall become final and binding 30 days after termination of the mediation unless,within that time period,City or Contractor; r CrfY OF FORT WORTH STANDARD CONSTRUMON 5P'ECMCAnON DOC:UNGa4 S Revised:Navemba 9,2011 007200-62 GENERAL CONDITIONS Page 62 of 62 1. elects Irl writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process;or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17—MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if. I. delivered in persona to the individual or to a member of the firm or to an officer of the corporation for whom it is intended;or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party- C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.42 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a ! Saturday or Sunday or on a day made a legal holiday the next 'Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to,and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations,by special warranty or guarantee,or by other provisions of the Contract Documents.The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CrIY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCL NE-NTS Revised:November 9.2011 007200-63 .. GENERAL CONDITIONS Page 63 of 62 17.44 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or t�rnaination of the services of Contractor. w 1.7.45 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. w t Cr1Y OF FORT WORTH STANDARD C ONSTRUC-nON SPECIFICATION DOCUNENTS Revised:November 9,2011 r 007300-1 SUPPLEMENTARY CONDrrIONS Pagel ofit SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions,and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the Genera]Conditions have the meaning assigned to them in the General Conditions,unless specifically-rioted herein. Modifications and Supplements • The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.035.2,"Resolving Discrepancies" Plans govern over Specifications and Specifications shall govern over standard details. SC-401A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions,Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.0IA.I.,"Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired,if any as of July 2012. Outstanding Right-Of--Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION Norte NIA NEA The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. y CITY OF FORT WORTH Timberlme Water Tank RebabiJ.itation SPECERCATION DOCUMENTS Pnjmt02330 RevLw d October 31,2014 TIC 14.164-S465-013 007300-2 SUPPLEMENTARY CONDI?[ONS Page 2 of 4 SC-4.01A.2,"Availability of Lands" Utilities or obstructions to be removed,adjusted,andlor relocated The following is list of utilities andfor obstructions that have not been removed,adjusted,and/or relocated as of July 2012 -- ENTECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT None NIA The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed, and do not bind the City. SC4.02A.,"Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work:None SC-4.06A.,"Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City. None SC-5.03A.,`Certificates of Insurance" The entities listed below are"additional insured as their interest may appear"including their respective officers,directors,agents and employees. (1) City '! (2) Consultant: Tank Industry Consultants (3) Other: SC-5.04A.,"Contractor's Insurance" �. The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by taws and regulations: 5-04A.Workers'Compensation,under Paragraph GC-5.04A- Statutory limits Employer's liability 5100,000 each accidentloccurrence S100,000 Disease-each employee S500,000 Disease-policy limit SC-5.04B.,"Contractor's Insurance" 5.04B.Commercial General Liability,under Paragraph GC-5.04$,Contractor's Liability Insurance under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with minimum limits of $1,000,000 each occurrence $2,000,000 aggregale lim it CITY OF FORT WORTH Timberline Water Tank Rebabiliration SPECERCAnON DOCUMENT'S Project 023 30 Revisal Octad 31,2014 TIC 14.154.5465.013 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 4 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide"Y',"C",and"U'coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance, SC 5.040.,"Contractor's Insurance" 5.040. Automobile Liability,under Paragraph GC-5.04C.Contractor's Liability Insurance under Paragraph GC-5.040.,which shall be in an amount not less than the following amounts: (l) Automobile Liability-a commercial business policy shall provide coverage on"Any Auto", defined as autos owned,hired and non-owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least_ $250,000 Bodily Injury per person.I $500,000 Bodily Injury per accident 1 S100,000 Property Damage SC-6.04.,"Project Schedule" Project schedule shall be tier 3 for the project. s SC-6.07.,"'Wage Rates" l` A prevailing wage rate table applicable to this project is provided in the Appendix. SC-6.09.,"Permits and Utilities" SC-6.09A.,"Contractor obtained permits and licenses" +" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: Mone. SC-6.0911."City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City.None SC-6.2411.,"Title Vl,Civil Rights Act of 1964 as amended" -a During the performance of this Contract,the Contractor,for itself,its assignees and successors in interest (hereinafter referred to as the"Contractor")agrees as follows: I. Compliance with Regulations:The Contractor shall comply with the Regulation relative to nondiscrimination in Federally-assisted programs of the Department of Transportation(hereinafter, "DOT")Title 49,Code of Federal Regulations,Part 21,as they way be amended from time to time, (hereinafter referred to as the Regulations),which are herein incorporated by reference and made a part of this contract_ 2. Nondiscrimination: The Contractor,with regard to the work performed by it during the contract,shall not discriminate on the grounds of race,color,or national origin,in the selection and retention of subcontractors,including procurements of materials and leases of equipment.The Contractor shall not participate either directly or indirectly in the discrimination prohibited by 49 CFR,section 21.5 of the Regulations,including employment practices when the contract covers a program set forth in Appendix B of the Regulations. PW CITY OF FORT WORTH T unberline Water Tank Rehabilitation SPECIFICATION DOCUMENTS Pmject 02330 devised October 31,2014 TIC 14.164_S465.013 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 4 3. Solicitations for Subcontractors,Including Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract,including procurements of materials or leases of equipment,each potential subcontactor or supplier shall be notified by the Contractor of the Contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race,color,or national origin_ 4Luformation and Reports:The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto,and shall permit access to its books,records, ■• accounts,other sources of information and its facilities as may be determined by City or the Texas Department of Transportation to be pertinent to ascertain compliance with such Regulations,orders and instructions.Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the contractor shall so certify to the City,or the Texas Department of Transportation,as appropriate,and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance:In the event of the:Contractor's noncompliance with the nondiscrimination provisions of this Contract,City shall impose such contract sanctions as it or the Texas Department of Transportation may determine to be appropriate,including,but not limited to: a. withholding of payments to the Contractor under the Contract until the Contractor complies,and/or b. cancellation,termination or suspension of the Contract,in whole or in part. 6. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs(1)through (6)in every subcontract, including procurements of materials and leases of equipment,unless exempt by the Regulations,or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as City or the Texas Department of Transportation may direct as a means of enfarcing such provisions including sanctions for non-compliance_Provided, however,that,in the event a contractor becomes involved in,or is threatened with,litigation with a •— subcontractor or supplier as a result of such direction,the contractor may request City to enter into such litigation to protect the interests of City,and,in addition,the contractor may request the United States to enter into such litigation to protect the interests of the United States. Additional Title VI requirements can be found in the Appendix. SC-7.07.,"Coordination" •r The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Contractor Scope of Work Coordination Authoril NIA SC-9.01.,"City's Project Representative" The following firm is a consultant to the City responsible for construction management of this Project: Tank Industry Consultants SC-13.030,,"Tests and Inspections" None END OF SECTION CITY OF FORT WORTH Timherh=Wates Tank Rehabdimucm SPECIFICATION DOCUMENTS Project 02330 Revised October 31,2014 TIC 14.164.5465.013 r r 011100-1 SUMMARY OF WORK Page 1 of 3 e SECTION 01 11 00 SUMMARY OF WORK PART1 - GENERAL ~ 1.1 S>(11V1[MA.RY A. Section Includes: 1. Summary of Work to be performed in accordance with the Contract Documents B_ Deviations from this City of Fort Worth Standard Specification 1_ None- C. Related Specification Sections include,but are not necessarily limited to" L Division 0-Bidding Requirements, Contract Farms,and Conditions of the Contract 2. Division l -General Requirements 3. Technical Specifications .. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1, Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 13 REFERENCES [NOT USED] w 1.4 ADMINISTRATME,REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor,materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. 2. Timberline Water Tank Rehabilitation a. The Work covered under this Contract shall consist of the complete cleaning and repainting of the 2,000,000 gallon steel elevated water tank in Fort Worth, Texas on the interior wet surfaces and interior dry surfaces, and the complete cleaning and repainting of the exterior surfaces with containment. Other Vti'ork items include: repair of concrete and grout;removal of existing cathodic protection system; installation of clog-resistant roof vent,access tube cap and manhole, and protective cover for inle0outlet pipe; replacement of interior wet platform, interior wet ladders,including other Miscellaneous repairs and incidental items such as coordination with the OWNER, anniversary evaluations,disposal of debris,site restoration,etc. b- The above description shall serve as general information only and shall not be construed to limit the contractor's responsibility or obligation to comply with the Contract Documents and Detailed Technical Specifications, The CONTRACTOR is referred to the following Specifications for the complete scope of Work. B. Subsidiary Work CrrY OF FORT WORTH Timberhne Water Tank Rchabihtatim SPECIFICATION DOCUMENT'S Project 02330 Revised October 31,2014 TTC 14.164,5465.013 01 1100-2 SUMMARY OF WORK Page 2 of 3 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in .. which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid iteral included on the staudald bid item list,then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the proposal for various bid items- C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys,or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorizes)in writing by the City. a. A reasonable amount of tools,materials,and equipment for construction rt purposes may be stored in such space,but no more than is necessary to avoid delay in the construction operations. b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. if the street is occupied by railroad tracks,the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1] All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise,clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations_ ~' 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery,plants, lawns,fences,culverts,curbing,and all other types of structures or improvements, to all water, sewer, and gas lines,to all conduits,overhead pole lines,or '! appurtenances thereof,including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work- a. orka. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation,company,individual,or other, either as owners or occupants, whose land or interest in land might be affected by the Work. MY OF FORT WORT14 Timberline Water Tank Rehabibtation SPECIFICATION DOCUMENTS Project 02330 Revised October 31,2014 TIC 14.164.5465.013 s 41 1100-3 SUMMARY OF WORK Page 3 of 3 c. Be responsible for all damage or injury to property of ally character resulting from arty act,omission,neglect,or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material,or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight,and/or at all times to provide site security. c. The cost for all fence work associated with casements, including removal; temporary closures and replacement,shall be subsidiary to the various items bid in the project proposal, artless a bid item is specifically provided in the proposal. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] END OF SECTION • i CrPY OF FORT WORTH Timberline Water Tank Rehabilitation SPECIFICATION DOC1.UENTS Projmt 02330 Revised October 31,2014 TIC 14.164.$465.013 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 011500-1 41 4 ABBREVIATIONS AND 31'M LS Page f of 2 SECTION 0115 00 ABBREVIATIONS AND SYMBOLS Copyright @ 2014 Tank Industry Consultants 0 All rights reserved PART 1 -- GENERAL I J. SECTION INCLUDES A. Definitions used throughout the specifications. 1.2. DEFINITION OF PANTIES A. OWNER shall mean the Fort Worth Water Department. B. PROJECT REPRESENTATIVE shall mean Mr. Chris Harder, P.E., Engineering Manager, Fort Worth Water Department, 1.511 11th Avenue, Fort Worth, Texas 76102, telephone 8171392-8293. * C. ENGINEER shall mean Tank Industry Consultants - Headquarters: 7740 West New York Street, Indianapolis, Indiana 46214-2988, telephone 3171271-3100, FAX 3171271- 3300. D. FIELD OBSERVER shall mean Tank Industry Consultants - Headquarters: 7740 West New York Street, Indianapolis, Indiana 46214-2988, telephone 3171271-3100, FAX 3171271-3300; or another designated representative of the OWNER. E. The terra CONTRACTOR'S COMPETENT PERSON(S) in this specification shall mean a representative of the CONTRACTOR who is capable of identifying existing and predictable hazards in the surroundings or working conditions that are unsanitary, hazardous, or dangerous to employees, and who has authorization to take prompt corrective measures to eliminate there_ The name(s) of the CONTRACTOR'S COMPETENT PERSON(S) shall be submitted to the ENGINEER prior to performing any Work. CrrSf OF FORT WORTH Timberline Water Tank Rehabilitation SP>CIFiCAMN DOCUMENTS Project 02330 Revised October 31,2014 TIC 14.164,$465.413 to 01 1500-2 ABBREVIATIONS AND SYMBOLS Page 2 of 2 PART 2--PRODUCTS NOT USED PART 3--EXECUTION .. NOT USED END OF SECTION Copyright O 2014 Tank Industry Consultants All rights reserved CITY OF FORT WORTH Timberline Watff Tante Rehabilitation SPECIFICATION DOCUMENTS Project 02.330 Revised October 31,2014 TIC 14.164.5465.013 �r 012500-1 StBSTC1'LF ON PROCEDURES Page 1 of 5 r SECTION 0125 00 SUBSTITUTION PROCEDURES PART 1 - GENERAL 1.1 SUNVdARY A. Section Includes: 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to I or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name w d_ Catalog number 2. Substitutions are not"or-equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division U—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division l —General,Requirements 3. Technical Specifications 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment I. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1A ADI' QGSTRATIVE REQUIREMENTS A. Request for Substitution-General I. Within 30 days after award of Contract(unless noted otherwise),the City will consider formal requests from Contractor for substitution of products in place of those specified. 2_ Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors,trade names,or catalog numbers. " a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's nim S, trade names,or catalog numbers,provided said products are"or-equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: CITY OF FORT WORTH Timbcriine Water Tank Rehabilitation SPECCFICATTON DOCUMENTS Project 02330 Revised October 31,2014 °CTC 14.16CS465-013 t 012500-2 suBsTTTunON PROCEDL RES Paige 2 of 5 a. Dr-equals are unavailable clue to strike,discontinued production of products meeting specified requirements,or other factors beyond control of Contractor, Aft or, b. Coutractoi. pioposes a cost and/or bine reduction incentive to the City. 1.5 SUBMITTALS y' A. See Request for Substitution Form(attached) B_ Procedure for Requesting Substitution I. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation I) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule,when a reduction is proposed 3) Data relating to changes in cost b_ For products I) Product identification _ a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified r, product,including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including,but not necessarily limited to: a) Size — b) Composition or materials of construction C) Weight d) Electrical or mechanical requirements — 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced — projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples .� a) Provide at request of City. b) Samples became the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2_ City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. ., CITY OF FORT WORTH Timbe rUc Water Tank Mbabilitation SPECIFICATION DOCUMENTS Project 02330 Revised October 31,2014 TIC 14.I64.S465.013 012500-3 SUBSTrMTION PROCEDURES Page 3 of 5 3. In the event the substitution is approved,the resulting cost and/or time reduction will be documented by Change Order in accordance with,the General Conditions. 4. No additional contract time will be given for substitution. 5. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City's opinion,acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS ["NOT USED] s 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] x 1.9 EQUALITY ASSURANCE A. In making request for substitution or in using an approved product,the Contractor represents that the Contractor: 1. Has investigated proposed product,and has determined that it is adequate or superior ba all respects to that specified, and that it will perform function for wwch it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work,to include building modifications if necessary,making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] END OF SECTION CrrY OF FORT WORTH Timberline Water Tank Rehabilitation SPECIFICATION DOCUMENTS Project 02330 Revised October 3l,2014 TIC 14.164.S465.01 3 01 2500-4 "STrYLITION PROCEDURES Page of 5 ' EX UBff A REQUEST FOR SUBSTITU I ON FORM: _ TQ: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED _ ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? _ B. What effect does substitution have on otlier trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature Recommended Recommended as noted Firm Not recommended Received late Address By Date -- Date Remarks Telephone For Use by City: Approved Rejected CITY OF FORT WORTH Ti nbertiue Water Tank Rehabilitation SPECUWAT10N DOCUN ENIS Project 42330 Revised October 31,2014 TIC 14.164.5465.013 01 2500-5 SLTB 1TUIION PROCEDURES Page 5 of 5 city Ilan - - - - - -- w i wr w c� �r w i i CIIY OF FORT WORTH Timherliae Water Twik RebabUitadn SPECIFICATION DOCUMENTS Pmject 02330 Revised October 31,2014 TIC 14.164.5465.013 01 3119-1 PRECONSTRUCTION MEE'T'ING Page I of3 w SECTION 013119 PRECONSTRUCTION MEETING 0 FARTI - GENERAL • 1.1 SLTYEVIARY A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. Norse. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 4—Bidding Requirements, Contract ForTns and Conditions of the Contract 2. Division 1 —General Requirements 3_ Technical Specifications 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruetion meeting. 2. Representatives of Contractor,subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded,tapes will be used to prepare minutes and retained by City for future reference. B. Preconstructlan Meeting 1. A preconstnsction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting,prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent CITY OF FORT WORTH Timberline water Tank Rehabilitation ' SPECIFICATION DOCUMENTS f rojeet 02330 Revised October 31,2014 TIC IC164_S465.013 013119-2 PRECONSTRvcnoK leo Page 2 of d_ Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 0132 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of--way,utility clearances,easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f_ Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend 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 water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation x. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures. dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. MSE procedures hh. Final Acceptance ii. Final Payment J. (questions or Comments CrFY OF FORT WORTH Timberline Waxer Tank Rebabilitatiou SPECIFICATION DOCUMENTS Project 02330 Revised October 31,2014 TIC 14.164.5465,013 013119-3 RECONSTRUCTION MEMNG Rage 3 of 3 1.5 SUBNTTALS [NOT USEDI 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USEDI 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.9 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11. FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED} PART 2- PRODUCTS [NOT USED] 1 PART 3- EXECUTION [NOT USEDI END OF SECTION C"OF FORT WORTH Timberline Water Tank RrhabilitaSion .+ SPECIFICATION DOCUMENTS Project 02330 s} Revised October 310 2014 TIC 14.164.5465.013 013120-1 PROJECT MEETINGS Page I of 3 dW SECTION 01 31 20 PROSECT MEETINGS PART 1- GENERAL • 1.1 SUAlMARY A. Section Includes: 1_ Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division tl—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 3. 'Technical Specifications 1.2 PRICE AND PAYMENT PROCEDURES ' A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item_ 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Schedule,attend and administer as specified,periodic progress Iueetuxgs,and specially called meetings throughout progress of the Work- 2. Representatives of Contractor,subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded,tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings,in addition to those specified in this Section,maybe held when requested by the City,Engineer or Contractor. 13, Pre-Construction Neighborhood Meeting 1. After the execution of the Agreement,but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule,including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of meeting to be determined by the City. CrrY OF FORT WORTH Timberline water Tank Rehabilitation SPECIFICATION DOCUMENTS Project 02330 Revised October 31,2014 TIC 14.164.5465.013 013120-2 PROJECT MEEMNGS Page 2 of 3 3, Attendees a. Contractor b. Project Representative c. Other City representatives 4. Meeting Schedule ` a. In general,the neighborhood meeting will occur within the 2 weeks fallowing the pre-constructiou conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. # 2. Additional progress meetings to discuss specific topics will be conducted on an as- needed basis. Such additional meetings shall include,but not be limited to: .w, a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings,prepare the notes of the meeting and distribute copies of the same to all participants who so recuest by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire n to invite or the City may request d. Engineer's representatives e. City's representatives f Others, as requested by the Project Representative 5. Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations,problems, conflicts c. Items which impede construction schedule d. Review of off-site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress,schedule,during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions m. Review proposed changes for. 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents CITY OF FORT WORTH Timberline Water Tank Rehabilitatioa SPECIFtCKnONI DOCUN ENTS Project 02330 Revise=d October 31,2014 TIC 14.L&4_S465.0I3 013120-3 PROJECT MEETINGS Page 3 of 3 o. Review monthly pay request P. Review statues of Requests for Information 6. Meeting'Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City °1 b) Engineer c) Contractor 7. Meeting Location " a. The City will establish a meeting location. 1) To the extent practicable,meetings will be}geld at the Site. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS INOT USED] 1.8 MAINTENANCE MATERLAL SUBMITTALS INOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SI'T'E] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] END OF SECTION s MY OF FORT WORTH Timberline Water Tank Rehabilitation SPECIFICATION DOCUMENTS Project 02330 Revised October 31,2014 TIC 14.164.1&465.013 t t 1 i 1 1 1 1 1 1 1 1 1 1 1 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 SECTION 0132 16 CONSTRUCTION PROGRESS SCHEDULE PART I - GENERAL, r 1.1 SUMMARY A. Section Includes: 1. General requirements for the preparation,submittal,updating, status reporting and management of the Construction Progress Schedule 2. Specific requirements arc presented in the City of Fort Worth Schedule Guidance Document B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 4--Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I —General Requirements 3. Technical Specifications s 1.2 PRICE AND PAYMENT PROCEDURES A_ Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. s No separate payment will be allowed for this Item. 1.3 REFERENCES A. Definitions 1. Schedule Tiers a. Tier I -No schedule submittal required by contract_ Smal1,brief duration projects b. Tier 2-No schedule submittal required by contract, but will require some milestone dates. Small, brief duration projects c. Tier 3-Schedule submittal required by contract as described in the Specification and herein. Majority of City projects, including all bond program. prof ects d. Tier 4- Schedule submittal required by contract as described in the Specification and herein. Large andlor complex projects with long durations 1) Examples: large water pump station project and associated pipeline with ps interconnection to another governmental entity e. Tier 5 -Schedule submittal required by contract as described in the Specification and herein. Large and/or very complex projects with long durations,high public visibility 1) Examples might include a water or wastewater treatment plant 2. Baseline Schedule-Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures from the schedule. CITY OF FORT WORTH Timberline Water Tank Rehabilitation SPECIFICATION DOCUMENTS Project 02370 Revised October 31,2014 TIC 14.164.5465.013 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 3. Progress Schedule-Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. 4. Schedule Narrative-Concise narrative of the schedule including schedule changes,expected delays,key schedule issues,critical path items, etc B. Reference Standards 1. City of Fort Worth Schedule Guidance Document 1.4 ADN INISTRATIVE REQiJ.1REMENTS A. Baseline Schedule 1. General a. Prepare a cost-loaded baseline Schedule using approved software and the Critical Path Method(CPM)as required in the City of Fort Worth Schedule Guidance Document. b. Review the draft cost-loaded baseline Schedule with the City to demonstrate understanding of the work to be performed and known issues and constraints related to the schedule. c. Designate an authorized representative(Project Scheduler)responsible for developing and updating the schedule and preparing reports. B. Progress Schedule 1. Update the progress Schedule monthly as required in the City of Fort Worth Schedule Guidance Document. 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 3- Change Orders a. Incorporate approved change orders, resulting in a change of contract time, in the baseline Schedule in accordance with City of Fort Worth Schedule Guidance Document_ C. Responsibility for Schedule Compliance 1. Whenever it becomes apparent from the current progress Schedule and CPM Status Report that delays to the critical path have resulted and the Contract completion date will not be met, or when so directed by the City,make some or all of the following actions at no additional cost to the City a. Submit a Recovery Plan to the City for approval revised baseline Schedule outlining: I) A written statement of the steps intended to take to remove or arrest the delay to the critical path in the approved schedule 2) Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work and return current Schedule to meet projected baseline completion dates 3) Increase the number of working hours per shift,shifts per day, working days per week,the amount of construction equipment, or any combination of the foregoing, sufficiently to substantially eliminate the backlog of work 4) Reschedule activities to achieve maximum practical concurrency of accomplishment of activities,and comply with the revised schedule CITY OF FORT WORTH Timberline Water Tank Rehabilitalian SPECIFICATION DOCUMENTS Prgject 02330 Revised October 31,2014 TIC 14.164.5465.013 013216-3 ,* CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 2- If no written statement of the steps intended to take is submitted when so requested by the City,the City may direct the Contractor to increase the level of effort in manpower(trades),equipment and work schedule(overtime,weekend and holiday work, etc.)to be employed by the Contractor in order to remove or arrest the delay to the critical path in the approved schedule. a- No additional cost for such work will be considered. D_ The Contract completion time will be adjusted only for causes specified in this Contract. a. Requests for an extension of any Contract completion date must be supplemented with the following. 1) Furnish justification and supporting evidence as the City may deem necessary to determine whether the requested extension of time is entitled under the provisions of this Contract. a) The City will,after receipt of sucks justification and supporting evidence,make findings of fact and will advise the Contractor,in writing thereof. 2) If the City finds that the requested extension of time is entitled,the City's determination as to the total number of days allowed for the extensions shall be based upon the approved total baseline schedule and on all data relevant to the extension. ` a) Such data shall be included in the next updating of the Progress schedule_ b) Actual delays in activities which, according to the Baseline schedule, ^� do not affect any Contract completion date shown by the critical path in the network will not be the basis for a change therein. 2. Submit each request for change in Contract completion date to the City within 30 '' days after the beginning of the delay for which a time extension is requested but before the date of final payment under this Contract. a_ No time extension will be granted for requests which are not submitted within the foregoing time limit. b- From time to time, it may be necessary for the Contract schedule or completion time to be adjusted by the City to reflect the effects of job conditions,weather, tecbnical difficulties,strikes,unavoidable delays on the part of the City or its representatives,and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions,the City will direct the Contractor to reschedule the work or Contract completion time to reflect the changed conditions and the Contractor shall revise his schedule accordingly. a) No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of unaffected work., in which case the Contractor shall take all possible action to minimize any time extension and any additional cost to the City, b) Available float time in the Baseline schedule may be used by the City as well as by the Contractor. 3. Float or slack time is defined as the amount of time between the earliest start date and the latest start date or between the earliest finish date and the latest finish date of a chain of activities on the Baseline Schedule. C[IY SOF FORT WORTH Timberline Water Tank Rehabilitation SPECIFICATION DOCUMENTS Project 02330 Revised Ocwber 31,20I4 TIC 14.164.5465.013 01 3216-4 CONSTRUCTION PROGRESS SCHEDLRX Page 4 of 5 a. Float or slack time is not for the exclusive use or benefit of either the Contractor or the City. b. Proceed with work according to early start dates,and the City shall have the ^ right to reserve and apportion float time according to the needs of the project. c. Acknowledge and agree that actual delays,affecting paths of activities containing float time, will not have any effect upon contract completion times, providing that the actual delay does not exceed the float time associated with those activities. E. Coordinating Schedule with Other Contract Schedules 1. Where work is to be performed under this Contract concurrently with or contingent upon work performed on the same facilities or area under other contracts,the Baseline Schedule shall be coordinated with the schedules of the other contracts. ` a. Obtain the schedules of the other appropriate contracts from the City for the preparation and updating of Baseline schedule and make the required changes in his schedule when indicated by changes in corresponding schedules. 2. In case of interference between the operations of different contractors,the City will determine the work priority of each contractor and the sequence of work necessary to expedite the completion of the entire Project. a. In such cases,the decision of the City shall be accepted as final. b. The temporary delay of any work due to such circumstances shall not be considered as justification for claims for additional compensation. 1.5 SUBMITTALS A. Baseline Schedule �. 1. Submit Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. a. Native file format includes: 1) Primavera(Pfi or Primavera Contractor) 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and bring in hard copy to the meeting for review and discussion. B. Progress Schedule 1. Submit progress Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit progress Schedule monthly no later than the last day of the month. C. Schedule Narrative 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit schedule narrative monthly no later than the last day of the month. ` D. Submittal Process 1. The City administers and manages schedules through Buzzsaw. 2. Contractor shall submit documents as required in the City of Fort Worth Schedule Guidance Document. 3. {Ince the project has been completed and Final Acceptance has been issued by the City, no further progress schedules are required. C-rrrr OF FORT WORTH Timbcr ae water Tank RehahiUtaion SPECIFICATION DOCUMENTS Project 02330 Revised October 31,2014 TIC 14.264.6465.013 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1.6 ACTION SUBMITTALSANFORMATTONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS ]NOT USED] 1.8 MAINTENANCE MATERIAL SUBMI'T'TALS [NOT USED] 1.9 QUALITY ASSURANCE A. The persoxl preparing and revising the construction Progress Schedule shall be experienced in the preparation,of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the construction. C. Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NUT USED] V PART 2- PRODUC'T'S [NOT USED] TART 3- EXECUTION [NOT USED] END OF SECTION C1TY OF FORT WORTH Timhcrline Water 7auk Rehabilitation SPECIFICATI0N DOCUMENTS Project 02330 Revised October 31,2014 TIC 14.16-4,S465,013 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 01 3300-1 SUBMrrTALS Page 1 of 8 V SECTION 0133 QO SUBMI'ITALS PART 1 - GENERAL 1.1 S0VEM ARY A. Section Includes: 1. General methods and requirements of submissions applicable to the follow-mg ' Work-related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification s 1. None. C_ Related Specification Sections include,but are not necessarily limited to; r' L Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division I --General Requirements 3. Technical Specifications 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES {NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination I. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare,prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections,of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including,but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery r. g) Similar sequenced activities CITY OF FORT WORTH Timberline Water Tank Rehabilitation -. SPECIFICATION DOCUMENTS Project 02330 Revised October 31,2014 TIC 14.164.5465.013 013300-2 SU MTTTAiS Page 2 of 8 c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering I. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first b digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c_ Last use a letter,A-Z, indicating the resubmission of the same drawing(i.e. A=2nd submission,B=3rd submission,C=4th submission,etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete } 2) 08 is the eighth initial submittal udder this Specification Section 3) B is the third submission(second resubmission)of that particular shop drawing C. Contractor Certification 1. Review shop drawings,product data and samples, including those by subcontractors,prior to submission to determine and verify the following: r a_ Field measurements b_ Field construction criteria c. Catalog numbers and similar data d, Conformance with the Contract Documents 2. Provide each shop drawing,sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c_ Certification Statement 1) "By this submittal, I hereby represent that I have determined and verified field measurements,field construction criteria,materials, dimensions, catalog numbers and similar data and l have checked and coordinated each item with other applicable approved shop drawings." E D. Submittal Format 1. Fold shop drawings larger than 8 %6 inches x 11 inches to 8 % inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b_ List of items/Table of Contents c. Product Data(Shop Drawings/Samples/Calculations CITY OF FORT WORTH Timberline Water Tank Rehabilitation SPECIFICATION DOCUMENT'S Protect 02330 Revisod October 31,2014 TIC 14.164.5465.413 r 013300-3 S BM rrT,4tS Page 3 of 8 E. Submittal Content 1. The date of submission and the dates of any previous submissions 2. The Project title and number 3- Contractor identification 4. The names of: .� a. Contractor b. Supplier c. Manufacturer r 5. Identification of the product, with the Specification Section number,page and paragraph(s) 6. Field dimensions,clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards,such as ASTM or Federal Specification numbers 9. identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals ll. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes,but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/installation(working) drawings b. Scheduled information c. Setting diagrams �. d. Actual shopwork manufacturing instructions e. Custom templates f- Special wiring diagrams ,. g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 1 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data I. For submittals of product data for products included on the City's Standard Product List,clearly identify each item selected for use on the Project. • 2. For submittals of product data for products not included on the City's Standard Product List,submittal data may include,but is not necessarily limited to: a. Standard prepared data for manufactured products(sometimes referred to as catalog data) 1) Such as the manufacturers product specification and installation instructions 2) Availability of calors and patterns 3) Manufacturer's printed statements of compliances and applicability Cn Y OF FORT WORTH Timberline Waxier Tank Rebabditabom SPFCfflCAT1ON DOCUMENTS Project 02330 Revised Oewber 31,2014 TIC 14.164.5465.013 013300-4 SUBMITTALS Page 4 of 8 4) Roughing-in diagrams and templates 5) Catalog cuts' .. 6) Product photographs 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams 4) Production or quality control inspection and test reports and certifications 16) Mill reports 11)Product operating and maintenance instructions and recommended spare-parts listing and printed product warranties 12)As applicable to the Work H. Samples �. 1. As specified in individual Sections,include,but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete 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 and testing, as applicable to the Work 1. Do not start Work requiring a shop drawing,sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. I. Fabrication performed,materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work,materials, fabrication,and installations in conformance with approved shop drawings,applicable samples,and product data. J. Submittal Distribution I- Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buazsaw site,or another external FTP site approved by the City. b. Shop Drawings. 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies - a) 3 copies for all submittals b) 1f Contractor requires more than 1 hard copy of Shop Drawings returned,Contractor shall submit more than the number of copies listed • above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting_ 2) Hard Copies a) 3 copies for all submittals CITY OF FORT WORTH Timberline Water Tank Rehabilitation SPECIFICATION rX)CUMENTS Project 02330 Revised October 31,2014 TIC 14.164.5465.033 013300-5 staantn-rALS Page 5 of 8 r. d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution(if required in lieu of electronic distribution) a. Shop Drawings I) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies T a) 4 copies c. Samples i} Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved • product data and samples,where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. SubmittaI Review 1. The review of shop drawings,data and samples will be for general conformance with the design concept and Contract Documents_ This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions,and materials c. Approving departures from details fi nished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her resporssibiiity with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor,and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy,for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings,data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance,the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under I of the following codes; a. Code I 1) "ND EXCEPTIONS TAKEN" is assigned when,there are no notations or comments on the submittal. CrrY OF FORT WORTH Timberline Water Tank Rehabilitation 5PECWICAInON DOCUMENTS Project 02330 Revised October 31,2014 TIC I+164.S465-013 t 013300-6 SLBMI"17AIS Page 6 of R a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 1) "EXCEPTIONS NOTED". This code is assigned when a conf=ation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and continents must be incorporated into the £'mal product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and continents are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, ornissions and non-conforming items that were noted. c) Resubmittal is to be received by the City within 15 calendar days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED"is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bang the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the saline manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for ., all such fees invoiced by the City. c. The need for more than I resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a_ City reserves the Tight to not review submittals deemed partial,at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor,and will be considered"Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete_ CITY OF FORT WORTH Tini4 erlme Water Tank Rehabilitation SPECIFICATION DOCUMENTS Project 02330 Revisal October 31,2014 TIC 14.164.5465.013 013300-7 P SUBMITTALS Page 7 of 8 8. If the Contractor considers any correction indicated on the shop drawings to R constitute a change to the Contract Documents,then written notice must be provided thereof to the City at least 7 Working Days prior to release for manufacture. 9. When the shop drawings have been completed to the satisfaction of the City,the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal,appropriately coded,will be returned within 30 calendar days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to,complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information(RFT) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Use the Request for Information (RFI) form provided by the City. 3. Numbering of RFI a. Prefix with`RFP'followed by series number,"-xxx",beginning with"01"and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required,the City will issue a Field Order or Change Order, as appropriate. CITY OF PORT WORTH Timberline Water Tank Relhahilitatioa SPECIFICATION DOCUM 24TS Project 02330 Revised October 31,2014 TIC 14,164_$465.013 013300-8 SUBMIIZ`AIS Page 8 of 8 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 QUALI'T'Y ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART Z - PRODUCTS INOT USED] ' PART 3- EXECUTION ]NOT USED] END OF SECTION MIN r CTTY OF FORT WORTH Timberline Water Tank,Rehabilitatioz SPECIFICATION TIOC MEN M Project 02330 Revised October 31,2014 TIC I4.164.S465.013 + 01 3500-1 COORDINATION Page I of 7 SECTION 0135 00 COORDINATION Copyright a 2414 Tank Industry Consultants All rights reserved PART 1 --GENERAL 1.1. GENERAL A. Coordination of the Project, and each portion of the Work on this Project shall be performed by the CONTRACTOR to achieve a quality product in an expedient manner in general accordance with this Section_ 1.2. PROJECT CONDITIONS A. Schedule Submittal: Prior to starting the Work, the CONTRACTOR shall submit a bar chart or progress schedule indicating the anticipated schedule of the following functions: 1. move onto site and rig tank, including containment 2. repair Work(concrete and steel) 3. cleaning and priming interior wet surfaces 4. finish painting interior wet surfaces 5. cleaning and priming interior dry surfaces 6. finish painting interior dry surfaces 7. cleaning and priming exterior surfaces & intermediate painting exterior surfaces 9. finish painting exterior surfaces 10. tank. disinfection 11- site clean-up. Also indicated on the bar chart or progress schedule shall be the anticipated progress payment schedule of values. The bar chart and payment request schedule shall be updated monthly and submitted with the payment request_ No separate payment shall be made for bonds, insurance, design., drawings, mobilization, containment of the cleaning and/or painting debris, or paint materials not incorporated into the Work- B. Subcontracting: Subcontracting of the cleaning and/or painting shall not be allowed. If a SUBCONTRACTOR is used for other Work, the name and address of the proposed s SUBCONTRACTOR shall be stated in the Bid Form.. s CRY OF FORT WORTH Timberline water Tants Rehabilitation SPECIFICATION DOCUMENTS Project 02330 Revises!October 31,2014 TIC 14,164,5465.013 013500-2 COORDINATION Page 2 of 7 C. Verification of Dimensions: CONTRACTOR shall verify all dimensions prior to fabrication or ordering any materials or parts needed for this Project. No additional compensation will be made to the CONTRACTOR for items that have to modified., cut, or replaced because of inadequate dimensions used in ordering or fabricating items_ ., D. Tank Empty for Painting: The tank shall be drained during all cleaning, application, and curing of the coating. E. Protection of Cabinets: Before cleaning on any portion of the tank, all cabinets on the site shall be covered to prevent the entry of blasting abrasive, dust or paint and so they can .�. continue to function as required. Any cabinets which cannot be covered will be designated by the OWNER. Any blasting, cleaning, or paint debris inside these cabinets shall be removed by the CONTRACTOR prior to completion of the Work. ,. F. Protecting Equipment: The telemetry, other electrical apparatus, and other equipment on the tank and site, including all wiring, shall be protected frorn all damage and dust or other deleterious material infiltration during the operations of the CONTRACTOR. The obstruction lights on the roof of the tank shall be protected from damage. The CONTRACTOR shall temporarily relocate the obstruction lights above the containment during the work. A licensed electrician shall be utilized by the CONTRACTOR for all electrical work. All electrical work shall be in accordance with the National Electric Code and all other governing specifications. The operation of the equipment shall be continued during the repair, cleaning,and painting operations. Any items damaged by the operations of the CONTRACTOR shaIl be replaced in kind or acceptably repaired by the CONTRACTOR at no cost to the OWNER. G. Protecting Antenna Equipment: The antennas on the roof and columns of the tank and the cables extending up the tower to the roof and across the roof shall be protected from all damage and dust or other deleterious material infiltration during the operations of the CONTRACTOR. The antennas shad be temporarily removed during the Project_ _ Any items damaged by the operations of the CONTRACTOR shall be replaced in kind or acceptably repaired by the CONTRACTOR at no cost to the OWNER. The CONTRACTOR is advised that the cables for the antennas are very expensive to replace and any damage to the cables shall require their replacement. The galvanized antenna brackets shall not be painted under this Contract. Any damage to the galvanized brackets while cleaning the adjacent areas of the steel tank shall be spot cleaned and painted in accordance with the Specifications for Cleaning and fainting the Tank Exterior Section of these specifications. The carbon steel antenna brackets shall be cleaned and painted in accordance with these specifications. The cost of protecting the antenna equipment and working around any antenna equipment shall be included in the Base Bid. H. Fire Watch: All equipment and wiring shall be protected from sparks, fire, weld spatter or other potential heat and/or ignition sources. CONTRACTOR shall have a trained employee equipped with proper fire suppression equipment stationed on the ground at all times that personnel are cutting, welding,or grinding on the tank or structure. - MY OF FORT WORTH Timberline Water Tank Rehabilitation SPECIFICATION DOCUMENTS Pro}ect 02330 Revised October 31,2014 7 IC l A_164.$455.013 01 3500-3 COORDINATION Page 3 of 7 1. Welding repairs: All welding repairs to the interior or exterior of the tank are to be made prior to all painting operations. Any resulting burrs, weld spatter, sharp edges, corners, or rough welds which would cause difficulty in applying a holiday-free coating shall be ground smooth. This grinding is considered incidental to the welding work and is to be included in the Base Bid. After grinding, these areas shall be cleaned to produce the profile recommended by the manufacturer of the coating system_ (See Welding and Cutting Precautions paragraph in Section 01 40 40 - Regulatory Requirements of these specifications for more requirements on welding.) J. Cleaning Axeas of Welding and/or Grinding: It shall be necessary to remove the coating prior to the welding of the new items to the tank, All areas that have been welded andlor ground smooth shall be cleaned prior to painting to provide proper profile for the coating system. Areas to be welded shall be welded prior to the final cleaning and painting of surfaces within the heat-affected zone. The heat-affected zone includes the opposite side of the plate or member being welded. Even if not specifically mentioned as a part of the Work wader this Agreement, those areas of paint or coatings in the heat-affected zone of areas not specified to be painted shall be cleaned and painted in accordance with the requirements listed in these Detailed Technical Specifications. K. Operation of Valves and Equipment: All operations which would include closing valves, switching, starting, stopping, or removal from service of any equipment shall be done by the OWNER'S personnel. If the CONTRACTOR desires the OWNER to close valves, operate switches, start, stop, or remove any equipment from service, the CONTRACTOR shall submit a written request to the OWNER, and if the OWNER determines that such action will not adversely affect the operations of the OWNER to provide water, then the OWNER. may close valves, operate switches, start, stop, or remove the equipment from service. Such requests shall be directed to the PROJECT REPRESENTATIVE so interruptions, if any, of the OWNER'S operations or systems will be no longer than necessary. The CONTRACTOR shall have a full complement of personnel working on a ` continuous basis until the Work causing the interruption is completed. All. Work performed under this Agreement shall be performed in close cooperation with the OWNER. L. Site Security: When not working on the tank or site (such as during the evening, _ weekends, holidays, or rain days), the CONTRACTOR shall secure all openings in the tank (greater than 8 in.) and access or rigging devices. Openings in the tank needed during ventilation of the tank shall be secured with bars, grating, or other means to allow sufficient air flow through the opening. The CONTRACTOR shall lock the site fence to prevent unauthorized personnel from gaining access to the site, the interior of the tank, and the CONTRACTOR'S equipment and supplies. The CONTRACTOR shall be solely responsible for the security of the site, tank, equipment, and supplies during both working and non-working hours. M. Public Safety: CONTRACTOR shall protect the public from harm caused by the CONTRACTOR'S actions and performance of the work. Prior to start of work or CITY OF FORT WORTH Timberline Water Tank Rebabilitativa SPECIFICATION DOCUMENTS Project 02330 Revised October 31,2014 TIC 14.1543455.613 013500-4 COORDINATION Page 4 of 7 mobilization on site, the CONTRACTOR shall submit a site-specific Public Safety Plan based on the CONTRACTOR'S selected work methods to the ENGINEER. The Public Safety Plan shall include necessary plans and procedures to protect the general public from harm. The Pian should include such items, but not be limited to, requirements for _ safety exclusion zones, warning sign type and placements, protective barriers, safety and warning devices, devices for daylight and nighttime protection, and all devices required by state and local requirements. CONTRACTOR shall include a site plan summarizing the requirements of the Public Safety Plan for the specific work on the tank. CONTRACTOR'S PIan shall include the name of the Competent Person responsible for enforcing the certified Public Safety Plan. N. Traffic Control Plan: 'flit~CONTRACTOR shall pernllit traffic to pass around the Project site with the least possible inconvenience or delay. The CONTRACTOR shall maintain existing roads and streets within the Project limits, keeping them open, and in good, clean, and safe condition at all times. If any traffic lane closures are necessary, the CONTRACTOR shall provide all flaggers, signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the CONTRACTOR'S operations that may occur on highways, roads, and streets. The CONTRACTOR shall submit a traffic control plan to the ENGINEER. If no disruption of traffic is anticipated,then the CONTRACTOR shall submit a statement indicating this. Q. OWNER Performed Work: The CONTRACTOR shall cooperate with the OWNER who may be conducting other operations on or near the tank. The CONTRACTOR shall clean and paint all areas added or disturbed by the OWNER on the tank and attached accessories. .r P. Furnishing and Installation of Items: Any reference in these specifications to furnishing an item or installing an item shall mean the item shall be both furnished and installed by the CONTRACTOR, unless specifically stated otherwise. Replacement shall mean the removal and Iegal disposal of the existing items, and furnishing and installation of the new items specified_ Q. Electrical Hazards: The CONTRACTOR shall at a minimum take the following safety measures to prevent accidents due to electrical hazards: 1. Electric Service Deactivation. The OWNER shall deactivate and lock out the electric service to the tank. Electric service for the obstruction light shall be reactivated by the CONTRACTOR each evening before sunset and deactivated by the CONTRACTOR in the morning before starting Work. Proper lock-out, tag- out procedures shall be performed by the CONTRACTOR each time the obstruction light is reactivated or deactivated. The CONTRACTOR shall verify the deactivated status of the electric service to the tank prior to beginning each day's Work functions and throughout the work day. The verification of the electric service deactivation is the sale responsibility of the CONTRACTOR and CIT'OF FORT WORTH Timberline Water Tank Rebaabilitatiou SPBURCATION DOCUMENTS Project 02330 �. Revised October 31,2014 TIC 14.164.5465.013 .,, Of 3500-5 COORDINATION Page 5 of 7 shall be accomplished without supervision from the OWNER, ENGINEER, FIELD OBSERVER, or other direct or indirect agents of the OWNER. 2. Electric Service Wiring: The CONTRACTOR shall be aware of the electric service wiring attached to and located adjacent to the tank. The CONTRACTOR shall relocate, deactivate, or provide necessary electric shock hazard protective devices to prevent exposure of workers and/or equipment to electric shock hazards. The CONTRACTOR shall verify that there is sufficient electric shock hazard protection for the workers and equipment prior to and throughout each working period on the job. The verification of the electric shock hazard protection is the sole responsibility of the CONTRACTOR and shall be accomplished without supervision from the OWNER, ENGINEER, FIELD OBSERVER, or other direct or indirect agents of the OWNER. PA-RT 2 PRODUCTS NOT USED PART 3 —EXECUTION 3.1. QUALfTY ASSURANCE A. CONTRACTOR'S Personnel: The CONTRACTOR shall have a full complement of personnel, for the proper coordination and expedition of the work, on a continuous basis until the work is completed. B. Notification: The CONTRACTOR shall notify the OWNER and the ENGINEER at least seven (7) days bcfore starting the Work at the site. The CONTRACTOR shall rcconfirm the commencement of Work with the OWNER and ENGINEER twenty-four (24) hours prior to starting work at the site. C. Project Sign: A project sign shall be furnished and installed on site by the CONTRACTOR as shown in.Appendix. D. Emergency infornnation. The CONTRACTOR shall construct a plywood sign covered with a weatherproof, clear plastic cover and supported by wood posts, The CONTRACTOR shall post information on the plywood sign concerning emergency medical, fire, rescue and hazardous waste phone numbers from which personnel on the site can obtain information if needed. The CONTRACTOR shall also list the name and number of a representative of the CONTRACTOR who can be reached 24 hours a day in ` case of an emergency. The emergency information shall be in a central position, located so it is visible and accessible 24 hours a day. The emergency information shall be posted the entire length of time that the CONTRACTOR is performing Work at the tank site. +r CTIY OF FORT WORTH Timberline Water Tank Rehabilitation SPECIFICATION DOCUMENTS Project 02330 Revised October 31.-2014 TIC 14.164.5465.013 413544-6 COORDINAnON r Page 6 of 7 E. Contractor Supervision; The CONTRACTOR shall provide a competent superintendent, satisfactory to the OWNER, for the Work at all times during working hours with full authority to act for him/her. The on-site superintendent shall not be replaced without prior written notification and written approval of the ENGINEER. The CONTRACTOR shall also provide an adequate staff for the proper coordination and expedition of his work. Should in then inion of the OWNER any lin-e barrier exist between the on- site superintendent and the OWNER or FIELD OBSERVER, the CONTRACTOR shall employ a qualified full-tune interpreter or provide a new on-site superintendent at no additional cost to the OWNER. The on-site superintendent shall be bi-lingual if any workers are not proficient in English. F_ Work Schedule: The repairing, cleaning, and painting shall be accomplished in such a way as to minimize the length of time the tank is out of service and to minimize the number of days required for observing the repairing, cleaning, and painting operations_ The CONTRACTOR'S attention is directed to the OWNER'S Re uilremeints concerninz Contract Time. G. Observation: The OWNER plans to engage Tank industry Consultants or another designated representative of the OWNER, to perform full-time observation of the repair Work, cleaning, and painting. However, the OWNER reserves the right to engage only intermittent observation services. The CONTRACTOR shall notify and make available to the FIELD OBSERVER for observation of the fit-up of any new and/or replacement parts prior to welding and following post-weld cleanup. The CONTRACTOR shall notify and make available to the FIELD OBSERVER for observation all surfaces to be coated. H. Accessibility for Observation: All Work shall be made accessible to the FIELD OBSERVER using the CONTRACTOR'S rigging and equipment. If assistance is *� required for the FIELD OBSERVER to safely access the work, the CONTRACTOR shall furnish labor to assist the FIELD OBSERVER. The cost of this labor shall be included in the base contract amount. 1. Attractive Nuisances and Cleanup: The job site shall be kept in a clean and safe condition at all times. Hazards or attractive nuisances shall be protected at all times. Upon completion of the Work, the job site and all nearby sites impacted by the Work activities shall be left clean of all debris or any other items resulting from the operations of the CONTRACTOR. The cost of any cleanup which must be done by the OWNER shall be deducted from funds due the CONTRACTOR. Impervious drip pans or double layers of plastic sheeting (each at least 6 1niI thick) shall be placed under any compressors, generators, paint pumps, mixers, welding machines, etc. to prevent oils, solvents, organic compounds, or other contaminants from leaching into the soil. Fuel storage tanks, thinners, and other potentially hazardous materials shall be placed inside t secondary containment structures to prevent contaminants from leaching into the soil. Any oils, solvents, organic compounds, or contaminants spilled on the site during the process of the Work shall be immediately removed and cleaned up by the CITY OF FORT WORTH Timbed me Water Tank Rehabilitation SHECIFICATiON DOCUMENTS Pmjact 02334 Reed October 31,2014 TIC 14.164.S465.413 • 013500-7 COORDINATION Page 7 of 7 • CONTRACTOR. Any earth contaminated by a spill shall also be removed and replaced with new certified clean material to the satisfaction of the OWNER and the ENGINEER. If the OWNER has to remove the oils, solvents, organic compounds, contaminants, or earth, the OWNER may deduct the costs of removal and cleanup from the total contract amount owed the CONTRACTOR. END OF SECTION Copyright©2014 Tank Industry Consultants ,All rights regui vee a T CrEY OF FORT WORTH Timberline Waw Taak Rehabditzrion SPECIFICATION DOCUMENTS Pmject 02339 Rcvised October 31,2014 TIC 14.154.5465,013 t 1 t 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 014000-1 RLGULATORY REQUIREMen S Page I of 7 W SECTION 0140 UU REGULATORY REQLTIREMENTS Copyright(D 2014 Tank Industry Consultants All rights reserved PART 1 -- GENERAL I.I. REGULATORY REQUIREMENTS A- It is consistent with the intent of these Specifications to describe those performance standards, often broad and general in nature, required to provide a complete and operating system. It shall be the responsibility of the CONTRACTOR to familiarize himself fully regarding the detailed needs and requirements of any and all regulatory agencies having jurisdiction over this work. These detailed needs and requirements shall be accommodated, as part of the Work, in every manner just as if they were prescribed in these Contract Documents and Specifications. B_ Repair Standards: All design and repairs shall be in accordance with the local building code. All design and welding shall be done in accordance with AWWA D100-11 Standard for Welded Steel Tanks for Water Storage- Where tolerances, stresses, details, and modifications are not limited or provided by the AWWA Standard, the applicable sections of the following American Petroleum Institute (AFI) Standards shall apply. Unless otherwise specified, all steel structural and bar components shall be fabricated from new ASTM A-36 material, all steel plate components shall be fabricated from new ASTM A-36, and all steel pipe shall be fabricated from new ASTM A-53 material. 1. API Standard 650, 11" Edition (Addendum 2 — May 2010) — "Welded Steel Tanks for Oil Storage" 2. API Standard 653, 4'a Edition (Addendum 2 —January 2012) —"Tank Inspection, Repair, Alteration, and Reconstruction" C. Painting Standards. All Work shall be done in accordance with the following y requirements. The SSPC-Vis 1-02, the SSPC-Vis 3-04, and the SSPC-Vis 4-01 shall also be used taking into account staining from prior paint applications. The SSPC Standards SSPC-SP 6, Commercial Blast Cleaning and SSPC-SP 10, Near-White Blast Cleaning ., shall be modified to apply to each square inch instead of the approximately 9 square inch area indicated in paragraph 2.6 of each of these standards and shall be referred to hereinafter as SSPC-SP 6, Commercial Blast Cleaning (modified) and SSPC-SP 14, Near-White Blast Cleaning (modified). Where the foregoing standards, recommendations, and specifications are conflicting, said conflicts shall be brought to the attention of the ENGINEER. Manufacturer's published product data shall be adhered to unless changed in writing by the home office of the manufacturer. MY OF FORT WORTH Timberline Water Tank Rdhabilitatian a SPECIFICATION DDCU1v ENTS Project 02330 Revised October 31,2014 TIC 14.364.5465.013 014000-2 REGULATORY REQUU EMENTS Page 2 of 7 I. SSPC: The Society for Protective Coatings {SSPC) a. Steel Structures Painting Manual (Volume 1, 4th Edition and Volume 2, 2012 Edition,including Commentary Sections and Appendices). b_ SSPC-AB 1 "Mineral and Slag Abrasives" C. SSPC-AB 2"Specification for Cleanliness of Recycled Ferrous Metallic Abrasives" d. SSPC-AB 3 "Newly Manufactured or Re-Manufactured Steel Abrasives" C. SSPC-VIS I-02 "Visual Standard for Abrasive Blast Cleaned Steel" f. SSPC-VIS 3-04 "Visual Standard for Power- and Hand-Tool Cleaned i Steel" g. SSPC-VIS 4-01 "Guide and Reference Photographs for Steel Surfaces t Prepared by Waterjetting" h. SSPC-VIS 5-01 "Guide and Reference Photographs for Steel Surfaces ` Prepared by Wet Abrasive Blast Cleaning" i. SSPC-Guide 6(CON)"Guide for Containing Debris Generated During Paint Removal Operations" j. SSPC-PA 2"Measurement of Dry Paint Thickness with Magnetic Gages" k. SSPC-PA Guide 3 "A Guide to Safety in Paint Application" 1. SSPC-SP 12, Surface Preparation and Cleaning of Steel and Other Hard Materials by High- and Ultrahigh-Pressure Water Jetting Prior tO Recoating M. SSPC-SP 13, Surface Preparation of Concrete n. SSPC-SP 14, Industrial Blast Cleaning 2. American Water Warks Association Standards a_ AWWA.D100-11, Standard for Welded Steel Tanks for Water Storage b. AWWA D102-11, Standard for Painting Steel Water-Storage Tanks C. AWWA C652-11,Disinfection of Water-Storage Facilities CFrY OF FORT WORT11 Timberline Water Tank Rehabibtation SPECIFICATION DOCUMENTS Project 02330 Revise!October 31,2014 T1C 14.164.S465.013 IN W 014000-3 REGULATORY REQUIREMENTS Page 3 of 7 3. NSF International (NSF) a. ANSI/NSF Standard 61 "Drinking Water System Components- Health Effects" 4. the paint manufacturer's published product data 5. these Detailed Technical Specifications r D. Confined Space Entry: The CON'T'RACTOR shall comply with and have documented Confined Space Entry Procedures available at the tank site at all times as required by OSHA 29 CFR 1910.146. The CONTRACTOR shall also comply with any state and/or local requirements which are more restrictive than the federal requirements_ E. Compliance with Environmental Re ations: Compliance with local, state and federal regulations concerning emissions or disposal of solid, particulate, liquid, or gaseous matter as a result of the cleaning, painting, or other operations under this Agreement shall be the responsibility of the CONTRACTOR. This compliance shall be accomplished without supervision from the OWNER, ENGINEER., FIELD OBSERVER, or other direct or indirect agents of the OWNER. No additional compensations for changes in the laws, regulations, or the interpretation thereof shall be granted by the OWNER. No burning of trash (including abrasive bags or other paper or wood products) on the site shall be permitted. All shielding, abrasive retrieval, or other methods of using precautions required by the regulating agencies shall also be accomplished at no additional cost to the OWNER unless otherwise provided herein. Any fines int used on the OWNE ENGINEER, or FEELD OBSERVER by any regulatory sp_eney as a result of the CONTRACTOR'S noncompliance with environmental rep_ulations_shall be paaid_or reimbursed by the CONTRACTOR. F. Safety and Health: The CONTRACTOR shall comply with safe working practices for abrasive blasting, cleaning,burning, welding, and handling lead-based and nonlead-based coated steel, and all health and safety regulations and requirements of Federal OSHA (specifically OSHA Standard for Construction Industry, 29 CFR 1926.62, entitled "bead Exposure in Construction; Interim Final Rule," regarding occupational exposure to lead, and 29 CFR 1925.1126, entitled "Chromium (VI)," regarding occupational exposure to hexavalent chromium), state and local health regulatory agencies, Material Safety Data Sheets (MSDS), SSPC-PA Guide 3, and the paint and abrasive manufacturers. This compliance shall be accomplished without supervision from the OWNER, ENGINEER, FIELD OBSERVER, or other direct or indirect agents of the OWNER. Should vents, holes, rigging attachments, or any other modification, cutting, or welding be required to meet safety standards or otherwise accomplish the Work, they may be accomplished at the expense of the CONTRACTOR upon submitting of details in writing to, and with subsequent permission by the ENGINEER. G. Rigging Attachments: All rigging attachments present on the tank shall be carefully evaluated by the CONTRACTOR immediately prior to use for the type and magnitude of " CrrY OF FORT WORTH Timberline Water Tank Rehabilitation 5PECIFICAMN DOCUMENTS Project 02330 Revised October 3l,2014 TLC 14,164.S465-013 014000-4 REGULATORY REQUIREMENTS � Page 4 of 7 loads which CONTRACTOR intends to impose on them. Any rigging attachments installed on the tank by the CONTRACTOR shall be removed at the completion of the Work and areas damaged by the removal of these attachments shall be cleaned and painted in accordance with these specifications. The CONTRACTOR assumes all responsibility for use of any existing or added attachments. H. Welder's Certification: All welders and welding operators shall be certified in accordance with ASME, Section IX or AWS D1.1-96 (tests as described in AWS B2.1) to the procedures and processes required to accomplish the Work. Welder's certification papers shall be furnished to the FIELD OBSERVER for review prior to the commencement of welding on the tank. 1. Welding and Cutting Precautions: No welding or flame cutting through the existing coating system shall be permitted, unless adequate worker protection is provided in accordance with the instructions in ANSI Z49.1, "Safety in Welding and Cutting," OSHA Standard for Construction Industry, 29 CFR 1926.62 entitled "Lead Exposure in ,. Construction; Interim Final Rule," and 29 CFR 1926.1126, entitled "Chromium (VI)," regarding occupational exposure to hexavalent chromium. 3 J. Authority of CONTRACTOR'S COMPETENT PERSON(S): The CONTRACTOR'S COMPETENT PERSON(S) shall have: the complete support of top management and written authority to ensure these operations are carried out in accordance with compliance plans and governmental regulations, independent of production pressures. To ensure independence, CONTRACTOR'S COMPETENT PERSON(S) shall report directly to the headquarters office and not to the site foreman. The CONTRACTOR'S COMPETENT PERSON(S) may have additional responsibilities and carry out other work assignments, but shall not routinely be a member of the crew that actually performs surface preparation work. K. Responsibility of CONTRACTOR'S COMPETENT PERSON(S): The CONTRACTOR'S COMPETENT PERSON(S) shall be responsible for overseeing surface preparation operations without supervision of the OWNER, ENGINEER, and/or FIELD OBSERVER. Responsibilities shall include: 1. Monitoring effectiveness and ensuring the continued integrity of environnxental Controls. 2. Supervising worker exposure monitoring. 3. Ensuring that a hazard communication program has been conducted for the CONTRACTOR'S personnel on site. 4. Ensuring that the Confined Space Entry Procedures are followed. S. Ensuring that employees are wearing personal protective equipment and are trained in the use of such equipment and in the use of exposure control methods, personal hygiene facilities,respiratory protection, and decontamination practices. Cf�OF FORT WORTH Timberline Water Tank Rehabilitation SPECIFICATION DOCLTARTT'S Project 02330 Revised October 31,2014 TIC 14.164.54$5.4113 014000-5 REGULATORY REQLSEMENTS Page 5 of 7 6. Ensuring that employees are utilizing fall protection and are trained in.accordance with all OSHA regulations. 7. Daily inspection and approval of the rigging equipment and scaffolding utilized. 8- Ensuring that the engineering controls in use are in operating condition and functioning properly. 9. Ensuring that fugitive emissions to air, water, or soil are minimized and that handling of all waste streams is in compliance with applicable regulations and contract specifications. 10. Controlling access to the work site and ensuring that contaminated control ' boundaries are marked off_ 11. Maintaining project documentation. L. Notification to TCEQ: The CONTRACTOR shall coordinate with the OWNER in notifying the TCEQ of the ensuing cleaning and painting Work on the tank as required by 30 TAC 111.135. The TCEQ shall be notified at least 10 days,but not more than 30 days prior to the start of cleaning operations_ M. Compliance with Requirements: The CONTRACTOR shall comply with all applicable requirements of the Occupational Safety and Health Act of 1970 (Public Law 91-596)and will hold the OWNER and ENGINEER harmless from any civil or criminal penalties ,. imposed as a result of the CONTRACTOR'S noncompliance with such requirements. No additional compensations for changes in the laws, regulations, or the interpretation thereof shall be granted by the OWNER. The CONTRACTOR shall be responsible for complying with all laws and regulations, even if not specifically listed in these Specifications. N. Removal and Disposal of Cleaning Residue: Drop tubes depositing the interior cleaning materials from the manhole to the ground shall be furnished by the CONTRACTOR. The clearing debris shall be cleaned up and stored daily in leak-proof covered = dumpsters/containers lined with polyethylene. Each cover shall be designed and installed to keep all rainwater from entering the dumpster/container or the contents. All operations associated with this project shall be in conformance with the Occupational Safety and ' Health Act (OSHA) of 1970 and all regulations and standards promulgated under this Act, as well as all applicable state and local standards and regulations governing worker safety and health. I. The material shall be legally disposed of by the CONTRACTOR in accordance with local, state, and federal laws. The CONTRACTOR shall be responsible for removing and properly transporting all the material from the project site. The material shall be transported in containers approved by the United States Environmental Protection Agency (USEPA) and local, state, and federal regulations. Bidders should prepare their Base Sid to include the cost of the CITY OF FORT WORTH Timberline Water Tank Rehabilitation SPECIFICATION DOCUMENTS Pmjeet 02330 Revised October 31,2034 TIC 14.164.5465.013 014000-6 REGULATORY REQIIIREMen S Page 6 of 7 transporting of the combined paint and spent cleaning material to a landfill and any disposal costs at that facility. All testing required by regulations or by the selected waste hauler or landfill, including any fallow-up testing and the collection of the samples, shall be done at the CONTRACTOR'S expense. Copies of all manifests, testing results and treatment procedure documents shall be sent to the ENGINEER and OWNER, 2. All durnpsters/containers and labeling of the dumpsterslcontainers shall adhere to ~' the US Department of Transportation's regulations (49 CFR Part 172) and the HMTA. O. Material Safety Data Sheets: Material Safety Data Sheets (MSDS) shall be posted at the job site for each chemical product on the job site, including but not limited to coatings, thinners, other solvents, disinfecting agents, abrasives, welding materials, and flexible sealant material. 1.2. REQUIREMENTS A. Provide required personnel, equipment, and materials, to construct project according to applicable codes and standards. 1.3. APPLICABLE CODES AND STANDARDS A. As a minimum standard of quality and workmanship, construction Work is to comply with the latest edition of the following codes and standards insofar as they are applicable: 1. American Water Works Association (AWWA) Standards 2. American Welding Society(AWS) Standards 3. American Petroleum Institute(APC} Standards 4. American institute of Steel Construction (AISC) 5. American Society for Testing and Materials (ASTM) Standards 6. American Concrete institute(ACI) Standards y T Concrete Reinforcing Steel Institute(CRSI) Standards 8. SSPC: The Society for Protective Coatings (SSPC) Standards {fonnerly Steel Structures Painting Council] 9. Occupational Safety and Health Administration (OSHA) Standards ' 10. American National Standards institute(ANSI) Standards 11, United States Environmental Protection Agency(USEPA) 12. United States Resource Conservation and Recovery Act (US RCRA) CITY of FORT WORTH Timbmlinc Water Tank Rehabilitation SPECIFICATION OOOCLMENTS Project 02330 Revised October 31,2014 TIC 14.I64.S465.013 t: 014400-7 REGULATORY REQUIREMENTS Page 7 of 7 �* 13_ National Electric Code(NEC) 14. NSF lntemational {NSF} {formerly National Sanitation Foundation) 15. Underwriter's Laboratories (UL) lf_ Texas Commission on Environmental Quality(TCEQ) 17. Intemational Building Code (1130) y 18, NAGE International (MACE) Standards {formerly National Association of Corrosion Engineers) j 19. American Society of Civil Engineers(ASCE) B. The above codes and standards are hereinafter referred to as "Reference Specifications." PART 2 — PRODUCTS NOT USED PART 3 --EXECUTION 3.1, PROCEDURES A. CONTRACTOR shall comply with all regulations and requirements listed or inferred by this Section. CONTRACTOR shall pay all fees, obtain necessary permits as may be required for the prosecution of his work. END OF SECTION Copyright Q 2014 Tank Industry Consultants All rights reserved Cn Y OF FORT WORTH Timberline Water Tank Rehabilitation SPE.CIFTCAT-ION DDCUMEMS Prusect 02330 Revised October 31,2014 TIC 14.164_S465.013 w # 014523-1 TESTING AND INSPECTION SERVICES Page I of 2 w SECTION 0145 23 TESTING AND INSPECTION SERVICES PART1 - GENERAL 1,1 SUNfMARY A. Section Includes; + 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification.Sections include,but are not necessarily limited to: 1. Division 0`Bidding Requirements,Contract Form and Conditions of the Contract • 2. Division 1 —General Requirements 3. Technical.Specifications 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing,coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing, 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing is accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance,when testing is needed. b. When testing is required to be completed by the Contractor,notify City, sufficiently in advance,that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City, Crr Y OF FORT WORTH Timberline Water Tank Rehabilitation SPECIFICATION DOCUMENTS Project 02330 Revised October 31,2414 TIC 14.164.5465.013 s 014523-2 TESTING ARID INSPEMON SERVICES Page 2 of 2 L) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution(if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Mame of pit b. Date of delivery c. Material delivered B_ Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. s 1.5 SUBMfrTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] -. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS (NUT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH Timberline Water Tank Rehabilitation SPECIFICATION DOCL1i1 OM Project 02330 Revised October 31,2014 TIC 14.164.5465.013 01 5-000-1 TEMPORARY FACRXrrES AND CONTROLS Page 1 of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART1 - GENERAL 1.1 SUMIM RY A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Tmporary utilities b.Sanitary facilities c. Storage Sheds and Buildings d.Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. w C. Related Specification Sections include,but are not necessarily limited to: 1_ Division d—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division I —General Requirements 3. Technical, Specifications 1.2 PRICE AND PAYMENT PROCEDURES A- Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid- No separate payment will be allowed for this Itern. 1.3 REFERENCES fNOT USED] r 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a.Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c- Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel,power,light,heat and other utility services necessary for execution,completion, testing and initial operation, of Work. 2. Water a. Contractor to coordinate with City regarding water needs. City to provide Contractor with water for construction at no cost to the Contractor. 3. Electricity and Lighting a.Contractor to coordinate with City regarding use of electrical supply at site. Contractor shall be responsible for providing for power needs. CrrY OF FORT WORTH Timberline Water Tank Rehabilitation SPECIFICATION DOCUMINTS Project 02330 Revised October 31,2014 TIC 14.164. 165.013 015000-2 TIMPORARY FACUr1ES AND CONTROLS Paget of 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. „ b. provide temporary beat and ventilation to assure safe working conditions. B. Sanitary Facilities ]. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b.No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d.Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Sui''-dings I. Provide adequately ventilated,watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off mound. 3_ Store materials in a neat and orderly manner_ a. Place materials and equipment to permit easy access for identification,inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage _ environments acceptable to specified manufacturers. 5. )~ill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1_ Provide and maintain for the duration or construction when required in contract documents E. Dust Control 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on-call at all times b.Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. CrrY OF FORT WORTH Timberline Water Tank Relxabilitatitm SPECIMCAATION DOCUMENTS Project 02330 Revised October 31,2014 TIC 14.164.$465:013 015000-3 'I`1~'WORAR'Y FACILJIMS AND CONTROLS Page 3 of 4 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] ,. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] >� 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] . 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED) 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR]1 [RESTORATION] 3.6 RE-INSTALLATION �• 3.7 FIELD [oR] SITE QUALITY CON'T'ROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] W 3.11 CLOSEOUT ACTIVI'T'IES A. Temporary Facilities 1. Remove all temporary facilities and restore area after completion of the Work,to a condition equal to or better than prior to start of Work. CITY OF FORT WORTH Timberline Water Tank Rebabibtation SPECIFICATION DOCUMENTS Project 02330 Revised October 3l.2014 TIC 14.164.5465_013 015000-4 TEMPORARY FACILMES AND CONTROLS Page 4 of 4 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION b A CITY OF FORT WORTH Timbc ine Water Tauk Rebabilitatiou SPECIFICATION DOCUMENTS Pmjmt 02330 Roviseed October 32,2014 nC 14.164.5465.013 w 01 6600-1 PRODUCT STORAGE AND HANDLING REQUIREMEN-I S Page 1 of 3 s SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a_ Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily lin-Aed to: I. Division 0--Bidding Requirements,Contract Forms and Conditions of the Contract s 2. Division 1 —General Requirements 3. Technical Specifications 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment • 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED[ 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBA'IITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMI'T'TALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements I. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. ' 2. Provide appropriate personnel and equipment to receive deliveries_ 3. Delivery trucks will not be permitted to wait extended periods of time on the Site y for personnel or equipment to receive the delivery. F CTFY OF FORT WORTH Timberline Wales Tank Rehabihtation SPECIFICATION DOCUtvIENIS Project 02330 Revised October 31,2014 TTG 14.164.5465.013 016600-2 PRODUCT MRAGE ANI]HANDLING REQUIREMFIJ7'S Page 2 of 3 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or *� environmental damage. 5. Clearly and fully mark and identify as to manufacturer,item and installation. location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials.and materials to be incorporated into Work to prevent damage to any pari of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors,public travel,adjoining owners, tenants and occupants_ a. Arrange storage to provide easy access for inspection. 4_ Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings,or approved by City's Project Representative. 5. Provide off-site storage and protection when on-site storage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. S. Neatly,safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10, Repair or replace damaged lawns,sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet,unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH Timberline Water Taut Rebabibtation SPECIFICATION DOCS Project 02330 F Revised October 31,2014 TIC 14.164.S465M3 016600-3 PRODUCT STORAGE AND RAN D1.1NG REQUIREMENTS Page 3 of 3 1.11 FIELD [SITE] CONDITIONS ]NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS fNOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR 1 RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED) 3.7 FIELD [oR) SITE QUALITY CONTROL A. Tests and Inspections 1_ Inspect all products or equipment delivered to the site prior to unloading_ B_ Nan-Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] s 39 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED) 3.11 CLOSEOUT ACTIVITIES [NOT USED) 3.12 PROTECTION A_ Protect all products or equipment in accordance with manufacturer's written directions_ B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by ' the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION i CrrY OF FORT WORTH Timberline water Tank Rehabilitation SPEC FICA'1101+ DOCUMENTS Pmject 02330 Reviser!October 31,2014 TIC 14.164.5465.013 01 AN -1 CUT.E ANIWG Page 1 of 4 SECTION 0174 23 CLEANING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes 1. Intermediate and fwal cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to. : 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 3. Technical Specifications r1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on uewiy painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBNIITTALS [NUT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] iW 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE {NOT USED] 1.10 STORAGE,AND HANDLING * A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH Northwest Elevated Water rank Rehabilitation SPECIFICATION DOCUMIMS Project 02330 Revised October 3 t,20)4 TIC 14.164.S465.013 01 7423-2 CLEANING Page 2 of 4 1.11 FIELD [STYE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES {NOT USED] 2.4 SOURCE+QUALI'T'Y CONTROL [NOT USED] PART 3- EXECUTION — 3.1 INSTALLERS [NOT USED] 3.2 EXANUNATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICA'T'ION [NOT USED] — 3.5 REPALR 1 RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL[NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General y 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits,oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CrIY Of FORT WORTH Northwest Elevated water Tank Reh&iIitanon SPEC1 MCATION DOCUMEN-M Project 02330 Revised October 31,2014 TIC 24.164,5465.013 01 7423-3 CLEANING Page 3 of 6. Handle materials is a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep,wash and polish all Work and equipment associated with this project. S. Remove all signs of temporary construction and activities incidental to construction of required permarient Work. 9. If project is not cleaned to the satisfaction of the City,the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not bum on-site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials,debris and rubbish. 3_ Confute construction debris daily in strategically'-ocated container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operalional activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum,cleaning on an as-needed basis,until Final Acceptance. 5. Prior to storm events,thoroughly clean site of all loose or unsecured items,which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning 1. Remove grease,mastic,adhesives,dust,dirt,stains, fingerprints,labels and ober foreign materials from sight-exposed surfaces, 2. Wipe all lighting fixture reflectors,lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors- 4. i cors_4. Polish glossy surfaces to a clear shine. f 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts,blowers and coils if units were operated without filters during construction. 3 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. w D. Exterior(Site or Right of Way)Final Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of trash and debris containers. 2. Sweep roadway to remove all rocks,pieces of asphalt,concrete or any other object that may hinder or disrupt the Dow of traffic along the roadway. 3. Clean any interior areas including„but not limited to,vaults,manholes, structures, ' junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities,and upon approval by City, remove erosion control from site. CITY OF FORT WORTH Northwest Elevated Water Tank Rebabibtatioo SPECOCATION DOCUMENTS Project 02330 Revised October 31,2034 TIC 14.164.5455.013 01 7423-4 CLEANING Page4 of 5. Clean Signs,lights,SlgaalS, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Northwest Elevated Water Tank Rehabilitation SPEMCATION STI S Project 02334 Revised October 31„2014 TIC 14,164.5465.013 4]17719-1 C 0SEotaT R EQUIHEMeM Page 1 of 3 r SECTION 0177 19 CLOSEOUT REQUIREMENTS PART 1- GENERAL 1.1 S UMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 3. Technical Specifications 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES ]NOT USED] 1.4 ADMIINISTRATIIVE REQUIREMENTS A. Guarantees,Bonds and Affidavits I. No application for final payment wi11 be accepted until all guarantees,bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has beensubmitted to the City- 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. r CITY OF FORT WORTH Timberline Water Tank Rehabilitation • SPECIFICATION DOCUMENTS Project 02330 Revised October 31,2414 TIC 14.154.5465,013 01 1119-2 CLOSEOUT tFQCTREMENTS Paget of 1.6 INFORMATI©NAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE 4 A. Prior to requesting Final Inspection,submit. 1. Project Record Documents in accordance with Section 01 78 39 2. Operation and Maintenance Data, if required B. Prior to requesting Final Inspection,perform final cleaning in accordance with Section 01 7423. C. 'F'inalImpection 1. After final cleaning,provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection,the City will notify the Contractor,in writing within 10 business days,of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice,inform the City,that the rewired Work has been completed. Upon receipt of this notice,the City,in the presence of the Contractor,will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include,but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation cif all equipment CITY OF FORT WORTH Timberline Water Tank Rebabilitabon SPECUICATTON DOCUMENTS Project 02330 Revised October 31,2014 TIC 14.164.5465.013 017719-3 CL;OSIE+OUT REQUIREMENTS Page 3 of 3 D. Notice of Project Cornpleion 1. Once the City Project Representative finds the.Work subsequent to Final Inspection to be satisfactory,the City will issue a Notice of Project Completion(Green Sheet). E. Supporting Documentation I. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Repoli(if required) f. Contractor's Evaluation of City ` g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation,in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR 1 RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USEDI 3.9 ADJUSTING [NOT USED] 3.14 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 313 MAINTENANCE (NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION w MY OF FORT WORTH Timberiine Water Tank Rebabilkation SPECIFICATION DOCUNUEriM Project 02330 Revised October 31,2014 TIC 14.164.5465.013 01 7839-1 ., PROJECT RECORD DOCUMENTS Page I of 4 SECTION 81 78 39 PROJECT RECORD DOCUMENTS PART1 - GENERAL 1.1 SUMIM ARY A- Section Includes: 1. Work associated with the documenting the project and recording changes to project documents,including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B- Deviations from this City of Fort Worth Standard Specification 1. None. C_ Related Specification Sections include,but are not necessarily limited to: Y 1. Division 4—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1—General Requirements 3. Technical Specifications 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will he allowed for this Item. .. 1.3 REFERENCES [RIOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection,deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBNIITTALS[INNFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] y 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents,making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. CITY OF FORT WORTH Timberline Water Tank Rehabilitation SPECIFICATION DOCUMENTS Project 02330 Revised October 31,2014 TIC 13.164.5465.013 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 2. Accuracy of records shall be such that future search for items shown,in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. 1 To facilitate accuracy of records,make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work,both concealed and R visible, to enable fixture modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1..10 STORAGE AND HANDLING A. Storage and Handling Requirements 1_ Maintain the job set of Record Documents completely protected from deterioration and from loss and damage untiI completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data,use means necessary to again secure the data to the City's approval. a. In such case,provide replacements to the standards originally required by the Contract Documents. ` 1.11 FIELD [SITE] CONDITIONS [NOT USEDI 1.,12 WARRANTY [NOT USED] PART 2- PRODUCTS ., 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly foI lowing receipt of the Notice to Proceed, secure from the City,at no f charge to the Contractor, 1 complete set of all Documents comprising,the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection,provide the City 1 complete set of all Final Record Drawings in the Contract. CITY OV FORT WORTH Timberline Plater Tank Rebabilitaton SPECIFICATION DOCUMENTS Project 02330 Revised October 31,2014 TIC 13.154.5455.013 ,. 01 7839-3 PROJECT RECORD DOC[ LENTS Page 3 of 4 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION (NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A_ Maintenance of lob Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCL-MENTS -.LOB SET". �+ 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, ,■ and the conditions under which these activities will be performed,devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to fina'.Project Record Documents. c_ Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a mirsimurri, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes,use different colors for the overlapping changes. S. Conversion of schematic layouts a_ In some cases on the Drawings, arrangements of conduits,circuits,piping, ducts,and similar items,are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. + 2) However,design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings,by dimension accurate to within l inch,the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor,subject to the City's approval. CITY OF FORT WORTH Tiraber ine Water Tank Rehabii<itaboz + SPECIRCATIONI LDOCU1 ENTS Project 02330 Revised October 31,2014 77C 13.1%S465,013 01 7839-4 PROJECT RECORD LOCUM)✓iTS Page 4 of +� 2) Show,by symbol or note, the vertical location of the Item("under stab", "in ceiling plenum", "exposed",and the like). 3) Make all identification sufficiently descriptive that it maybe related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents,coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction,and the actual location of items. c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings,have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents,other than Drawings,will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR 1 RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD loR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.1.1 CLOSEOUT ACTIf VI It IES [NOT USED] 312 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Timberline Water Tank Rehahilitabon SPECIFICATION DOCUNiEM Pmject 62330 Revised October 31,2014 TIC 13.164.5465.013 w 026750-1 DISNFECTION OF WATER DISTRIBUTION SYSTEMS Page I of 2 SECTION 02 67 54 DISINFECTION OF 'WATER DISTRIBUTION SYSTEMS Copyright CD 2014 Tank industry Consultants �. All rights reserved PART 1. — GENERAL y 1.1. SECTION INCLUDES A. Disinfection of steel water storage tank under this contract. 1.2. REFERENCES A. American Water Works Association (AWWA) Standards 1. ANSI/AWWA C652-1 I, Disinfection of Water-Storage Facilities B. Texas Commission on Environmental Quality(TCEQ)— {prior to September 1, 2002 was known as the Texas Natural Resource Conservation Commission(77VRCC)j 1.3. SEQUENCING AND SCHEDULING A. The interior wet coating shall be properly cured. B. The interior wet coating shall be washed with potable water. C. CONTRACTOR shall flush and disinfect the tank. D. The OWNER shall take and send in the samples to the laboratory for testing. The OWNER shall pay for the testing of the initial set of samples. The CONTRACTOR shall pay for all subsequent samples and testing, if required. PART 2 -- PRODUCTS 2.1. MATERIALS A. Materials for disinfection of the tank shall be as listed in Section 3: Farms of Chlorine for Disinfection ofAWWA 0652-11. s Cn Y OF FORT WORTH Timberline Water Tank Rehabilitation P SPECIFICATION DOCUMENTS Pmject 02334 Revised October 31,2014 TIC 14.164.5465.013 026750-2 DISWFECITON OF WATER DISTMUriON SYSTEMS Paget oft PART 3—EXECUTION 3.1. WASHING TANK INTERIOR WET SURFACES A. After proper curing of the interior wet paint and prior to disinfecting, the CON'T'RACTOR shall wash the tank interior wet surfaces with potable water_ All equipment, including brooms, brushes, spray equipment, and worker's boots, shall be disinfected before they are used to clean the water storage facility. The CONTRACTOR shall supply an adequate flow of water (20 gpm minimum) with sufficient pressure (60 psi minimum at the nozzle) to wash thoroughly all the interior surfaces, including those r surfaces above the high water level. All residue shall be removed from the tank and inlet/outlet pipe. 3.2. DISINFECTION OF THE TANK A. It is the CONTRACTOR'S responsibility to flush and disinfect the tank and connecting piping until two or more successive samples taken in a twenty-four hour period show that the samples are satisfactory as reported from the OWNER'S laboratory. Method 3 (Section 4.3.3) or Method 2 (Section 4.3-2) of AWWA. C652-11 shall be used for the disinfection procedure. Samples shall be taken and tested by the OWNER. 3.3. SAMPLING AND TESTING A. The OWNER shall take and send in the samples to the laboratory, but shall assume no responsibility for the sampling technique or the care of the samples. The stored tank water shall comply with current State and. USEPA standards for organic, inorganic, and biological contaminants as influenced by the operations of the CONTRACTOR. One tank of water for the disinfection shall be furnished by the OWNER at no charge to the CONTRACTOR_ Additional water shall be furnished at current municipal water rates charged by the OWNER and shall be paid for by the CONTRACTOR. END OF SECTION Copyright Cc7 2014 Tank Industry Consultants All rights reserved _ CTY OF FORT WORTH Timberline Water Taub Rehabilhadon SPECIFICATION DOCUN ENTS Project 02334 Revised October 31,2014 TIC 14.164.S465.013 _ 09 80 00-1 GENERAL SPECIFICATIONS FOR COATING SYSTEMS Page 1 of 14 SECTION 09 80 00 GENERAL SPECIFICATIONS FOR COATING SYSTEMS Copyright @ 2014 Tank.Industry Consultants All rights reserved PART 1 —GENERAL 1.1. SECTION INCLUDES 1` A. General specifications for coating systems for steel storage tanks. 1.2. REFERENCES A. SSPC; The Society for Protective Coatings(SSPQ (formerly Steel Structures Painting Council) 1. Steel Structures Painting Manual (Volume 1, 4th Edition and Volume 2, 2012 Edition, including Commentary Sections and Appendices). • 2. "Visual Standard for Abrasive Blast Cleaned Steel" SSPC-VIS 1-02. 3 "Visual Standard for Power- and Hand-Tool Cleaned Steel" SSPC-VIS 3-04. 4 "Guide and Reference Photographs for Steel Surfaces Prepared by Waterjetting" SSPC-VIS 4-01. 5. "Guide and Reference Photographs for Steel Surfaces Prepared by Wet Abrasive Blast Cleaning" SSPC-VIS 5-01- 6. "Mineral and Slag Abrasives"SSPC-AB 1 .. 7. "Specification for Cleanliness of Recycled Ferrous Metallic Abrasives" SSPC- AB 2 8. "Newly Manufactured or Re-Manufactured Steel Abrasives" SSPC-AB 3 9. "Guide for Containing Debris Generated During Paint Removal Operations" ps SSPC-Guide 6 (CON) 10- "Measurement of Dry Paint Thickness with Magnetic Gages"'SSPC-PA 2 n 11- "A Guide to Safety in Paint Application" SSPC-PA Guide 3 12. SSPC-SP 12, Surface Preparation and Cleaning of Steel and Other Hard Matezials by High- and CJltrahigh-Pressure Water letting Prior to Recoating CITY OF FORT WORTH Timberline Water Tauk Rehabilitation SPECIFICATION DC]CUMENTS Project 02330 Revised October 31,2014 TIC 14.164.5465.013 098000-2 GENERAL SPECIFICATIONS FOR COATING SYSTEMS Paget of 14 13. SSPC-SP 13, Surface Preparation of Concrete 14. SSPC-SP 14, Industrial Blast Cleaning 15- SSPC-SP 15, Commercial Grade Power Tool Cleaning B. American Water Works Association(AWWA) Standards 1. D100-11, Standard for Welded Steel Tanks for Water Storage. 2. D102-11, Standard for Painting Steel Water-Storage Tanks. ., C. NSF international (NSF) Standard (formerly National Sanitation Foundation} 1. ANSVNSF Standard 61, Drinking Water System Components- Health Effects. D. The paint manufacturer's published product data shall be adhered to unless changed in writing by the home office of the manufacturer. E. Where the foregoing standards, recommendations, and specifications are conflicting, said w conflicts shall be brought to the attention of the ENGINEER. 1.3. QUALITY ASSURANCE w A. Personnel: The CONTRACTOR shall have a full complement of personnel, for the proper coordination and expedition of the Work, on a daily basis until the Work is completed. ? B, Quality of Paint Application: All cleaning and painting shall be done in a workmanlike manner. Curing times and ventilation requirements of the paint manufacturer shall he strictly adhered to by the CONTRACTOR. C. 'Ventilation: Forced ventilation shall be supplied to the interior of the tank for a period of time equal to the paint manufacturer's recommended recoat times for the prime coat and intermediate coat and for a continuous period of at least 48 hours after the finial coat has been applied. Adequate ventilation of the container bottom and other low lying areas of the tank and container shall be provided by the CONTRACTOR as required for solvent release and coating cure. This ventilation shall, at a minimum, be in accordance with AWWA D102 and shall be submitted for review. The CONTRACTOR shall furnish, iristalI, and operate the equipment that is necessary to provide forced ventilation to aid curing. If supplementary heating or dehumidification is required to effect curing, the CONTRACTOR shall furnish, install, and operate the equipment to perform the supplementary heating or dehumidification required at no additional cost to the OW 'ER. D. Inlet/Outlet Piping, Drain Pigg. and Overflow Piping: The CONTRACTOR shall be responsible for assuring that no foreign material including, but not limited to paint, abrasive, rags, or tools enter the inlet/outlet piping, drain piping, or overflow piping C07Y OF FORT WORTH 'timberline water Tank Rehabilitation SPECIFICAMON DOCUMENTS Project 42330 Revised October 31,2014 TIC 14.164.S465.013 �` 099000-3 GENERAL SPECIFICATIONS FOR COATING SYSTEMS Page 3 of 14 during the prosecution of the work. Any material found in this piping at the time the tank is placed back into service shall be removed at the expense of the CONTRACTOR_ To aid in preventing the entrance of foreign material, the CONTRACTOR shall drain the pipe and either tack weld a plate over the inlet/outlet pipe or place an expandable plug in the pipe. If a plate is tack welded over the pipe, any water in the pipe she be drained and the plate shall completely cover the pipe and shall not be removed until the interior and exterior painting is complete_ After the plate is removed the damaged areas of coating and weld burrs shall be ground smooth and recoated in accordance with the applicable paragraphs in this specifications. If an expandable plug is inserted in the pipe, the plug shall be placed approximately 18 in. Clown in the pipe to allow the proper coating of the inlet/outlet pipe. The pipe interiors shall be cleaned and painted approximately 1 pipe diameter below the end of the pipe. E. Diesel Powered Equipment: Due to possible contamination of the surfaces to be painted, y diesel powered equipment shall not be used inside the tank. F_ Recoat Cycle: The CONTRACTOR shall review the manufacturer's published product data for minimum and maximum recoat times for all the coating systems selected for use. No succeeding, coat shall be applied prier to the minimum recoat time of the preceding coat. If the maximum recoat window is exceeded prior to application of the succeeding coat, then the CONTRACTOR shall prepare the surfaces in accordance with the manufacturer's published product data prior to the application of the next coat. The cost for this additional surface preparation shall be borne by the CONTRACTOR with no additional cost to the OWNER. The Contract Time shall not be increased as a result of i this additional surface preparation. G. Minimum Temperature of Ceratin s to be Mixed: Each component shall be maintained at a minimum of 75°F prior to mixing. The mixed coatings shall also be maintained at a minimum of 65° F during application. All costs associated with keeping the coating material at the minimum specified temperature shall be included in the Base Sid. H. Mixing of Coatings: Each component shall be thoroughly mixed on-site with a power ., agitator to ensure no solids or settled material remains on the bottom of the container before combining the components together. Accurate measuring apparatus shall be used to carefully measure each component by volume into a clean container in accordance with the manufacturer's published product data. The container shall be large enough to hold all components to be mixed, including thinner. The combined material shall be thoroughly mixed with a power agitator to achieve a uniform consistency. Adherence to proper induction tires for the combined coating material in accordance with the manufacturer's aublisbed product data shall be accomplished by the CONTRACTOR. No coatings shall be applied until the minimum induction time has been reached. Zinc coatings shall be constantLy power agitated during mixing and implication toro event the zinc dust or other heavy pigments from settWa . Cmc or FORT WORTH Timberline Water Tank Rehabilitation SPECIFICATION DOCUNUNTS Project 02330 Revised October 31,2014 'nC 14.164.9465.013 095000-4 GENERAL SPECEHCATIONS FOR COATING SYSTEMS Page 4 of 14 .. I_ Application and Damnes: The materials shall be applied in accordance with the manufacturer's published product data and such that the end results are i,n compliance E with these specifications (including all others inferred by reference). However, the CONTRACTOR is advised to consult the manufacturer's published product data concerning the length of hose and difference in elevation of the pump and spray gun when applying a zinc coating. Application equipment(including air and airless sprayers, rollers and brushes) shall be good quality, in good condition and shall be as recommended by the coating manufacturer. Techniques shall be used which will not cause coating droplets, etc. to travel more than 30 ft from the base of the tank. Spray painting of exterior surfaces shall be utilized only with, the enclosure fully raised and the roof covered, and only when the wind velocity and direction, and temperature and humidity are such that paint damage will not occur to real estate or personal property. Brush and roller painting of exterior surfaces shall be done only with the enclosure fully raised (with or without the roof covered) and shall be performed only when the wind velocity and direction, and temperature and humidity are such that paint damage will not occur to real estate or personal property. Prior to the -� cleaning or coating of any surface, the CONTRACTOR shall present a written plan for review by the PROJECT REPRESENTATIVE and the ENGINEER concerning how abrasive and/or paint damage to automobiles and property will be handled, including a �- process for quick removal of the abrasive or paint, and who will do the Work. This approval in no way shall relieve the CONTRACTOR from the responsibility of settling claims for damage, but is untended as an avenue to expedite and minimize said claims. J. Drying times and ventilation requirements of the manufacturer shall be strictly adhered to by the CONTRACTOR. " 1.4. SEQUENCING AND SCHEDULING A. Work Schedule: See Division 1 - General Requirements. B_ Cleaning Areas of Welding,and/or Grinding: See Division 1 - General Requirements. 1.5. SUBM=ALS A. Submit sets to the.ENGINEER in accordance with Section 013 3 00- Submittals 1. Product Data: - a. Written de=scription and catalog cuts describing each type of proposed abrasive for the interior wet, interior dry, and exterior surfaces. Include technical data sheets to substantiate compliance with specifications. The grade and resulting profile of the abrasive shall also be submitted prion`to any cleaning operations. A letter from the coating manufacturer certifying that the resulting profile of the abrasive is acceptable for their coating product shall be submitted. CITY OF FORT WORTH Timberline Water Tank Rehabilitation SPECIRCATION DOCUMENTS Project 02330 Revised October 31,2014 TIC 14.164.5465.013 098000-5 GENERAL SPECI11CATIONS FOR COATING SYSTEMS Page 5 of 14 b. Written description and catalog cuts describing each coating in the system. Information shall include: product delivery, storage, handling, application and curing instructions and limitations. Include technical data sheets to substantiate compliance with specifications, pC. Written description and catalog cuts describing each thinner proposed for use with each coating system. Also include thinner or solvent proposed for use in cleaning paint equipment. Include technical data sheets to substantiate compliance with, specifications_ d, Written description and catalog cuts describing the proposed underwater curing epoxy paint for the interior wet surfaces at the Anniversary Inspections. Include technical data sheets to substantiate compliance with specifications. 2. Certification: a. Provide certification signed by supplier of the coating attesting that coating system proposed meets the specifications. b. Provide certification from the manufacturer certifying that all coatings, including the final cured zinc coating,will not contain more than 0.06%by weight of lead (or any lead compounds) in the cured coating for each coat applied. Certification shall be submitted for review. 3. Cleanup Procedures: Prior to the field cleaning or painting of any surface, the CONTRACTOR shall present a written plan to the OWNER and ENGINEER r concerning how paint and/or abrasive damage to automobiles and property will be i handled, including a process for quick removal of the paint or abrasive, and who will do the work. This approval in no way shall relieve the CONTRACTOR from the responsibility of settling claims for damage, but is intended as an avenue to expedite and minimize said claims. 4. Containment Procedures: A brief description and/or sketch of the proposed ` method for containing the cleaning debris and/or paint overspray/droplets shall be submitted with the Bid. Prier to the field cleaning or painting of any surface, the CONTRACTOR shall present a written plan to the OWNER and ENGINEER for review concerning how spent cleaning debris and/or paint overspray or droplets ., will be confined to the tank site. Reasonable care shall be exercised by the t CONTRACTOR to prevent damage, nuisance, or hazardous conditions to adjacent or nearby property owners. The containment system attachments to the tank and tower shall be designed by a professional engineer registered iia the State of Texas not to impose excessive loading or permanent deformations on the tank, tower, and tank appurtenances. The CONTRACTOR shall submit the P.E. designed, stamped, and signed details of the containment system and the attachment details for review prior to installation of the containment system on the tank. t CFN OF FORT WORTH Timberline Water Taint Rehabilitation SPECUWATION DOCUMENTS Project 02330 i Rcvised October 31,2014 TIC 14.164.S465.013 098000-6 GENERAL sPECOCATIDNS FOR COATING SYSTEMS Page 6 of 14 1.6- DELIVERY, STORAGE,AND HANDLING A. Requirements: Deliver, store, handle, apply, and cure materials in accordance with the manufacturer's published product data, including all requirements listed on the Material Safety Data Sheets (MSDS). B. arlti The amounts delivered shall provide the proper coverage rates, taking into account normal application loss. _ C. New Materials: All coating materials and thinners shall be new and furnished for this job and shall be delivered from the coating manufacturer to the job site in the original factory sealed containers which are clearly and properly labeled by the coating manufacturer showing the manufacturer's name, product number, type of paint, batch number, and expiration date. D. Storage: Provide adequate storage facilities. Store coating materials within minimum and maximum ambient temperatures in accordance with the manufacturer's recommendations. Temperature of the coating prior to and during mixing shall be within the range stated in the manufacturers published product data. E. Abrasive: All expendable abrasive shall be new and famished for this job. All abrasive shall be properly stored on skids or in a covered container. The abrasive shall be covered to protect the abrasive from water and weather. Do not allow abrasive to rest directly in contact with the ground. F. MSDS: Material Safety Data Sheets (MEDS) shall be posted at the job site for each chemical product on the job site, including but not limited to abrasives, coatings, thinners and other solvents, weldirLg materials,flexible sealant material, and disinfecting agents. t.7. PROJECT CONDITIONS A. Times for Werk: See Section 01040 - Coordination. -� B. Painting Environment: All temperature and humidity requirements of the coating manufacturer shall be met. In addition, no painting shall be done when: 1) the relative humidity is greater than 85%; or 2) the temperature of the steel is or is expected to be less than 5°F above the dew point temperature during the application and until the coating has cured to resist moisture in accordance with the manufacturer's published product data; or 3) the ambient or steel temperature is below 35aF or is expected to drop below 35°F during the initial cure of the coating. C. Humidity and Temperature Measuring E_quivrrent: The CONTRACTOR shall have wet bulb-dry bulb measuring equipment and steel temperature measuring equipment on the job at all times. Readings shall be recorded at the beginning and end of each painting session and at intervals of two hours or less. The CONTRACTOR shall monitor the torus CrrY of FORT WORTH Timberline Water Tank Rehabilitation SPECIFICATION DOCUMENTS Project 02330 Revised October 31,2014 TIC 14.154.5465.013 + 09$000-7 GENERAL SPECIFICATIONS FOR COATING SYSTEMS Page 7 of 14 bottom plate temperature during the interior mating curing to verify that minimum steel temperature requirements are satisfied. D. Wind Velocities: Wind velocities during exterior painting shall be compatible f©r the quality application of the exterior coatings. E. Safety and Health: See Section 01 40 00-Regulatory Requirements. F. Riggiipg Attachments: See Section 0140 00- Regulatory Requirements. G. Containing Cleaning Debris and Overs ra _ The CONTRACTOR shall ensure that no spent cleaning/blasting debris, dust,overspray, coating droplets, or emissions of any kind, escape to the atmosphere and travel farther than 30 ft from the base of the tank, or any lesser distance required to avoid contamination of adjacent buildings, work sites and parking lots. 1. The containment system shall at a minimum meet the emission control requirements of a Class 2 system, as specified in Section 4.2.2.2 of the SSPC- Guide 6 (CON), Guide for Containing Debris Generated During Paint Removal Operations, dated February 2012. The ground surrounding and underneath the tank shall be protected from all dust, emissions, debris, and other materials w generated in the cleaning operations with a minimum of two layers of an impervious membrane covered with plywood. 2. The CONTRACTOR shall be responsible for all materials that are used and for any apparatus used to contain dust, emissions, debris, overspray, and coating droplets. The containment system attachments to the tank and tower shall be designed by a professional engineer registered in the State of Texas not to impose excessive loading or permaxlent deformations on the tank, tower, alld tank appurtenances. The CONTRACTOR shall submit the P.E. designed, stamped, and signed details of the containment system and the attachment details to the tank prior to installation of the containment system on the tank. The containment system will place additional loads on the tank which the tank was not originally designed for. The CONTRACTOR shall reinforce the tank as necessary to assure no damage or permanent deformation occurs �* to the tank or tower. Any damage done to the tank as a direct or indirect result of the containment system shall be repaired or sections replaced by the CONTRACTOR at no additional cost to the OWNER. Neither the ENGINEER or the OWNER assume any responsibility for the structural ability of the tank to support the containment system. 3. if tarps are used as part of the containment system, the tarps shall be an impervious, solid, flame-resistant material, reinforced with a fiber mesh and shall allow as much light as possible to pass through the material. CrrY OF FORT WORTH Timberline water Tank Rehabilitation SPECIRCATION DOCUMENTS Project 02330 Revised October 31,2014 TIC 14.164.5465.013 098000-8 GENERAL SPECIFICATIONS FOR COATING SYSTEMS r Page 8 of 14 4. If complete containment of the tank is utilized to contain all cleaning dust, emissions, debris, paint overspray, and paint droplets, the complete containment shall include a full roof bonnet. S. The OWNER reserves the right to stop work or to require additional or different containment methods if the CONTRACTOR'S operations create a nuisance beyond the tank site property line in the sole opinion of the OWNER, the ENGINEER, the OWNER'S designated representative, any regulatory agency, or neighbor. All costs of providing an adequate containment system shall be included by the CONTRACTOR in the Base Bid. 6. Review of the containment system for containing the spent cleaning dust, emissions, debris, and overspray shall not warrant the structural integrity of the containment system and shall not warrant the structural integrity of the tank to support the containment system_ Nor shall review of the containment system warrant the ability of the system to contain spent cleaning dust, emissions, debris, and overspray. 7. All attachments to the tank shall include a "reinforcing" pad designed to distribute the loads and prevent damage to the tank. The reinforcing pad may remain on the tank at the completion of the Project as long as the pad is completely seal welded, all edges ground to 118 in. minimum radius, and all comers rounded to 1 in. minimum radius. All other components of the containment system shall be removed by the CONTRACTOR at the completion of the exterior cleaning and painting. The containment submittal shall include, at a minimum, the following details and descriptions: a. Brackets (outriggers) to be attached to tank including size, material, etc. b. Bracket attachments to tank, C. Number of outriggers and spacing on tank container, d. Center roof"tree" and attachment details, e. Reinforcing pad between structure and attachments, f. Any additional roof support to prevent damage to or deformation of the tank roof or shell, g. Size of cables to be used and location, h. Anchorage details of hoist and location, i. Ground anchors, j_ Catalog cuts of screen (tarp)material, k. Screen material connections &overlap, 1. Operating/design parameters of containment, such as wind speed when containment shall be lowered or not used, in. Ground cover,material, etc_ n_ Cather engineering controls & dust collection, and o. Any items desired to be left on the structure at the completion of the Project(subject to approval by OWNER). CrFY OF FORT WORTH Timberline Water Tank Rehabilitation SPECIFICATION DOCL M E21M Project 023301 Revised October 31,2014 TIC 14.164.5465.013 a 099000-9 r„ GENERAL SPECInCATIONS FOR COATING SYSTEMS Page 9 of 14 H. Dust Collection: The CONTRACTOR shall furnish, operate, and maintain adequate dust collection during the Project to achieve negative pressure within the containment or adequate air flow within the tank interior. The dust collection system shall at a minimum meet the requirements of a Type Jl Air Filtration system, as specified in Section 5.4.5.1 of the SSPC-Guide 6 (CON), Guide_ for Containing_ Debris Generated During_ n Removal Operations, dated February 2012. The dust collection shall be operated during .� all abrasive blast cleaning and after abrasive blast cleaning until the area is clean enough for coating application. The CONTRACTOR shall be responsible for all sizing, design of ductwork, etc., based upon the CONTRACTOR'S operations, number of blasters, duration of blasting, etc. The CONTRACTOR shall also take precautions to avoid a vacuum from developing inside the tank, as even a slight vacuum inside the tank may cause damage to the roof 1. Attractive Nuisances and Cleangp; See Section 01 35 00-Coordination. 1.8. ENVIRONMENTAL REGULATIONS A. See Section 0140 00 -Regulatory Requirements. 1.9. ANNIVERSARY INSPECTIONS A_ Requirements: A First (12 month) Anniversary Inspection and a Second (23 month) Anniversary Inspection shall be performed. The CONTRACTOR'S Performance Bond or a separate Maintenance Bond shall be in force until after any remedial work is performed. a The performance of these inspections and/or any remedial work shall not relieve the CONTRACTOR of anv responsibility for defects in materials or workmanship which may or may not be evident during the Anniversary Inspections. B. AWWA D102_ The Anniversary Inspection as described in Section 5.2 of AWWA D102-11 shall apply. C. Inspection: The CONTRACTOR shall perform the following duties at both the First Anniversary Inspection and Second Anniversary Inspection: 1. The CONTRACTOR shall conduct the inspections, and shall furnish an experienced foreman, laborer, and rigging for the inspections. 2. The CONTRACTOR shall be prepared to perform minor touch-up operations. 3. The CONTRACTOR shall have at least one gallon of each of the exterior and interior dry primers, intermediate coating, and finish coatings at the time of each evaluation along with power cleaning tools and abrasive disks for spot cleaning_ 4. The CONTRACTOR shall have at least one quart kit of Aquatapoxy Paint (manufactured by Raven Lining Systems, Tulsa, OIC, telephone 800/324-2810) to AW touch-up the interior surfaces. If more than one quart kit is needed, as determined CITY OF FORT WORTH Timberline Water Tank Rebabilitatiou .. SPECIFICATION DOCUMENTS Project 02330 Revised October 31,2014 TIC 14.164.5465.013 09 80 00-10 GENERAL SPECIFICATIONS FOR COATING SYSTEMS Page 10 of 14 �. by the FIELD OBSERVER, then the specified epoxy coatings shall be used to touch-up the interior surfaces. 5, Costs_ All costs associated with the Anniversary Inspections shall be included in the Base Bid price. 6. Repairs_ Spot repairs shall be made by the CONTRACTOR before returning the tank back into service. Repairs requiring extensive work and rung may be delayed until a time mutually agreeable to the OWNER and CONTRACTOR. D. Dates of Inspections_ Failure of OWNER to establish Anniversary Inspection t dates will not relieve the CONTRACTOR of the responsibility to repair the interior and exterior coating system. PART 2 -- PRODUCTS 2.1. MATERIALS A. Abrasive. The approved abrasive for cleaning shall meet the following requirements: i 1. The abrasive for the surfaces shall be a commercially available, non-metallic, expendable abrasive. 2. The exterior cleaning methods and the type of abrasive used for this tank shall comply with the requirements of the Texas Commission on Environmental Quality (TCEQ) — (prior to September 1, 2002 was known as the Texas Natural Resource Conservation Commission (TNRCC)} Control Requirements for Surfaces with Coatings Containing Lead,Regulation 1, (30 TAC § 111.135). _ 3. All abrasives shell meet the requirements of Class A (of SSPC-AB 1) for silica content (crystalline silica less than 1%by weight before blasting). The crystalline silica content shall be detemiined by the use of infrared spectroscopy or by other analytical procedures,such as wet chemical or x-ray diffraction analysis. 4. The abrasive shall also be of a grit size to produce a 1.5 mil to 2.5 mil profile. If the profile exceeds this range, then the prime drat dry mil thickness shall be increased by the difference between the actual profile and the specified profile to prevent the peaks in the profile from rusting. However, the maximum coating thickness applied shall be in accordance with the coating manufacturer's recommendations. 5. Use of abrasive on the exterior of the tank shall be based not only on its compliance with the technical application of the coatings, but also on its lack of nuisance to surrounding property. w Cr1Y OF FORT WORTH Timberline Water Tank Rehabilitation SPECIFICATION DOCLUE+1TS Project 42330 Revised October 31,2014 TIC 14.154.5455.013 .t 098000- 11 W GENERAL SPECIFICATIONS FOR COATING SYSTEMS Page 11 of 14 6. The abrasive shall be free from contaminants, such as excessive fine particles, paint, earth, regulated heavy metals, moisture, oil, or chlorides, which can cause premature failure of the coating. B- Approval of Coatings: All coatings shall be acceptable to the LISEPA, TCEQ, and/or other controlling local health and environmental regulatory agencies. All interior coating materials, solvents, and other additives shall comply with ANSYNSF Standard 61 "Drinking Water System Components - Health Effects." If the manufacturer's product data sheets indicate that the interior coating materials comply with ANSL'NSF Standard " 61, then a separate letter from the manufacturer is not required. The specified coatings are intended to be standards of quality. Alternate coatings, materials and manufacturers will only be considered after award of the Contract. If alternate coatings are submitted for review,the submittal shall include the following information: 1- A complete description of the proposed substitute, 2. The material for which it is to be substituted, 3. A letter from the coating manufacturer certifying that the coating meets or exceeds r the coatings specified, 4. Price, S. Performance and test data from the laboratory and field (including QWI[JVB testing for the exterior finish coat), 6. Coverage, 7. Life, 8. Manufacturer's field support capabilities. C. Lead and Other Heavy Metal Restrictions in Coatings: Coatings which contain more than P, 0.06%4 by weight of lead (or any lead compounds), cadmium, or chromium in the cured coating for each, coat applied shall not be used. „ D. Common Manufacturer: The interior and exterior coatings shall be furnished by the same manufacturer unless specifically stated otherwise in these Specifications. E. Thinners: Thinners shall be used only in accordance with the manufacturer's instructions. Only thinners recommended and furnished by the coating manufacturer shall be used for this Project. i_ F. Underwater Epoxy: The approved underwater curing epoxy paint shall be 100% solids material and shall cure underwater. The approved underwater curing epoxy paint shall be acceptable to the USEPA, NSF, TCEQ, and/or other controlling local health and environmental regulatory agencies. The approved material shall not contain lead or any lead compounds. CITY OF FORT WORTH Timberline Water Tank Rehabilitation SPECIFICATION DOCUMENTS Project 02330 Revised October 31,2014 TIC 14.16-CS465.013 09 80 00-12 GENERAL SPECIFICATIONS FOR COATING SYSTEMS Page 12 of 14 PART 3—EXECUTION 3.1. VERIFICATION OF CONDITIONS A. Before application of the coating materials, verify that specified procedures and products will provide adequate protection of the steel surfaces. 3.2. PROTECTION A. Furnish and install protective covering over items on the tank and at tank site that are not to be cleaned or painted. 3.3. APPLICATION A. The sequence to be followed in cleaning and painting shall be such that a minimum of damage to finished coatings will result. B. Do not apply the primer closer than 6 in. to an uncleaned surface. C_ If the recoat cycle of the primer prevents completely cleaning and priming the tank before applying the intermediate coat, then the CONTRACTOR shall submit, in writing, a schedule for exterior coating application which will avoid damage to the subsequent coats when applied close to uncleaned surfaces. 3.4. TOLERANCE S A. Coating Thickness= I_ The thickness of each type coating is essential to the system's integrity. 2. The addition of mils in a succeeding coat of a different generic type or formulation to make up for than preceding coat(s) shall not be allowed_ If a •. thicker finish coat is needed to hide the underlying darker color on the exterior of the tank, a thicker coat may be applied, but it shall not exceed the maximum allowable thickness recommended by the coating manufacturer. When undercoats or other conditions show through the final coat, additional coats shall be applied until the coating film is of uniform finish, calor, and appearance. Under no circumstances shall the dry film thickness of an individual coat or of the total coating system exceed the coating manufacturer's maximum allowable thickness limit_ 3. Dry mil thickness greater than the coating manufacturer's maximum allowable thickness shall be considered unacceptable and shall be removed by the CONTRACTOR at no additional cost to the OWNER at the direction of the FIELD OBSERVER and OWNER. 4. Coating thickness measurement procedures shall be as outlined in SSPC-PA 2. CTFY OF FORT WORTH Timberline Water Tanis Rehabilitation SPECIFICATION DOCUMENTS Project 02330 Revised October 31,2014 TIC 14.164.5465.013 r, 09 80 00- 13 GENERAL SPECIRCATIONS FOR COATING SYSTEMS Page 13 of 14 V 5_ If determined to be in the best interest of the project, the FIELD OBSERVER may make dry film thickness measurements in excess of the amounts permitted by SSPC-PA 2. B. Uniformity: In addition to the rnirumum and maximum dry film requirements, all sags, runs, dry spray, pinholes, craters, roller nap, or other irregularities shall be removed and repaired. 3.5. OBSERVATION A. Accessibitity for Observation: 1. Notification_ The ENGINEER and FIELD OBSERVER shall be notified 7 days, and confirmed 24 hours, prior to the start of any cleaning or painting operations of the steel_ 2. Accessibility for Observation: All Work shall be made accessible to the ENGINEER and FIELD OBSERVER using the CONTRACTOR'S rigging and * equipment. The CONTRACTOR shall include all labor necessary to assist the ENGINEER and FIELD OBSERVER in accessing the work to be observed. The cost of this labor shall be included in the base contract amount. 3. CONTRACTOR Supervision: The CONTRACTOR is to supervise the job properly at all times. r 4. Observation: The OWNER reserves the right to engage full-time observation services,or to perform observations intermittently. B. Observation Schedule: 1. Notification: The CONTRACTOR shall notify and make available to the ENGINEER and FIELD OBSERVER for observation all surfaces prior to the application of each coat of paint. s 2. C_ urine: The interior wet area coating shall be completely cured and the solvents shall be adequately released and the tank shall not be filled with water until observed by the FIELD OBSERVER and the OWNER. The exterior and interior dry coating on the opposite side of water bearing surfaces shall be completely cured and the tank shall not be filled with water until observed by the FIELD OBSERVER and the OWNER. CONTRACTOR shall perform solvent rub tests, pencil hardness tests, or other industry recognized testing procedures recommended by the coating manufacturer to determine the coatings have cured " prior to filling the tank. A letter from the CONTRACTOR certifykig their testing. results and that the interior wet coating has cured such that it is ready for A immersion service shall be submitted to the ENGINEER and OWNER prior to filling the tank. The CONTRACTOR shall monitor the torus bottom plate CITY OF FORT WORTH Timberline Water Tank Rehabilitation SPECIFICATION DOCUMENT'S Project 02330 Revised October 31.2014 TIC 14.164.5465.013 098000-14 GENERAL SPECIFICATIONS FOR COATING SYSTEMS Page 14 of t4 temperature during the interior coating curing to verify that minimum steel temperature requirements are satisfied. R 3. Holiday Testing: All interior coatings, including those above the top capacity level, shall be checked with a holiday detector by the CONTRACTOR. Testing shall be done in accordance with Section 5.1.3 of AWWA D102-11 and NAGE SP0188 in the presence of the FIELD OBSERVER and utilizing a surfactant. Any } voids indicated shall be repaired by applying more of the finish coat of paint by brush or roller. The areas shall be retested after the appropriate curing time. The coating system must pass the holiday test regardless of the existing coating } thickness. C. Destructive Testing of Coatings: If disputes arise concerning the quality of the applied coatings, adhesion tests, Tooke Gage analysis, or some other form of destructive testing may be used to resolve the dispute. 3.5. CLEANING A. CONTRACTOR Performed Cleanup: Upon completion of the Work, the job site shall be left clean of all debris, blasting abrasive, or any other items resulting from the operations of the CONTRACTOR. B. OWNER Performed Clean u : The cost of any cleanup which must be done by the OWNER will be deducted from funds due the CONTRACTOR. C. Pigg: Any material found in the irdetloutlet, drain or overflow piping as a result of the CONTRACTOR'S operations at the time the tank is placed back into service shall be removed at the expense of the CONTRACTOR. D. Tank Disinfection: Wash and disinfect tank in accordance with Section 02 67 50 - Disinfection of Water Distribution Systems. END OF SECTION Copyright Q 2014 Tank hadustry Consultants All rights reserved CrrY OF FORT WORTH Timberline Wates Tank Rehabilitation SPECIFICATION DOCUMI;NM Project 02330 ., Revised October 31,2014 TIC 14.154.5465.013 098710-1 EXTERIOR COATING SYST13- 4 FOR STEEL STORAGE TANK Page 1 of4 SECTION 09 87 10 EXTERIOR COATING SYSTEM FOR STEEL STORAGE TANK Copyright @ 2014 Tank Industry Consultants Ali rights reserved PART 1 ---GENERAL 1.1. SECTION INCLUDES A. Exterior primers, intermediate, and finish coats for steel water storage tank. B. Specifications for the coating of the exterior surfaces of an existing steel potable water storage tank and accessories are included in this Section_ C. Preparation of all exterior surfaces which are to receive coating are included in this Section. w D_ Painting of all exterior surfaces which are to receive coating are included in this Section. E. The exterior surfaces included are all exterior surfaces of the tank, including (but not limited to) the container, tower, riser, all piping and appurtenances, and all rods, threads, bolts, nuts, pins, brackets, seams, corners, etc., but excluding the nameplates, safe- climbing devices, and aluminum vent_ 1.2. RELATED SECTIONS A_ Section 09 80 00 -General Specifications for Coating Systems PART 2— PRODUCTS r 2.1. MATERIALS AND MANUFACTURERS A. Coatings: Acceptable coating manufacturers and specifications for the exterior surfaces of the steel water storage tank follow; however, the CONTRACTOR is advised that all * manufacturers presented below must certify that the coatings furnished are in compliance with these Specifications. The approved coatings for the surfaces mentioned above shall be: a zinc-rich primer; a two-component aliphatic polyurethane intermediate coat system; and a two-component fluorourethane finish coat system. s CITY OF FORT WORTH Timberline Water Tank Rehabilitation r. SPECF'1CAnON DOCUMENTS Pmjmt 02330 Revised October 31.2014 TIC 14.164.S465,013 09 87 10-2 EJi"1 EMOR COATING SYSTEM FOR STEEL.STORAGE TANK Page 2 or4 1. Sherwin Williams Company, Cleveland, OH 4411.5 (1) Corothane I GalvaPac 2.5 3.5 mils (2) HiSolids Polyurethane orAcrolou 218 HS (semi-gloss) 2.0 3.0 mils (3) FlouroKem(gloss) 2.0 - 3.0 mils Total System Dry Thickness 6.5 - 9.5 mils 2. Tnemec Company,Inc.,Kansas City, MO 641.41 (1) 94-H2O Hydra-Zinc Zinc-Rich Urethane Primer 2.5 - 3.5 tails (2) 1075 Endura-Shield U 2.0 - 3.0 mils (3) V700 HydroFlon(gloss) 2.0 - 3.0 mils Total System Dry Thickness 6.5 - 9.5 mils B. Zinc Dust: The zinc dust used in the zinc coatings shall meet the minimum requirements of ASTM D520, Type III. C. Thinners: Only thinners recommended and furnished by the chosen coating manufacturer shall be used to thin the paint products. D. Priming Inaccessible Areas: Should any areas exist where the intersection of two members does not allow the complete cleaning of the intersection and the members cannot be separated for cleaning (such as anchor bolts, base plate-to-grout interfaces, clevises, turnbuckles, etc.), these mi tersections shall be post-primed with a material suitable for marginally cleaned surfaces. The material shall be recommended by the manufacturer of the exterior paint system and shall be as follows: I. Sherwin-Williams Epoxy Mastic Aluminum H, 2. Tnemec 135 Chembuild, 3. or other material favorably reviewed in writing by the ENGINEER. �. E- Logos Application: The two (2) new logos shall be applied on two sides of the tank. After the proper curing of the finish exterior coat, the logos shall be applied on the container in two additional coats of fluorourethane in the appropriate thickness for the fluorourethane used. The OWNER shall approve the final size, locations, and colors for the logos. Acceptable manufacturers and specifications fallow: -- 1. Sherwin Williams Company,Cleveland,OR 44115 (4) F14uorKem 11'ty-Thane I200 2.0 - 3.0 mils (5) FlouorKem 1 Pty-Thane 1200 2.0 - 3.0 nails Total System Dry Thickness of Silo, 11.0 - 16.0 mils f 2. Tnemec Company,Inc.,Kansas City, MO 64141 (4) Series V700 HydroFlon 2.0 - 3.0 mils (5) Series V700 HydroFlon 2.0 - 3.0 mils Total System;Dry Thickness of Sign 10.o - 15.0 m is CrrY OF FORT WORTH Timberline water Tank Rehabilitation SPECMCATION DOCUMENrS Project 02330 Revised October 31,2014 TIC 14.164.S465.0I3 09 87 10-3 EXTERIOR COAXING SYSTEM FOR s'rEEL STORAGE,TANK Page 3 of 4 PART 3—EXECUTION 3.1. SURFACE PREPARATION A. All surface preparation shall be done in a workmanlike manner. B. Rough. Areas: These paragraphs apply to rough areas created during the repair and repainting processes. This is separate from the Chipping and Grinding Bid Item and shall be included in the Base Bid. 1. Burrs, weld spatter, sharp edges, corners or rough welds which would cause difficulty in achieving a defect-free coating shall be chipped or ground smooth. 2. It is not the intent to have the welds or scars chipped and/or ground flush. The objective of the chipping and/or grinding is to eliminate sharp edges, comers, and overlaps in order to provide a surface for the application of a uniform thickness coating without voids. 3. These chipped and/or ground areas shall be cleaned to provide the proper surface profile for the paint. = C. Surface Preparation: All exterior surfaces shall be cleaned to SSPC-SP6, Commercial Blast Cleaning(modified). D. Surface Contamination: The surfaces to be painted shall be free from mud, oil, grease, dust, moisture, halides, or other foreign material which would cause adhesion problems. If field tests by the FIELD OBSERVER find questionable amounts of contarnination on the steel surfaces or painted surfaces to be topcoated, a representative of the home office of the paint manufacturer may be called to examine the surfaces in question and assist in determining if the surfaces are in accordance with these Specifications and the manufacturer's recommendations. 3.2. APPLICATION A. All painting shall be done in a professional manner. P B. Priming: 1. Not later than during the same day and before the formation of rust, the cleaned exterior surfaces (SSPC-SP6 - modified) shall be primed with the specified primer. 2- Stripe Coat: After the application of the first coat, all seams, edges, riser rods, lapped joints, rough areas, bolt heads and nuts, remains of erection lugs and scars, corners, member intersections, and other deviations from smooth surfaces shall be primed by brush and/or roller using 10% thinned material in a contrasting color to CITY OF FORT WORTH Timherlim Water Tauk Rehabilitation SPECIFICATION DOCUMENrS Project 02330 Revised October 31,2014 TIC 14.164.5465.013 098710-4 EXTERIOR COATING SYSTEM FOR STEEL ST OPAGE TANK Page 4 of 4 the primer. The 10% thinned material shall be worked sufficiently into all cracks, crevices, and seams. 3. The primer shall not be applied closer than b in. to an uncleaned surface- C- Priming Inaccessible_Areas: If the intersection of two members does not allow the complete cleaning of the intersection and the members cannot be separated for cleaning, these intersections shall be post-primed with the material specified in this Section_ .. D. Intermediate Coat: After adequate curing of the prime coat, all primed exterior surfaces shall be given a full intermediate coat of the specified paint. The color shall differ from the prime coat and shall be slightly darker than that chosen for the finish coat, being dark enough to visually assure application of the finish coat, and light enough to allow proper hiding. (An intermediate coat lighter than the finish coat shall not be permitted due to the inability to distinguish between the lighter intermediate and the highlights of the gloss finish.) The coating manufacturer shall recommend a darker color for the intermediate coat and this color shall be submitted for review. E. Finish Coat: After adequate curing of the intermediate coat the entire exterior surfaces shall then be given a final coat of the selected paint in the color selected by the OWNER. F. Logos AMlication: The two (2) new logos shall be applied on two sides of the tank. Amer the proper curing of the finish exterior coat, the logos shall be applied on the t container in two additional coats of fluorourethane in the appropriate thickness for the fluorourethane used. The OWNER shall approve the final size, locations, and colors for the logos. END OF SECTION Copyright fl 2014 Tank Industry Consultants — All rights reserved MY OF FORT WORTH Timberline Water Tank Re4raNlitatian SPECIFICATION DOCUMENTS project 42330 Revised October 31,2014 71C 14.164,S465.013 �` 4$$T20-1 04TERIOR DRY COATING SYSTEM FOR STEEL STORAGE TANK Page 1 of 4 SECTION 09 87 20 INTERIOR DRY COATING SYSTEM FOR STEEL STORAGE TANK Copyright @ 2014 Tank Industry Consultants All rights reserved PART I —GENERAL, L1. SECTION INCLUDES • A. Interior dry primers and finish coats for steel water storage tank. B. Specifications for the coating of the interior dry surfaces of an existing steel potable water storage tank and accessories are included in this Section. C. Preparation of all interior dry surfaces which are to receive coating are included in this Section. D. Painting of all interior dry surfaces which are to receive coating are included in this Section. E. All interior dry surfaces, including (but not limited to) all piping, accessories, ladders, threads, bolts, nuts, pins, brackets, seams, corners, etc., excluding the ladder safe- climbing devices, shall be cleaned and painted in accordance with the paragraphs in this Section. F. The complete cleaning and repainting of all interior dry surfaces shall be performed in accordance with this Section and included in the Base Bid. 1.2. RELATED SECTIONS A. Section 09 80 00- General Specifications for Coating Systems " PART 2— PRODUCTS 2.1. MATERIALS AND MANUFACTURERS A. Certification: Manufacturers presented below must certify that their coatings fumished are in compliance with the Specifications. B. Anproved Coatinl*s for Complete Cleaning and Repainting: The approved coatings for the surfaces mentioned above in paragraph 1 of this Section are intended to comply with the requirements of AWWA D102-11, Inside System No. 1, Two-Coat, Two-Component, Catalyzed High Build Epoxy System with the exception that the brush post-priming of the n CITY OF FORT WORTH Timberline water Tank Rehabilitation SPECIFICATION DOCUMENT'S Pmjeet Q2330 Revised October 31,2D 14 TIC 14.164_S465.013 098720-2 INTERIOR DRY COATING SYSTEM FOR MEL STORAGE TANK Page 2 of 4 seams is required and the minimum thickness is 5 muds. Acceptable specifications and manufacturers follow; however, the CONTRACTOR is advised that all manufacturers presented below must certify that their coatings furnished are in compliance with these specifications. 1. Sherwin Williams Company,Cleveland, OR 44115 (1) Macropoxy 645(Blue) 3.0 4.0 mils (2) Macropoxy 646(White) 3.0 - 4.0 mils Total System Dry Thickness 6.0 - 8.0 mils 2. Tnemec Company,Inc., Kansas City,MO 64141 (1) N140F-1255(Beige)Pota-Pox Plus or N69-1255(Beige)Hi-Build EpoxoUue U 3.0 - 4.0 mils (2) N 140F-15BL(Tank White)Pota-Pox Plus or N69-15BL(Tank White)Hi-Build Epoxoline 111 3.0 - 4.0 mils Total System Dry Thickness 6.0 - 8.0 mils C. Thinners: Only thinners recommended and furnished by the chosen coating manufacturer shall be used to thin the paint products. D. Priming Inaccessible Areas. Should any areas exist where the intersection of two members does not allow the complete cleaning of the intersection and the members cannot be separated for cleaning (such as anchor bolts, base plate-to-grout intersections, etc.), these intersections shall be post-primed with a material suitable for marginally cleaned surfaces. The material shall be recommended by the manufacturer of the exterior paint system and shall be as follows_ I. Sherwin-Williams Epoxy Mastic Aluminum Il, 2. Tnernec 135 Chembuild, 3. or other material favorably reviewed in writing by the ENGINEER. PART 3— EXECUTION 3.1. SURFACE PREPARATION A. All surface preparation shall be clone in a workmanlike manner. B. Rough Areas: These paragraphs apply to rough areas created during the repair and repainting processes. This is separate from the Chippingand Grinding Bid Item and shall be included in the Base Bid. i CrYY OF FORT WORTH Timberline Water Tank Rehabilitation SPECIFICATION DOCti'i MNTS Project 02330 Revised October 31,2014 TIC 14.164.5465,013 098720-3 NTI RIOR DRY COAI-JNG SYSTEM FOR STEEL STORAGE TANK Page 3 of 4 l. Burrs, weld spatter, sharp edges, comers or rough welds which would cause difficulty in achieving a defect-free coating shall be chipped or ground smooth. 2. It is not the intent to have the welds or scars chipped and/or ground flush. The objective of the chipping and/or grinding is to eliminate sharp edges, comers, and overlaps in order to provide a surface for the application of a uniform thickness . coating without voids. 3. These chipped and/or ground areas shall be cleaned to provide the proper surface profile for the paint. C. Surface Preparation for Complete Cleaning: Clean all interior dry steel surfaces to SSPC- SP6, Commercial Blast Cleaning (modified). Interior dry surfaces of which the opposite side of the steel is in contact with water (which include, but are not limited to the bowl, top sides of interior dry platforms, access tube, and piping) shall be cleaned to SSPC- t SP 10, Near-White Blast Cleaning(modified). D. Surface Contamination: The surfaces to be painted shall be free from mud, oil, grease, dust, moisture, halides, or other foreign material which would cause adhesion problems_ If field tests by the FIELD OBSERVER find questionable amounts of contamination on the steel surfaces or painted surfaces to be topcoated, a representative of the home office • of the paint manufacturer may be called to examine the surfaces in question and assist in determining if the surfaces are in accordance with these Specifications and the manufacturer's recommendations. 3.2, APPLICATION r. A. All painting shall be done in a workmanlike manner. B. Field Priming: 1. Not later than during the same day and before the formation of rust, the interior dry surfaces cleaned in the field (SSPC-SP11, SSPC-SP6, SSPC-SP 10) shall be primed with the specified field primer. 2. Stripe Coat: After the application of the first coat, all seams, edges, rods, lapped .. joints,rough areas,bolt heads and nuts,remains of erection lugs and scars, comers (including the intersection of the ladder rungs and the side rails), member intersections, and other deviations from smooth surfaces shall be primed by brush and/or roller using 10% thinned material in a contrasting color to the primer. The lt]% thinned material shall be worked sufficiently into all cracks, crevices, and seams. Initial spray application of this stripe coat shall not be permitted. 3. The primer shall not be applied closer than 6 in. to an uncleaned surface. CITY OF FORT WORTH Timberkine Water Tank Rebabilitation SPECIFICATION DOCUMENTS Project 02330 Revised October 31,2014 TIC 14.164.5465.013 098720-4 INTERIOR DRY COATING SYSTEM FOR STEEL STORAGE TANK Page 4 of 4 C. Priming,Inaccessible Areas: If the intersection of two members does not allow the complete cleaning of the intersection and the members cannot be separated for cleaning, these intersections shall be post-primed with the material specified in this Section. D. Finish Coat= After adequate curing of the prime coat, the primed interior dry surfaces .- shall then be cleaned of all dust, overspray, abrasive, and other contaminants which might cause premature coating failure and given one finish coat of the specified paint in a color of white. If the finish coat is not applied before the recoat window elapses, then the primed surfaces shall be scarified by abrasive blasting or other method recommended by the manufacturer in order for the finish coat to properly bund to the prime+coat.. END OF SECTION Copyright 0 2014 Tank Industry Consultants All rights mserved CITY OF FORT WORTH Timberline Water Tank Rehabilitation SPECIFICATION DOCUMENTS Project 02330 Revised October 3I,2014 TIC 14.164.5465.013 w 098730-1 NTERIOR WET COATW G SYSTEM FOR STEEL STORAGE TANK Page 1 of 5 SECTION 09 87 30 INTERIOR WET COATING SYSTEM FOR STEEL, STORAGE TANK Copyright 0 2014 Tank J.ndustry Consultants All rights reserved PART 1—GENERAL I.l. SECTION INCLUDES A. Interior primers and finish coats for steel water storage tank. B. Sealant for steel water storage tank. C. Specifications for the coating of the interior surfaces of an existing steel potable water storage tank and accessories are included in this Section. D. Preparation of all interior surfaces which are to receive coating are included in this Section_ " E. Painting of all ulterior surfaces which are to receive coating are included in this Section. F. Furnishing and application of underwater curing epoxy paint for use at the time of the " Anniversary Inspections. G. All interior surfaces of the container, including (bolt not limited to) the roof, manholes, shell, bowl, entire access tube, overflow anti-vortex device, ladders, threads, bolts, nuts, pins, brackets, seams, corners, etc-, the inside of the roof vent flanges (with the exception of all surfaces of the vent interior and exterior, all screens, and all clog-resistant pallet materials, i.e. polyethylene, teflon, etc. and the ladder safe-climbing devices), shall be cleaned and painted in accordance with the paragraphs in this Section.. The screens and the clog-resistant pallet materials shall be protected from the application of all coatings. l.?. RELATED SECTIONS A. Section 09 80 00-General Specifications for Coating Systems PART 2 —PRODUCTS `,1. MATERIALS AND MANUFACTURERS A. Compliance with ANSI/NSF Standard 61: The approval of potable water tank interior coatings and sealers shall be based on written certification of compliance with ANSI/NSF Standard 61 and compliance with the requirements of state agencies. Adequate CITY OF FORT WORTH Ttwbaiine Water Tank Rehabilitatioa SPECIFICATION DOCUMENTS Project 02330 Revised October 31,2014 T1C 14.164.5465,013 098730-2 INTERIOR WS~I'COATING SYSTEM FOR STEEL STORAGE TANK Page 2 of 5 manufacturer's published product data concealing the transportation, storage, mixing, thinning, pot life, application, and curing shall be furnished to ensure that the finished �+ product complies with ANSIINSF Standard 61. B. CoatinSystem: The approved coatings for the interior wet surfaces of the steel water storage tank shall be a two-coat interior catalyzed polyamide epoxy system. The system shall include an epoxy primer and a finish coat of epoxy paint. C. Certification: Manufacturers presented below must certify that their coatings furnished are in compliance with the Specifications. D_ Thinners: Only thinners recommended and furnished by the chosen coating manufacturer shall be used to thin the paint products. E_ Coatings: Acceptable coating manufacturers and specifications for the interior wet surfaces of the steel water storage tank follow, and are intended to comply with the requirements of AWWA D102-11 Inside System No. 2, Three-Coat, Two-Component .� Catalyzed High Build Epoxy System with the exception that the brush post-priming of the seams and potential holiday areas is required. I. Induron Coatings, Inc., Birmingham,AL 35201 (1) PE-70(White) 4.0 - 6.0 mils (2) PE-70(Beige) 3.0 - 5.0 rails (3) PE-70(white) 5.0 - 6.0 tails Totai System Dry Thickness 12.0 - 17.0 mils 2. Sherwin Williams Company, Cleveland, OH 44115 (1) Macropoxy 646 PW(White) 4.0 - 5.0 mils ` (2) Macropoxy 646 PW(Blue) 3.4 - 5.0 mils (3) Macropoxy 646 PW(White) 5.0 - 6.0 rails Total System Dry Thickness 12.0 - 17.0 mils -- 3_ Tnemec Company,Inc.,Kansas City,MO 64141 (1) N140F-15BL(Tank White)Pota-Pox Plus 4.0 - 6.0 mils (2) N140F-1255(Beige)Pota-Pox Plus 3.0 - 5.0 mils (3) N140F-15BL(Tank white)Pota-Pox Plus 5.0 - 6.0 nails Total System Dry Thickness 12,0 - 17.0 mills PART 3—EXECUTION - 3.1. SURFACE PREPARATION A. Clearing Tank and Debris Removal: The OWNER will remove all water from the tank which will drain by gravity through the drain line. The CONTRACTOR shall remove all standing Water, mud, and debris from the tank prior to starting work. All loose rust, loose - CITY OF FORT WORTH Timberline Water Tank Rehabilitation SPECIFICATION DOCUMENTS Project 02334 Revised October 31,2014 TIC 14.164.5465.413 098730-3 INTERIOR WET COATING SYSTEM FOR STEN..STORAGE TANK Page 3 of 5 paint, and dirt shall be removed from the tank interior prior to the beginning of clearing Operations. This debris shall be promptly stared in leak-proof covered dumpsters/containers on the site and disposed of in accordance with these Specifications_ This debris shall be kept separate from the exterior paint and cleaning debris. Any water that enters the tank through leaking Valves throughout the course of the Project shall be collected and removed from the tank by the CONTRACTOR at no additional cost to the OWNER. B_ All surface preparation shall be done in a workmanlike manner. C. Rough Areas: These paragraphs apply to rough areas created during the repair and repainting processes. This is separate from the Chipping and Grinding Bid Item and shall be included in the Base Bid. 1. Burrs, weld spatter, sharp edges, comers or rough welds which would cause difficulty in achieving a defect-free coating shall be chipped or ground smooth. 2. It is not the intent to have the welds or scars chipped and/or ground flush. The objective of the chipping and/or grinding is to eliminate sharp edges, comers, and overlaps in order to provide a surface for the application of a uniform thickness coating without voids. 3. These chipped and/or ground areas shall be cleaned to provide the proper surface profile for the paint. D. Field Prgaration: The complete interior wet surfaces of the tank including appurtenances shall be cleaned to SSPC-SP10, Near-White Blast Cleaning (modified). All surfaces shall be cleaned and primed after the repairs are completed. E. Surface Contamination: The surfaces to be painted shall be free from mud, oil, grease, dust, moisture, halides, or other foreign material which would cause adhesion problems. If field tests by the ENGINEER find questionable amounts of contamination on the steel surfaces or painted surfaces to be topcoated, a representative of the home office of the paint manufacturer may be called to examine the surfaces in question and assist in determining if the surfaces are in accordance with these Specifications and the manufacturer's recommendations. 3.2. APPLICATION A. All painting shall be clone in a workmanlike manner. B. Seam Sealer. After cleaning, seam sealer is to be applied to the roof vent intersection and roof manhole to seal these intersections from moisture. It shall be applied in a workmanlike manner, beizig beveled at approximately 45'. The cost of this seam sealing is to be included in the Base Bid, separate from other applications using sears sealer which may be listed in the SPECIFICATIONS FOR REPAIRS AND Crit OFFORT WORTH Timberline Water Tank Rehabilitation SPECIFICATION DOCUMENTS Project02330 ReAsed October 31.2014 71C 14.364.S465.013 09$730-4 INTERIOR WET COATING SYSTEM FOR STEEL STORAGE TANK Page 4 of S ADDITIONS TO THE TANK section of these Detailed Technical Specifications and included as a separate bid item. This material shall be equal to the solventless epoxy seam sealers listed below and recommended by the manufacturer of the interior paint system. At the CONTRACTOR'S option, the seam sealer may be applied after the pruning of the surface, providing no rust has formed on any uncoated surfaces (such as crevices between plates). 1. Sherwin Williams Steel-Seam FT910, 2. Tnemec Series 215 Surfacing Epoxy C. Pn._ min : 1. Prime Coat: Before the formation of rust and after observation of the surface by the FIELD OBSERVER, all cleaned surfaces shall be primed with the first coat specified below. 2. Stripe Coat: After the application of the first coat, all seams, all edges, rods, .r rough areas,deviations from smooth surfaces,pits,bolt heads and nuts, remains of erection lugs and scars, and corners (including the intersection of the ladder rungs and the side rails) shall be primed by brush and/or roller using 10% thinned material in a contrasting color to the primer. The 10% thinned material shall be worked sufficiently into all cracks, crevices, and seams. Initial spray application of the stripe coat shall not be permitted. 3. The primer shall not be applied closer than 6 in. to an uncleaned surface. _ D. Intermediate Coat: After adequate curing of the prime coat and stripe coat, the primed interior surfaces shall then be cleaned of all dust, overspray, abrasive, and other contaminants which might cause premature coating failure and given one intermediate coat of the specified paint. CONTRACTOR may utilize a pressure roller to apply intermediate coat. Initial spray application and back rolling is not an acceptable .. alternative for application of the intermediate coat. E. Finish Coat: After adequate curing of the intermediate coat, the intermediate coated interior surfaces shall then be cleaned of all dust, overspray, abrasive, and other contaminants which might cause premature coating failure and given one finish coat of the specified paint in a color of white. If the finish coat is not applied before the recoat window elapses, then the intermediate coated surfaces shall be scarified by abrasive blasting or other method recommended by the manufacturer in order for the finish coat to properly bond to the intermediate coat. F. Flexible Sealant: After the curing of the finish coat of paint, Sikaflex-la flexible polyurethane sealant (or equal allowed in writing by the ENGINEER) shall be applied to the unwelded lapped container roof seams. It shall be applied in a workmanlike manner, being beveled at approximately 45°. The color of the sealant shall be white. The sealant CrfY OF FORT WORTH Timberline Water Tank Rehabilitaban SPECIFICATION DOCLT1Vfi"NTS Pmjeet 42330 Revised Octaher31,2014 TIC 14.164.5465.013 098730-5 INTERIOR WET COATING SYSTEM FOR STEEL STORAGE TANK Page 5 of 5 Shall have the approval for use in potable water from the USEPA, ANSUNSF, and any applicable local health regulatory agency. END OF SECTION e Copyright @ 2014 Tank Industry Consultants All rights reserved s s CITY OF FORT WORTH Timberline Water Tank Rebabihtation SPECIFICATION DOCUMENTS ITuject 02330 Revised October 31,2014 TIC 14.164.5465.013 W 098800-1 CONCREM COATING Page I of 3 SECTION 09 88 00 CONCRETE COATING Copyright(e3 2014 Tank industry Consultants All rights reserved PART 1 —GENERAL L L SECTION INCLUDES A. Surface preparation of concrete foundations and grout. B. Painting of concrete foundations and grout. I.2. RELATED SECTIONS po A. Section 09 80 00 - General Specifications for Coating Systems 1.3. SEQUENCING AND SCHEDULING A. Allow new grout and concrete a 30 day cure period prior to painting. Protect grout and concrete surfaces from damage after painting. 4 PANT 2— PRODUCTS 2.1. MATERIALS AND MANUFACTURERS A. Approved Coatin>7s: Acceptable coating manufacturers and specifications for the concrete surfaces follow; however, the CONTRACTOR is advised that all manufacturers presented below must certify that the coatings furnished are in compliance with these Specifications. The finish coat shall be in a calor matching the Tnemec calor listed below. I. Sherwin Williams Company, Cleveland,OH 44115 (I) Macropoxy 646 3.0 - 5.0 mils (2) Macropoxy 646 4.0 - 6.0 mils Total System Dry Thickness 7.0 - 11.0 mils CITY OF FORT WORTH Timberline Water Tank Rehabilitation SPECIFICATION DOCUMENTS Project 02330 Revised October 31,2014 TIC 14.164.5465,013 099800-2 CONCRETE COATING Paget of 2. Tnemec Company,Inc.,Kansas City, MQ +64141 (t) N140F-15BL(Tank White)Pota-Pox Plus or 3.0 - 5.0 mils Series N69 Hi-Build Epoxoline II (2) N140F-i5BL(Tank White)Pota-Pax Plus or 4.0 - 6.0 mils f Series N69 Hi-Build Epoxoline 11 Total System Dry Thickness 7.0 - 11 A mils B. Certification: Manufacturers presented herein must certify that their coatings famished t. are in compliance with the Specifications. C, Thinners: Only thinners recommended and furnished by the chosen coating manufacturer shall be used to thin the paint products. PART 3 —EXECUTION 3.1. SURFACE PREPARATION A. Exposed Concrete: CONTRACTOR shall dig down around the foundations to expose approximately 4 in. more of the concrete than will normally be exposed (4 in. below ' finish grade)- B. Surfaces to he Coated: All exposed concrete areas of the foundations and grout on the exterior from 4 in. below finish grade to the base plates shall be cleaned by blast cleaning to SSPC-SP 13, Surface Preparation of Concrete for Severe Service. Any existing coatings and other contaminants shall be removed without entirely removing the surface concrete. The aggregate shall not be exposed by the blasting operations. All efflorescence and laitance shall be removed from the surface. The cleaning operation shall be performed to open subsurface holes and voids and to produce a profile for the proper adherence of the specified coating system (equivalent to 40-60 grit sand paper). C. Abrasive: The abrasive used for the blast cleaning operations shall be a nonmetallic type abrasive. The color shall be approximately equivalent to the concrete surface to be cleaned. D. Surface Contamination. After abrasive blast cleaning, the concrete surfaces shall be cleaned by vacuuming or blowing off with compressed air. All dust and other loose particles shall be removed prior to coating. The surfaces to be coated shall be free from mud, oil, grease, dust, moisture, or other foreign material which would cause adhesion problems. 3.2_ APPLICATION A. All coating shall be done in a workmanlike manner. CITY OF FORT WORTH Timberline Water Tank Rehabihtatiort SPECIFICATION DOCUMENTS Pmject 02330 ,K Revised october 31.2014 TIC 14,164.5465.013 f 048800-3 CONCRETE COATING Page 3 of 3 B. Coating: The exposed concrete surfaces cleaned in the field shall be primed with the specified field primer. After adequate curing of the primer, all primed concrete surfaces shall then be cleaned of all dust, overspray, abrasive, and other contaminants which might cause premature coating failure and given one finish coat of the specified paint in a color matching the Tnernec color specified_ C. Recoat Cycle: The manufacturer"s recommendations conceming the time benveen coats and the preparation of the surface shall be followed. D. Backfill_ After the coatings have cured and been approved by the ENGINEER, the earth is to be backfilled to the original grade or left as required by the OWNER. END OF SECTION Copyright Q 2014 Tank industry Consultants Alt rights reserved • ~ CITY OF FORT WORTH Timberiinr,Water Tanis Rehabilitation SPECIFICATION DOCUMENT'S Project 02330 Revised October 31,2014 TIC 14.164.S465.013 132000-1 STEEL WATER STORAGE TANK REHABalrK nON Page 1 of I2 SECTION 13 20 40 STEEL WATER STORAGE TANK REHABILITATION Copyright 0 2014 Tack Industry Consultants All rights reserved >PART 1 —GENERAL 1.I. REFERENCES A. American Water Works Association (AWWA) Standard 1. D100-11, Standard for Welded Steel Tanks for Water Storage i 2. C1511A21.51-91, ANSI Standard for Ductile-Iron Pipe, Centrifugally Cast in Metal Molds or Sand-Lined Molds, for Water or Other Liquids B. American Welding Society(AWS) 1. Publication DI.1, Structural Welding Code, Steel C. American Petroleum Institute (API) I. API Standard 650, 11 a` Edition (Addendum 2 — May 2010) -- "Welded Steel Tanks for Oil Storage" 2- API Standard 653, 4" Edition (Addendum{ 2 — January 2012) — "Tank Inspection, Repair, Alteration, and Reconstruction" D. American Society for Testing and Materials (ASTM) 1. A 36, Structural Steel 2. A 53, Pipe, Steel, Black and Hat-Dipped, Zinc-Coated Welded and Searriless 3. A 325,Type 3, High-strength Bolts for Structural Steel Joints 4. A 516, Pressure Vessel Plates, Carbon Steel, for Moderate- and Lower-Tempera- ture Service 5. A 537, Pressure Vessel Plates, Heat-Txeated, Carbon-Manganese-Silicon Steel 6. A 563, Type C3 and DH3, Carbon and Alloy Steel Nuts 7. A 573, Structural Carbon Steel Plates of Improved Toughness " Crr"Y OF FORT WORTH Timbert me Water Tank Rehatnhtatioa SPECIFICATION DOCUMENTS Project 02334 Revised October 31,2014 TIC 14.164_S465.013 132000-2 MEL WATER STORAGE TANK REHABILITATION Page 2❑f 12 8. A 580, Stainless and Heat-Resisting Steel Wire 9. A 588, High-Strength Law-Alloy Structural Steel With 50 ksi (345 MPa) Minimum Yield Point to 4 in. (100 mm)Thick 10. A 633,Normalized High.-Strength Low-Alloy Structural Steel 11. A 662, Pressure Vessel Plates, Carbon-Manganese, for Moderate- and Lower- Temperature Service 12. A 678, (quenched and Tempered Carbon Steel Plates for Structural Applications 13. F 436, Hardened Steel Washers A 14. F 593, Stainless Steel Bolts, Hex Cap Screws, &Studs 15. F 594, Stainless Steel Nuts E. American Society of Civil Engineers(ASCE) 1_ ANSUASCE 7-05,Minimum Design Loads for Buildings and Other Structures F. American National Standards Institute(ANSI) 1. Standard A 14.3, Safety Code for Fixed Ladders G. Occupational Safety and Health Administration(OSHA) 1. Regulation 1910.23, Guarding Floor and'Wall Openings and Hales 2. Regulation 1910.27, Fixed Ladders 3. Regulation 1926.1053, Ladders s H. International Conference of Building Officials(ICBG) I_ International Building Code(IBC) 1. NACE International (NAGE) Standard{formerly National Association of Corrosion Engineers] 1. Standard RP0178-91, Standard Recommended Practice - Fabrication Details, Surface Finish Requirements, and Proper Design Considerations for Tanks and Vessels to be Lined for Immersion Service 2. Visual Comparator - Surface Finishing of Welds (Complements NACE Standard ! RP0178) CITY OF FORT WORTH Timberline Water Tank Rehabilitation SPECIFICATION DOCUMENTS Project 02330 Revised October 31,2014 TIC 14.164.S465.013 132000-3 119 STEEL WATER STOP-AGE TANK REHABILITATION Page 3 of 12 » 1-2. PROJECT CONDITIONS A. Submittals: Submittals shall be submitted for review prior to performing any Work in accordance with Section 0133 00 - Submittals. B. Repair Standards: See Section 0140 00- Regulatory Requirements. C. Painting Standards: See Section 0140 00 - Regulatory Requirements. D. Welder's Certification: All welders and welding operators shall be certified to the procedures and processes required to accomplish the Work. Welder's certification papers shall be furnished to the FIELD OBSERVER for review prior to the commencement of welding on the tank. PART 2 —PRODUCTS 2.1. MATERIALS: A- All structural steel components shall be fabricated from new ASTM A 36 material. B. All new steel pipe attached to the tank shall be ASTM A 53. C. All steel plates, shapes, and bars shall be fabricated from new ASTM A 36 material if the tank is designed in accordance with A'WWA D100-11. All steel plates and shapes shall be free from any laminations which bring questions as to the structural integrity of the member. Laminations exposed on the surface or edges of the steel shall be repaired or the member replaced. The CONTRACTOR shall be responsible for ultrasonically or otherwise investigating the extent of sub-surface laminations to the satisfaction of the ENGINEER. Members found to have internal laminations shall be replaced in a timely manner at the expense of the CONTRACTOR. D- All screen material shall be made of Type 316, stainless steel wire conforming to ASTM A 580. E. All stainless steel bolts and nuts shall conforrn to ASTM F 593 and F 594. F. All interior bolts and nuts below the high water line shall be of silicon bronze or 316 stainless steel material. All bolts used for the roof structure shall be coated with Inorganic Coatings IC 531 high ratio inorganic Zinc coating. G. All aluminum used in the aluminum clog-resistant vent shall be fabricated from the following materials: 1. Structural Shapes: All aluminum structural shapes of the vent shall be allay 6061- T6. CITY OF FORT WORTH Timberline Water Tank Rehabilitation * SPECIFICATION DOCUMENTS Project 02330 Revised October 31,2014 TIC 14.164.S465.013 132000-4 STEEL WATER STORAGE TANK ROLk]3MJTAT70N Page 4 of 12 2. Plates and Sheets: All aluminum plates and sheets shall be mill finished alloy 3003-H16, 3004, 6061-T6 or 5052-H32 and shall a minimum nominal thickness of 0.050 in. 3. Bolts and Fasteners: All bolts and fasteners shall be Series 304 stainless steel, 2024-T4 aluminum, or anodized 7075-T73 aluminum- Only stainless steel fasteners shall be used to attach aluminum to steel. PART 3-- EXECUTION 3.1. REPAIRS AND ADDITIONS A. Construction Drawing_Submittals: Construction Drawings (or other information) of all fabricated and new items shall be submitted to the ENGINEER for review in accordance with Section 01 33 00 - Submittals. Drawings submitted shall at a minimum include the following- I. ollowing:I. Details of the new name plate bracket if different than that shown in Drawing NP. 2_ Details of the new closure chains if different than that shown in Drawing CC. 3. Details of the new Clog-Resistant Vent if different from that shown in Drawing CRV, Sheets 1-4. 4. Details of the new interior rigging openings if different than that shown in Drawing RO. 5. Details of the new access tube manhole if different from that shown in Drawing ATM. 6. Details of the new ladders if different than that shown in Drawings LR. 7. Catalog cuts, installation, operation and maintenance instructions for the new ladder safe-climbing device. 8. Details of the new interior wet platform safety railing if different than that shown in Drawing IWP. B. Man-Hours: For unit price work paid for per single man-hour, only time worked performing the specified action, i.e. welding or grinding, and only the time of the person performing the specified action shall be recorded as man-hours to be paid under the unit price item. Costs for all equipment, supplies, normal rigging and associated time required, supervision, Competent Person, overhead, insurance, and profit shall be included in the Base Sid or distributed within the unit price Bid Item to be based upon man-hours used in actual performance of the specified action. CrTY OF FORT WORTH Timberline Water Tank RebabItatiou SPECIFICATION DOCUMENTS Project 02330 Revised October 31,2014 -11C 14.164.S465.013 1 is 132000-5 STEEL WATER STORAGE TANK REHABfLITATI N Page 5 of 12 C. Initial Abrasive Blast Cleaning for Evaluation of Pittin> : All areas of apparent pitting shall be initially abrasive blast cleaned for evaluation of pitting by the FIELD OBSERVER. The cost of this initial abrasive blast cleaning shall be included in the Base '' Bid. D. Repair Weldinpz. After the initial abrasive blast cleaning, any pits defined for pit welding by the FIELD OBSERVER shall be repaired by welding. All areas of apparent seam deterioration shall be initially abrasive blast cleaned, and any seam corrosion or undercut defined by the FIELD OBSERVER shall be repaired by arc-gauging or grinding the i deteriorated weld seam (if determined necessary by the FIELD OBSERVER) and welding. The number of man-hours of repair- welding shall be paid for by the unit price in Bid Item.2. E. Pit Filling and Surfacing: After the specified surface preparation, any pits,rough areas or seams defined for pit filling or surfacing by the FIELD OBSERVER shall be filled with solventless polyamide epoxy seam sealer of the type recommended by the supplier of the interior paint system. The epoxy seam sealer shall be applied neatly and smoothly to the steel surfaces and any rough areas of the seam sealer shall be sanded smooth prior to the application of the coating system. Costs for all labor, equipment, supplies, rigging, and other associated costs for application of the solventless polyimide epoxy seam sealer shall be included in the unit price per gallon. The number of gallons of pit flung shall be paid for by the unit price in Bid Item 3. F. Interior Chipping and/or Grinding: Any i Tegular surfaces defined by the FIELD OBSERVER, including but not limited to surface protrusions, burrs, fitting scars, sharp edges or comers, weld spatter, weld overlap and rough weld beads shall be removed from all interior surfaces of the tank, including appurtenances, by chipping and/or grinding these irregular surfaces to a smooth curve. The protruding parts of lugs or brackets shall be removed and ground flush. The objective of chipping and/or grinding is to eliminate irregular surfaces to provide a surface that is sufficiently smooth for the application of a uniform thickness coating without voids and free from defects. This chipping and/or grinding is also intended to make it easier for the interior coating to pass the holiday test. The number of chipping and/or grinding man-hours on the tank interior shall be paid for by the unit price in Bid Item 4. G. Inner Main Roof Rafter Replacement: After the initial abrasive blast cleaning of the interior, the roof rafters shall be evaluated, and those rafters which are deteriorated or bowed as defined by the OWNER and ENGIIti EER shall be replaced in kind. The existing inner main roof rafters are approximately 17 in. x 8 in. 1-beams, and extend from the center hub to a circumferential stiffener. The sequence and performance of this repair shall be such that the structural integrity of the roof is not compromised. The cost for inner main roof rafter replacement shall be paid for by the unit price per rafter in Bid Item 5. CrrY OF FOIST WORTS Timberline Water Tank Rehabilitation SPECIFICATION DOCUMENTS Project 02330 Revised October 31,2014 TIC 14.164.S465,013 332000-6 STEEL WATER STORAGE TANK REI-3"UT,ATION _. Page 5 of 12 H. Secondgly Roof Rafter Re iacement: After the initial abrasive blast cleaning of the interior, the secondary roof rafters shall be evaluated, and those rafters which are deteriorated or bowed as defined by the OWNER and ENGINEER shall be replaced in kind. The existing secondary roof rafters extend from the top of the roof knuckle to an outer circumferential stiffener at the roof to shell connection. The sequence and performance of this repair shall be such that the structural integrity of the roof is not compromised. The cost for secondary roof rafter replacement shall be paid for by the unit price per rafter in Bid Item 6. 1. Purlin Replacement: After the initial abrasive blast cleaning of the interior, the purlins shall be evaluated, and those purlins which are deteriorated or bowed as defined by the OWNER and ENGINEER shall be replaced in kind. The existing purlins are approximately 5 in. x 3 in. I-beams and extend between the primary roof rafters. The ,a sequence and performance of this repair shall be such that the structural integrity of the roof is not compromised. The cost for secondary roof rafter replacement shall be paid for by the unit price per rafter in Bid Item 7. K J. Legal Disposal of Removed Steel or Appurtenances: Any existing steel plate, members, or appurtenances of the tank and/or tower specified to be removed or replaced shall be removed and legally disposed of by the CONTRACTOR. Any steel plate, members, or appurtenances that are coated with a lead-based coating shall not be disposed of,but shall be recycled. Documentation demonstrating that the material was properly recycled shall -� be provided to the OWNER. K. Concrete Repair: Any chipped concrete comers (greater than 1 in. loss), cracks (greater than 1/16 in. wide), and other failed areas of concrete indicated by the FIELD OBSERVER shall be chipped to sound concrete so that the edge of the chipped-out area is at least 600 with the surface of the concrete. Then these areas shall be prepared by cleaning to remove all paint, coating materials, dust, laitance, grease, or other bond- inhibiting materials. The CONTRACTOR shall apply a patch of Emaco R350 from Master Builders, Euco Verticote from Euclid Chemical Company, SikaRepair 223 from Sika Corporation, or equal allowed in writing by the ENGINEER. The materials shall be prepared and applied in accordance with the manufacturer's instructions. The patched areas shall conform to the original contour of the concrete foundation + 118 in. After the patching material has hardened sufficiently for the removal of any forms, etc., a water- based curing compound shall be applied to the surfaces of the repaired area. The curing s, compound shall be a water-based material such as Masterkure 20OW from Master Builders, Aqua-Cure from Euclid Chemical Company, or equal allowed in writing by the ENGINEER. This concrete repair shall be performed a minimum of 28 days prior to the cleaning and painting of the concrete to allow the concrete patching material to cure in accordance with the manufacturer's recommendations. L. Grout R air: The grout which is between the base plates and the concrete foundations shall be tested by the CONTRACTOR under the observation of the FIELD OBSERVER by using a sharp 16 oz. hammer. Any missing or loosened portions of grout shall be CITY OF FORT WORTH Timberline Water Tank Rehabilitation 5PECIFICATTON DDCL]luENTS Project 02330 Revised October 31,2014 TIC 14A64.S465,013 90 132000-7 rt STEEL WATER STORAGE TANK REHABILITATION Page 7 of 12 replaced with a nonshrinking, nonstaining, high-strength structural gout material. The * material shall be Master Builders' MASTERFLOW 928, Euclid Chemical Company's EUCO N-S Grout, L&M Construction Chemicals' DURAGROUT, Sika Corporation's SikaGraut 212, or equal allowed in writing by the ENGINEER. The final contour of the grout shall be vertical and flush with the outer edge of the base plates, and shall not overlap the outer edge of the base plates. After the grout has hardened sufficiently for the application of a curing compound, a water--based curing compound shall be applied to the exposed grout surfaces. The curing compound shall be a water-based material such as MASTERKURE 20OW from Master Builders, AQUA-CURE from Euclid Chemical Company, L & M CURE from L&M Construction Chemicals, Inc., or equal allowed in writing by the ENGINEER. After cleaning and painting, any separation between the base plates and the grout greater than 1132 in. shall be filled with Sikaflex-la from Sika Corporation,or equal allowed in writing by the ENGINEER. M. Anchor Balt Nuts: After preliminary cleaning, the CONTRACTOR shall check and tighten all anchor bolt nuts as required. Any anchor bolts that are not vertical or with gaps greater than 114 in. between the nuts and the base plates and marked by the FIELD OBSERVER shall have tapered heavy plate washers installed. The CONTRACTOR shall remove the existing anchor bolt nuts, install heavy plate washers to cover the gap and reinstall the anchor bolt nut. The CONTRACTOR shall peen the threads to prevent loosening or removal of the anchor bolt nuts. All anchor bolt nuts which cannot be tightened and which exhibit a gap of more than 1115 in. between the base plate shall be seal welded around the anchor bolt nut-to-base plate connection with 114 in. fillet welds. The anchor bolts and nuts shall then be cleaned and coated with the exterior coating system specified in these Detailed Technical Specifications. N. Nameplates: The tank nameplate shall be removed and any remains ground flush. A new mounting bracket shall be furnished and installed on the column by welding with continuous fillet welds as shown in Drawing NP. The location of the new nameplate mounting bracket shall be the same as the original location of the tank nameplate. The area behind the nameplate and the new mounting bracket shall be cleaned and painted in accordance with the exterior painting section of these specifications. The nameplate shall be bolted to the mounting bracket with stainless steel stove bolts and nuts. The nameplate shall be protected from the application of paint on the exposed surface. The two (2) lighting nameplates screwed to the column shall be removed for the cleaning and painting and the area behind the nameplates shall be cleaned and painted in accordance s with the exterior painting section of these specifications. The nameplates shall be protected from the application of paint on the exposed surface and shall be reinstalled. O. Closure Chains: A new 1-112 in. diameter, schedule 80, pipe upright sealed at the top shall be furnished and installed on the exterior platform at the tower ladder access opening. The new upright shall be seal welded to the platform floor. Closure chains shall be installed between this new upright and the existing platform railing upright across the access opening from the platform to the interior container ladder. Stainless steel chains with hooks shall be furnished and installed at the handrail and midpoint levels to provide CrrY of FORT WORTH Tunberliae Water Tank Rebebilitaaon SPECIFICATION DOCUMENT'S Project 02330 Revised Odober 31,2014 TIC 14.16CS465.013 132000-s STEEL WATER STORAGE TANK REHABILClATION Page 8 of 12 � protection of the access opening while personnel are on the exterior platform. The links of the chain shall have minimum cross-sectional diameter of 3/16 in. The chain detail shall be as shown in Drawing CC. P. Aluminum Roof Vent and Steel Exhaust Fan Flame: The present roof vent shall be removed and the present vent opening modified to 24 in. diameter. A new 24 in. diameter combination aluminum clog-resistant screened vent assembly and 24 in. diameter steel exhaust flange shall be installed in this opening. It shall conform to the dimensions and installation details shown in Drawing CRV, 'Sheets 1-4. The aluminum vent shall be removable from the steel manhole/exhaust flange to provide an additional means of access during cleaning and painting operations. The vent screen shall be supported to not produce a gap greater than 0.10 in. The vent shall have a minimum of 450 square inches of free vent area. The bolts and nuts utilized in the tank vent shall be of stainless steel or silicon-bronze material. The gent shall be designed to prevent clogging over and have provision for release of or prevention of any subsequent vacuum or pressure formed in the tank, prior to structural damage or deformation of the tank. The vent screens and pallets shall be designed to return, to their original design locations without human effort after the release of any pressure or vacuum and the screens shall continue to provide screening of the vent during subsequent tank operation. The vent cap shall be designed with a vertical overhang to prevent the entrance of wind driven debris and precipitation. The new exhaust flange assembly shall be welded with 3/16 in. fillet welds around its circumference on the outside and inside of the tank. The exhaust flange neck shall be welded to an annular eight bolt flange with continuous 1/4 in. fillet welds on the exterior and interior surfaces. Rough edges and weld spatter shall be ground smooth prior to cleaning to properly receive paint. The vent shall be installed such that the vent pallets are above the girders on the exterior roof. Roof Safety Railing: New 114 in. thick toe bars shall be furnished and installed for the existing roof safety railing between the girders around the center of the roof. The new toe bars shall be welded to the existing uprights and girders. The toe bars shall be such that the top of each toe bar is at least 4 in. above the roof and so that the gap between the bottom of the toe bar and the roof does not exceed 114 in. All toe bar intersections shall be seal welded with 3116 in. fillet welds. The sections of midrail on the roof safety railing shall be removed and the remains ground flush. A new midrail shall be welded to the uprights where the existing midrail was removed. The new midrail shall be a minimum size of 2 in. x 2 in. x 3/8 in. All midrail intersections shall be seal welded with 3/15 in. fillet welds. R. Seal Holes in Roof Twenty-five 1/2 in. diameter holes were located in the roof. These holes shall be sealed by welding or a welded steel patch plate may be utilized. The -- covered holes shall be seal welded from both sides. S. interior Rigging Openings: Approximately 48 threaded outlets shall be installed in the -- roof of the tank. The couplings shall be installed at a maximum spacing of 20 ft on center, shall miss the roof girders, and shall be installed above the top capacity level. Tle CrIY OF FORT WORTH Timberkine Water Tank Re3abilitation SPECIFICATION DOCUMENTS Project 02330 Revised October 31,7014 TIC 14.164.S465.013 �+ .s 132000-4 STEEL WATER STORAGE TANK REHABif 1TATION Page 9 of I2 threaded outlets shall be Phoenix #132 heavy tank flat flange (manufactured by Phoenix Forging Company, 1-8001444-3574) as shown in Drawing RO. The flanges shall be welded on the outside of the tank with continuous fillet welds and sealed on the interior with the flexible polyurethane sealant specified in the interior coating section of these specifications. Malleable iron pipe plugs (hot-dipped galvanized with the threads wiped) shall be furnished and installed after the completion of the painting. The threads on the plugs shall be covered with teflon tape or teflon paste prior to threading into the couplings. T. Light Fixture Globes: The missing globe from the light fixture in the dry riser and the broken globe for the light fixture in the access tube shall be replaced in kind. U. Access Tube Cala: The top of the existing approximately 36 in. diameter access tube shall be capped with a 114 in. thick steel plate welded to the access tube on the interior dry and interior wet sides with continuous 1/4m' . fillet welds. The steel plate for the cap shall have a slip-resistant diamond tread top surface similar to the adjacent platform. The cap shall be installed to close the top of the access tube to the interior wet area. A 24 in. diameter manhole shall be furnished and installed in the new access tube cap as shown in Drawing ATM to allow access from the access tube ladder to the new interior wet platform. V. New Ladders: New ladders and brackets conforming to OSHA 1914.27, OSHA 1926.1053, AWWA DI00-11, and Drawings LR1 - LR3 shall be furnished and installed. Adequate clearance for the climber in accordance with OSHA 1910.27 Fixed Ladders (ANSI A14.3, Safety Code for Fixed Ladders) shall be provided. The ladders shall be secured to the adjacent structure with steel bar brackets welded to the side rail and to the structure with complete structural welds. Any necessary temporary protective devices for compliance with Federal OSHA requirements, all state and local safety regulations, and safe working practices shall be furnished and maintained by the CONTRACTOR. The locations of the new ladders shall be as follows: 1. Tower Ladder: An approved tower ladder shall extend from 12 ft above grade upward to 48 in. above the exterior platform. 2. Interior Access Tube Ladder: An approved interior ladder shall extend from the r3ew interior wet platform to the bowl. All bolted connections shall utilize new galvanized steel bolts and nuts and shall be bolted together after painting and curing of the interior coating. 4N 3. Platform-to-Roof Ladders: Two approved stationary ladders shall extend up from the new interior wet platform to the roof. The ladders shall provide safe access from the platform to the roof. 4. Bowl Access Ladder: An approved ladder shall extend from the access tube down to the bowl, providing safe access to the bowl. CITY of FORT WORTH Timber"c water Tack Rehabilitation SPECMCAMN D£IMMM Project 02330 Revised October 31,20I4 TIC 14.164.5465.013 13 20 00-10 STEEL WATER STORAGE TANK REHABILITATION Page 10 of 12 5. Bowl Ladder: An approved ladder shall extend from the top of the bowl down to the center of the bawl, providing safe access to the center of the bowl and the piping. W_ Existing Ladder Tubular Rail Safe-Climbing Devices: The existing tubular notched galvanized rigid rail safe-climbing device shall be removed prior to the cleaning and painting of the ladders, ladder column, and interior dry portion of the access tube. All paint on the devices, both existing paint and any paint spilled on the devices by the CONTRACTOR, shall be removed by wiping the devices with the proper solvent. Any rust which has developed an the safety rails shall be removed by power tool cleaning with _ Scotch-Brite abrasive discs, then these areas shall be coated with one coat(2.0 to 3.0 mils thick) of an aluminum platelet pigmented single component polyurethane mastic such as Tnemec 50-334 Poly-Lira-Prune, or Sherwin-Williams Corothane I Aluminum_ Any necessary temporary protective devices for compliance with Federal OSHA requirements, all state and local safety regulations, and safe working practices shall be furnished and maintained by the CONTRACTOR. After the curing of the ladder �. paint, the tubular notched galvanized rigid rail safe-climbing devices shall be reinstalled in a secure manner as recommended by the manufacturer of the climbing device. Any fasteners damaged by the removal and replacement of the devices shall be replaced by the CONTRACTOR at no cost to the OWNER X. Ladder Safe-Climbing,Devices: The existing interior wet ladder safe-climbing devices shall be removed before cleaning and painting operations begin. After the finish coat of paint has cured, new tubular galvanized steel safe-climbing devices shall be furnished and installed on the interior wet ladders. ']Che rail shall deflect less than 118 in. when subjected to the weight of a 250 pound person leaning back on the ladder, supported only by the device and the grail. In addition to the rail and mounting hardware; two harnesses (ANSI Class III full body harness), two sleeves or trolleys and two S ft long lanyards shall '^ be furnished. The lanyards shall have a small hook on one end for attachment to a "D„ ring on the harness. The other end of each lanyard shall have a large hook with a minimum 1-1 f4 in. opening for quick hookup. The equipment shall be filmished by North Safety Products of Toronto, Ontario, Canada, 800-836-8006 (Saf T-Climb tubular galvanized steel), or French Creek Production, Inc., of Franklin, Pennsylvania, 814-437- 1808 (T-S Safety Rail upset extruded aluminum rail), or an equal allowed in writing by the ENGINEER. The CONTRACTOR shall submit catalog cuts, and installation, operation and maintenance instructions to the ENGINEER for written approval prior to _ construction_ Any Necessary temporary protective devices for compliance with Federal OSHA requirements, all state and local safety regulations, and safe working practices shall be furnished and maintained by the CONTRACTOR. North Safety _ Products part numbers have been listed below, but in each case an equal allowed in writing by the ENGINEER shall be permitted. The locations of the new ladder safe- climbing devices shall be as follows: 1. Interior Container Ladders: A new galvanized ladder safe-climbing device, (North Safety Products part #526-101-401), shall be installed on the interior CITY OF FORT WORTH Timberline WaterTat1¢Rrbabilitadom SPECIFICATION DOCUMENTS Project 02330 4 Ravis�October 31,2014 M 14,164.5455.013 13200,0-11 STEEL WATER STORAGE TANK RET 1A13WATION Page 11 of 12 container ladders starting 36 in. above the bottom of the ladder and extending to the top of the ladder. This includes the platform-to-roof ladders, the interior access tube ladder, the bawl access ladder, and the bowl ladder. Y. Overflow Inlet: The CONTRACTOR shall remove the funnel at the top of the overflow pipe and shall install a funnel of the same size. r Z. Overflow Pipe Brackets. CONTRACTOR shall replace, in kind, the brackets between the overflow pipe and access tube in the container. Intersections shall be seal welded all R around. AA. Interior Wet Platfonii: The CONTRACTOR shall replace the interior wet platform in kind. The safety railing on the interior wet platform shall confonn to the dimensions and installation details shown in Drawing 1WP. The opening in the floor of the platform shall be offset so that a safe transition can be made from the platform-to-roof ladders to the platform. BB. Removal of Abandoned Cathodic Protection Apparatus: Cathodic protection equipment ■ including the rectifier, all existing clamps, all cathodic protection wiring, eye-bolts, insulators and insulator supports, and cathodic protection conduits shall be removed prier to cleaning and painting. The cathodic protection conduit shall be plugged below grade. CC. Manhole Caskets: After the completion of the application and curing of the interior paint, a new 114 in. thick full-face gasket shall be furnished and installed in the existing 36 in. diameter roof manholes, and a neve 318 in. thick gasket shall be finnished and installed in the existing 24 in. diameter single-crab access tube to the container manhole. The gaskets shall be made from commercial grade neoprene,meeting ASTM D2000-86E, Type BC, with a 70A durometer rating, and black color. DD. Locking Manholes and Ladder Vandal Deterrent. The roof manhole entering the container, access tube cap manhole entering the container, and the ladder vandal deterrent shall be locked at the completion of the Work, using padlocks famished by the OWNER. _ e MY OF FORT WORTH Timberline Water Tank Rehabilitation SPECIFICATION DOCUMENTS Project 02330 Revised October 31,2034 M 14,164.S465.013 13 20 00-12 STUI.WATER STORAGE TANK REHABUITATION Page 12 of 12 3.2, UNANTICIPATED ADDITIONAL WORK (BID ITEM 8) A. It is felt that these specifications adequately describe the Work to be performed. If during the Work, it is found that additional Work is required and it is authorized in writing by the ENGINEER and OWNER, this Work shall be paid for per single man-hour, including all welding, equipment, normal rigging, labor, supplies, overhead, insurance, and profit- The number of unanticipated additional work man-hours shall be paid for by the unit price in Bid Item S. END OF SECTION Copyright a 2014 Tank Industry Consultants All rights reserved MY OF FORT WORTH Timbmiiue Water Tank RebabiHtation SPECIFICATION DOCUMENTS Project 02330 Revised October 31,2014 TIC 14.164.5465.013 24 INCH ROUND ACCESS TUBE MANHOLE TYP- 1/4 1W 5/8 IN. DIA. x 6 IN. x 3 IN. HANDLES ONE INTERIOR AND ONE EXTERIOR 38 IN. DIAMETER 1/4 IN. 9/16 IN. DIA. HOLE �-N I FOR 1/2 IN. H.H. BRACKET MELDED STAINLESS STEEL Iz 7O COVER BOLTS (2 RE4'D) L7/16 IN. QlA, HOLE a FOR PADLOCK z 03 BRACKET WELDED ------' = TO TUBE s WELD TO 3/16 IN. ACCESS 36 IN. I.D. TUBE CAP 4p 1/4 IN. x 6 IN. j x 36 IN. I.Q. Typ> 1/4 IN. 38 IN. DIA. PLATE x 3/16 IN. THICK 1/4 IN. x 2 IN. x 38 IN. DIA. COVER MUST OPEN AT LEAST 45' PAST VERTICAL NOT TO SCALE CopyrlghL02Dt-4 2,000,000 GALLON STEEL ELEVATED TANK DWG- NO. ATM Tank Indus" Consultants "TIMBERLINE TANK" 10/31/14 All r1gNtz rr.erwd FORT WORTH, TEXAS TIC 14.164.5465.013 CLOSURE CHAINS UPRIGHT PLATFORM SIDE OF RAIL 5/16" 0 COLD SHUT ZINC PLATED CHAIN HOOK DETAIL TYP. COLO SHUTS 3/16 r STAINLESS STEEL FOR HOOKS CLOSURE CHAINS. SEE DETAIL NEW PIPE MINIMUM LINK UPRIGHT CROSS—SECTIONAL .� DIAMETER 3/16 IN. 1 LII w EXISTING PLATFORM UPRIGHT 2" MAX_ NOT TO SCALE ., copyriot02014 2,000,000 GALLON STEEL ELEVATED TANK DWG. NO. CC Tank Industry Conoa!lants 'TIMBERLINE TANK" 10/31/14 All right` reser"md FORT WORTH, TEXAS TIC 14.164.S465.013 w CLOG- RESISTANT ALUMINUM ROOF VENT 24 INCH DIAMETER 17 12 1.5 ---- -------- 15 10 1F 9 8 17 7 6 1$ 5 F7 19 3 2 1 ROOF FIGURE - 1 NOTE: INSTALL VENT ASSEMBLY PLUMB t 1/$ IN. IN 12 K R NOT TO SCALE SHEET S Of 4 Copyr4ht 0 2014 2,000,000 GALLON STEEL ELEVATED TANK DWG. NO. CRV Tank Indust" Consultants "TIMBERLINE TANK' 10/31/14 AL right" reserved FORT WORTH, TEXAS TIC 14.164.5465.013 24 IN. DIAMETER ALUMINUM VENT MATERIAL SPECIFICATION FOR FIG. 1 1 — Steel plate rolled to 24-1/2 in. D.D. X 10 in. high (min.) X 1/4 in, tk, must project 4 in, minimum above roof or higher to clear exterior roof girders (install plumb) 2 — Steel plate 34 in, O.D. X 1/4 in. X 24 in. I.D. (must be installed level) Bolt Circle: (8) 7/16 in. dia. hales @ 15-1/8 In. rad. 3 — Rubberasket 34 in. Q.D. X 3/8 in. X 24-1 4 in. I.D. Bolt Circe. (8 ) 7/16 in. dia. holes 0 15-1/ in. rad. 4 — Aluminum plate 34 in. O.D. X 3/16 in. X 24 in. I,D. Balt Circle. (8) 7/16 in. dia. holes (9 15-1/8 in, rad. 5 8 304 S.S. bolts w/ H.H. nuts and (2) fiat washers per bolt, 3/8 in. dia. —1/2 in. long 6 — Aluminum plate rolled to 24 in. I.D. X 3/16 tn. X 12-1/2 in, long (round one edge) 7 — Linear High Density Poly—Ethylene (HDPE) vacuum pallet 45 in. O,D. X 23 in. I.D. X 1/2 in. tk 8 — Aluminum plate rolled to 48 in_ 0_D. X 12-1/2 in. high X 1/8 in. tk 9 — Aluminum plate rolled to 54 in. O.D, X 12 in, high X 1/8 in. tk 10 — Pressure pallet, refer to Fig. 2 11 — Aluminum 2 in. X 2 in. X 3/16 in., angle rolled to 47-3/4 in. I.D. leg out w/ (4) evenly spaced 9/16 in. dio. holes Defer to Fig. 3) 12 — Aluminum cone roof plate 54 in, dia. X 1/8 in. tk (may substitute pressed plate or flanged and dished head) 13 — (6) Aluminum bar 2 in. X 3/16 in. X 8 in. long (refer to Fig, 5) 14 — (4) 304 S.S_ bolts 1/2 in, dia. X 1-1/2 in. long,.with (1) fiat washer, (1) lock washer, and (1) nut per bolt (refer to Fig. 3) May substitute 1 In, 0 X 1/2 In. thick bar stock, drilledd and tapped, and welded to angle for nut and lock washer. 15 — 3/4 in. X .125 in. flattened expanded aluminum (opening size .625 in. x 1.75 in,) formed to 48 in, I.D- X 11 in, high 16 — Aluminum angle 1 in. X 1 in. x 3/16 in. rolled to 45-3/4 in. I.D. leg out w/ (8) evenly spaced 3/16 ln_ dia_ holes located midway on the horizontal leg 17 (6) Aluminum bar 6 in, X 1-1/4 in. X 1/8 in. 18 _ Aluminum angle 2 in, X 2 in_ X 3/16 in. rolled to 43-3/4 in. I.D. leg out w/ (8) evenly spaced 3/16 in- dia. holes located midway on the horizontal leg 19 — (6) Aluminum angle 2 in. X 2 in. X 3/16 in. X 11-5/8 in. long, oriented leg—dawn Operatina Instructions: 1) Annually inspect and clean out the vent interior. 2) More frequent inspection and cleoning may be required if unusually severe dust conditions exist. 3) Severe icing could cause freezing of the pallets rendering the pallets inoperclive. Wore frequent inspections ore required - during freezing conditions_ The veal and pallets should he thawed if necessory. 4) The pollets and interior surfaces of the vent should not he pointed, If the exterior surfaces ore to be paroled. TtC recom- mends these surfaces behand-rau en ed with send paper and solvent washed prior to cooling. A primer acceptable for this typ of sur}gC[ Should be u3ed. 5) the wauum and pregsure-retref pallets should Qc removed during cleaningq and poinln of the tank to prevent them from c3agging. The Owner s representative should verify the proper re-instollotian of the pa�iets prior to plocing the lank hack into 9MTV e- Note: All steel items to be made from A36, or A283 Grades A, B, or C steel unless otherwise specified. All aluminum items to be made from Grade 3003—H14 or H16 formoble, unless otherwise specified. All dimensions to ± 1/8 in. tolerance except bolt hole diameters to + 1/32 in, tolerance. SHEET 2 Or 4 Copyright 0 2014 2,000,000 GALLON STEEL ELEVATED TANK [AWG.. NO. CRV Tank Industry Conauttenti "TIMBERLINE TANK" 10/31/14 w rights reserved FORT WORTH, TEXAS TIC 14.164,S465-013 PRESSURE PALLET - 24 INCH DIAMETER VENT � • a 10-2 . . � • a 10-3 ■ ■ 10-2 FIGURE - 2 10-1 — HDPE ring 47 in. O.D. X 43 in. J.D. X 1 2 in. tk Bolt circle: (36) 1/4 in. dia. holes an evenly spaced 0 rod. = 22-1/2 in. 10-2 - 16 X 16 316 stainless steel wire mesh 46 in. dia. (0.018 - 316 S.S. wire screen) Bolt circle_ (36) 1/4 in. dio. holes evenly spaced 0 rod. = 22-1/2 in. 10-3 - (36� No. 12 pan head 316 S.S. machine screws w/ nuts and fender washers, 1-1 2 in. long VENT COVER CONNECTION - 14 - 14 12 12 -UR- ® 9 9 tea typ 11 FIGURE - 3 „ = 9 — Aluminum plate rolled to 54 in. Q.D. X 12 in. high X 1/8 in. tk 11 - Aluminum 2 in. X 2 in. X 3/16 in., ongie roiled to 47-3/4 in. I.D. leg out w/ (4) evenly spaced 9/16 in. dia. holes 12 - Aluminum cone roof pla54 in. dia. X 1/8 in_ tk (may substitute pressed plate or flanged and dished heada 14 - (4) 304 S.S. bolts 1/ in. dio. X 1-1/2 in. long, with (1) flat washer, (1 lock washer, and [ ) nut per bolt (refer to Fig. 3) May substitute 1 in. 0 X 1/2 in. hick bar stock, drilled and tapped, and welded to angle for nut and lock washer. HOT TO SCALE SHEET 3 OF 4 ■ Copyright 02014 2,000,000 GALLON STEEL ELEVATED TANK DWG. NO. CRV Tank industry Consultants "TIMBERLINE TANK" 10/31/14 Alt rights reserved FORT WORTH, TEXAS TIC 14.1164.S465.013 f VELD SPECIFICATIONS - 24 INCH DIAMETER VENT 1 g 1_6 TYP- 1_{ 1 8 � �• 1 8 1-5 FIGURE - 4 TYR 3/16 3/16 SEAL 1 4 TYP 3/16 ROOF 1/s ,_6 3/16rip. FIGURE - 5 HOT TO SCALE SHEET 4 DF 4 Copyright ID M4 2,000,000 GALLON STEEL ELEVATED TANK DWG. NO. CRV Tank industry Consultants "TIMBERLINE TANK" 10/31/14 AD rights rraarved FORT WORTH. TEXAS TIC 14.164.5465.013 INTERIOR PLATFORM SAFETY RAILING APPROX_ 8 FT DIAMETER NEW 2-1/2" x 2-1/2" x 1/4" ANGLE NEW PLATFORM HANDRAIL w NEW 2-1/2" x 2-1/2" x 1/4" ANGLE NEW PLATFORM MID—RAIL 3/16 NEW 2-1/2" x 2-1/2" x 1/4" ANGLEL NEW PLATFORM UPRIGHT 43 IN. T© 44 IN, (MAX) + NEW 2-1/2" x 2-1/2" x 1/4" ANGLE NEW PLATFORM MID—RAIL NEW 6' x 1/4" FLATBAR NEW PLATFORM TOEBAR 3/16 1 NEW PLATFORM FLOOR CONTRACTOR TO VERIFY ALL DIMENSIONS PRIOR TO FABRICATION NOT TO SCALE Copyright©2014 2,000,000 GALLON STEEL ELEVATED TANK DING. NO. IWP Tank Industry Consultants "TIMBERLINE TANK" 10/31/14 "R rights rrwerved FORT WORTH, TEXAS TIC 14.164.S465.013 • PLATFORM- TO- ROOF INTERIOR LADDERS ' 2„-1 � � 16 IN. -I MIN. 13,/16” DIA. 0 HOLE, BOLT TO O L2" BRACKETS WITH 4 IN. x 4 IN. x 3/4 IN. x 2 IN. 3/8 IN. ANGLE SEAL _ 316 S.S. BOLTS WELD W/NUTS TYP TYP. 6" O 13/16 IN. 3" 3" DRILLED 1/2" HOLES `Q 13/16"0 'cv HOLE UPPER BRACKET p 6" RUNGS TO BE T 3" 3" #6 WELDABLE REBAR {3/4" 0} 1/2" A706 GRADE 60 O "cn 16" 113/,-iOT zU ry c� r '' LOWER BRACKET T 0 i TYP. 1/B IN. 1 FT 4-1/2 IN. 1/8 IN. 4" x 4" x 3/8" ANGLE WELD BRACKETS TO ROOF f AND PLATFROM WITH REBAR RUNGS 1/4" FILLET WELD — 2 IN CONTINUOUS t 3/8 IN. 1 FT 4 IN. 3/8 IN. NOT TO SCALE 13/16 IN. DIA. HOLES 1 FT 4-3/4 IN. Copright 0 2014 2,000,000 GALLON STEEL ELEVATED TANK DWG. NO. LR1 Tank InduaLry Consultants "TIMBERLINE TANK" 10/31/14 An r4azts rewrmd FORT WORTH, TEXAS TIC. 14.164.S465.013 or 10 INTERIOR WET LADDER INTERIOR 3 IN. x 3/8 IN. x 8-1/2 IN. (MIN.) 2--1/2 IN. x 3/8 IN. SPACED @ 10 FT (MAX.) SIDE RAILS 16 IN. MIN. Q SEAL TYR ��� Tom. 7 IN. (MIN.) Q 13/16 IN. CLEAR TOE PUNCHED HOLES ROOM SLIP- RESISTANT 7RUNGS (TYPICAL) FULL PENETRATION 3/8 SEAL WELD D } ALL ABOUND 1/4 Z U y N U a TY73/81N. 1 FT 4-1/2 IN. 1/8 IN. 2-1/2 IN. x 3/8 IN. SIDE RAILS y 1-1/4 RUNGS T(] 8E #6 WELDABLE REBAR (3/4- m) A706, 1 GRADE 60 1 FT 4 IN. -1 3/8 IN. 13/16 !N. DIA. HO1 FT 4-3/4 IN. I NOT TO SCALE GppyMShL V M14 2,000,000 GALLON STEEL ELEVATED TANK DWG. NO. LR2 Tank 1nduzU7 Consultants "TIMBERLINE TANK" 10/31/14 "u rights reaerved FORT WORTH, TEXAS TIC 14.164.5465.013 w EXTERIOR LADDER EXTERIOR: 3 IN, x 3/8 IN. x 6-1/2 IN. (MIN.) 2-1/2 IN. x 3/8 IN. 16 IN_ �--I SPACED @ 10 FT (MAX,) SIDE RAILS MIN. 0 SEAL TYP WELD i TYP. 7 IN. (MIN.) 0 13/'16 IN. CLEAR TOE PUNCHED HOLES ROOM SLIP- RESISTANT 7RUNGS (TYPICAL) FULL PENETRATION 3/8 SEAL WELD 0 -F ALL AROUND 1/'4 Z U Clq U TYP 1/8 IN. 1 FT 4-1/2 IN. �-- 1/8 IN. 2-1/2 IN. x 3/8 IN. 1-1/4 IN. SIDE RAILS I BEINGS TO BE #6 _ } — — WELDABLE REBAR 1 (3/4" 0) A7Q6, 1-1/4 IN. GRADE 60 3/8 !N. f-� i FT 4 IN. � 3/8 IN. 13/16 IN. DIA. HOLES I 1 FT 4-3/4 IN. NOT TO SCALE • C+AY='1Rht 0 2614 2,000,000 GALLON STEEL ELEVATED TANK DWG. NO. LR3 Rank l us" Consultants "TIMBERLINE TANK" 10/31/14 U rights renrea FORT WORTH, TEXAS TIC 14.164,S465.013 NAMEPLATE ATTACHMENT BRACKET 8 IN. MIN. 1/8 IN. THICK 304 SS PLATE LD OR r MOUNT NAMEPLATE TO BRACKET WITH NO. 12 STOVE BOLTS (304 S.S-) CLEAN, PAINT AND CURE BRACKET PRIOR TO INSTALLING NAMEPLATE. . Typ_ E309 electrode 1/8 rt � tf' w �% R v DRILL ALL HOLES FOR ATTACHMENT OF NAMEPLATE TO BRACKET PRIOR TO CLEANING. PROTECT NAMEPLATE FROM DAMAGE DURING CLEANING. PROTECT NAMEPLATE FROM APPLICATION OF COATING ON EXPOSED SURFACE. y Capyrinht®2614 2,000,000 GALLON STEEL ELEVATED TANK DWG. NO. NP Tank Industry Consultants "TIMBERLINE TANK" 10/31/14 All rights reserved FORT WORTH, TEXAS TIC 14.164.5455.013 ROOF RIGGING OPENINGS PHOENIX #132. FLAT WELDING FLANGE INVERTED-TAPPED FROM FLANGE SIDE WITH 1-1/2" GALVANIZED MALLEABLE IRON PLUG THREADS WRAPPED WITH TEFLON TAPE GAP TANK ROOF 2-5/8" DIA. Cls-OUT IN ROOF APPLY FLEXIBLE POLYURETHANE SEALANT TO INTERIOR JOINT AFTER ' COUPLING IS INSTALLED AND AFTER PAINT IS CURED. NO COUPLINGS SHALL BE INSTALLED BELOW THE TOP CAPACITY LEVEL. COUPLINGS TO AVOID ROOF GIRDERS RADIUS # OF COUPLINGS a 4' 2 ry 22' 8 42' 16 TOTAL 26 RADIUS DIMENSIONS ARE APPROXIMATE LAYOUT Cop"ht C 2014 2,000,000 GALLON STEEL ELEVATED TANK DWG. NO. RO Tank Industry Consultants "TIMBERLINE TANK" 10/31/14 uI ,rights reserved FORT WORTH, TEXAS TIC 14.164.5455.013 y w 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate ,. AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 17.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Masan Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helpers 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.04 Concrete Form Builder $ 15.27 Concrete Farm Builder Helper $ 11-00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician(Journeyman) $ 19.63 Electrician Apprentice(Helper) $ 15.64 Electronic Technician $ 20.00 a Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 y Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 + Metal Building Assembler Helper $ 12.00 Metal Installer(Miscellaneous) $ 13.00 Metal Installer Helper(Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 V Painter Helper $ 9.98 Pipefitter $ 21.22 Pipe#itter Helper $ 15.39 Plasterer $ 16.17 19 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Rei nforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.40 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 s Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 wr Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 1374 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane,Clamsheel,Backhoe,Derrick,D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the Barth Texas Construction industry(Fall 3912)Independently compiled by the Lane Gorman Trubitt,PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXQ's(The Construction Association)website. www.texoassociation.arg/Chapter/wagerates.asp it �l R 7 V Page 2 of 2 r 1' SUMMARIZED TANK INFORMATION SHEET "TIMBERLINE TANK" ENGINEER: Tank Industry Consultants R TANK OWNER: Fort Worth Water Department CAPACITY: 2,000,000 gallons DIA MTER: approx. $S ft HEIGHT: approx.40 ft to bottom TYPE: welded steel 32-column elevated tank with torus-bottom and ellipsoidal roof ERECTION DATE_ 1956,Pittsburgh-Des Moines Steel Company TANK LOCATION: Off of Trueland Drive in Fort Worth,Texas Atomic Absorption: Cadmium Cbromium Lead mpercent mpercent mgLke, percent Exterior Riser <25 <0.0025% <250 <U25% <250 c0.025% Interior Dry <25 <0.0025% X250 <0.02.5% <250 <0.025% Interior Wet <25 1 <0.0025% <250 <0.025% <250 <0.025% Samples of the exterior and interior wet coatings were sent to a laboratory for atomic absorption analyses only to W determine if there is lead, chromium, and cadmium present in the coating samples_ To limit the damage to the existing coatings, only small areas were tested. This small number of samples and the difficulty of retrieving ail primer from the steel profile may cause the tests performed to not accurately represent the total coating system. In Variations in thickness, types of coatings applied, and the interim cleaning and painting operations will also affect the actual readings. The reliability of the results is also dependent on the amount of primer included in the sample. The Consumer Product Safety Commission specifies that an amount greater than 600 mgikg (0.061/6) lead is considered potentially hazardous. DISCLAIMER: The information contained in this Summarized Tank Information Sheet is not considered technical in nature. Therefore, the Contractor is not entitled to rely on any information contained in such reports. Interpretation of this data is the responsibility of the Bidder. Such information is made available to the Bidder as a courtesy only. It is further agreed and understood that the Bidder or the Contractor will not use any information made available to him, or obtained by any examination made by him, in any manner as a basis or ground of claim or demand of any nature against the Owner or Engineer arising from or by reason of any variance which may exist between the information offered and the actual materials and structures encountered during the construction work- REFERENCES: orkREFERENCES: A complete scope of Work can be found in the Detailed Technical Specifications. Additional information about the tank may be found in the evaluation report(TIC 14.164.5465.013) dated September 19,2014. The information contained in this evaluation report is also not considered technical in nature. r t R ■ • CITY OF FORT WORTH Timberline Water Tauk Rehabilitation SPECIRCATION DOCUMENTS Project 02330 Revised October 31,2034 TIC 14.164.5465.013 4V Pie TANK AND SITE DRAWINGS n "TIMBERLINE TANK" DISCLAIMER: The information contained in the Tank and Site Drawing Section is not considered technical in nature. Therefore,the Contractor is not entitled to rely on any information contained in such reports. Interpretation of this data is the responsibility of the Bidder. Such information is made available to the Bidder as a courtesy only. It is further agreed and understood that the Bidder or the Contractor will not use any information made available to him,or obtained by any examination made by him,in any manner as a basis or ground of claim or demand of any nature against the Owner or Engineer arising from or by reason of any variance which may exist between the information offered and the actual materials and structures encountered during the constructions work. y CITY OF FORT WORTH Timaerhne Water Tank Rehabilitation SPECIFICATION DOCUMENTS Project 02334 Revised October 31,2014 TIC 14.164.5465.013 TiMBERL_INE ' 2 M . G. CAPACITY TANK 47201 Trueland Drive EAST SIDE lI 'TORO SEGMENTAL' PRESSURE PLANE 013STACLE LIGHT EQUIPPED WITH WATER LEVEL TRANSI�1IT1ER c, W.I.. EL.805' I h 102'- O' INSIDE � a x n � m I � I i v, 6'- 0" WET Eli SER w 24' INLET - OUTLET TS" OVERFLOW TOP OF FOUNDATION EL 729' TOP OF VAULT ELEVATION - 722,13' METER ELEVATION: 715.45' M.S.L. Revised- 08/12/2013 MAPSC❑ #92—F Drawn- PW Wright W & S MAP # 2066-372 200 f wr 0 LL r LLI 0 CL mm v z o ,o �o 1°0 0 Iw a- LL cc m z LU N , (n IQ D z w ¢ a N r~i r Lo z LL E `o U- N CL ' rA L T � ly � C Q U} of �q LL Q' fA L1 9 � z F w 0 D Oz E3: -A Z Zv z :5 U) a- Q a Qz L L ❑2 V)a c zL� LU LU LULLId � �f ~ 0� wo LL > � U) U a LLI Q Qar D C) ¢ 0- a ) —j LL LL 0^ < it o w m En v ND w w Q a i L) LY Ci to t\i H ori pyi m ~ T. � �•. m @ m e 10-5 10 ❑ CD -0 � r = N LC ❑ m O L. a c Qm { LN= CV yr 0 S 7 C GI V ❑ e@ D O d e _ 04 c N Q ❑ O_❑ LC E C QvdwNm N CDi ] iG m -{y - m Ill E N O E 10 h 'm @ c bra LC mEm rccca m a © v E v ae mIn m cc D 2s `p- tib°c me `0Em ® �a v o srr 0 va 2 a v m m`�c�-- aE m ❑ L �y- p Q °+� cc mn"1Ed n8`o a w-C C L+ 0 wF- Uj @ r C -Y d5 C C ❑ m C@ m, -a 0— .02 - - C 27 _C E NN ❑[X FD m m ymC ym m .°aN C m � LIw > co Q"'D L@ C d❑ ❑Ip.L�❑° 3 0 WiOamc ,On m E0 Lc6Emc " d a Cb mtI. 19p 04 u am a 75 H y _°aa� aym �- m mcgm .. _v' aro smn wmc oo - @o ' '0, CLa,Vw E �+ o � N c cCc = ro mu°s� @ � E E —� c m cm � `� min fOaL E m c E m m r%J N m 8 T�2} 'r m O m m@ y C m _ Q m E a ❑ G-p`m' 2 N m � Q o w yam° = � mm= E� � Ey o y rm 2] L5:2 n pl`' R. L m p m m A y m m Co C >m 'm mn N V 0 LL, E m5 o In,_ cm y € O m L w 7 ro _� E CD m� o Q �c Qm N c`a m _ m L9L of :3:E ❑ mac ° � mns�j t7 ;� y t� c E t � cella oc Esa N ❑>❑ m my ,. m iilN rcn iV E 0 m c7 L iL a m E 7,a m >m+I 5 ' a-o Q-O y w z wm ❑ ds@ Tw LtG w do Q E a cis ❑ `> _ c E 0 3 9 y s 2!-6 w r z.=)0 ` O W � a � 6-0 r Em � 7'y c m m �+m �t H �"v _ _ 7•:w m w mea mmmol sn itJ t v ma o in a °d ® mF�r o �+n m _ 0� C La W L- � m vn m E an d s rn m t� N m vs mm2 m10 fl� m �,, o2— `° ® m mi 'D (D � meE m ❑ ° O oo ad z m -5-5-f h m Q m ° m e c �m a 7, ;Y 4S L c._ m 27 N y C rh L C m OL d C 0 E -20 o(� 2 mr' y mmE NEm -2ro maama� Cs c-0 a N @ J m m ra m E do N R c Y t. 'G3 Y m v1 F" Up C— - C. ro iC L p7� ° .0 C4 m Q N ® i01!' .t!_ m OL w N and �.. LL U m m ° C -0(n C �' y L .c O m 7.27 C C N VP a[w R7 L c � ° m N L �@ .CC pp m m In o 46 m C d N C Q D m c d d in m [0 07 @ �a 'E m C C 3 l6 COD 0 � �i L CL �❑ m m [7 a N m W C E a m S3 U ' 'C"' yl H ❑ L ° L E Q [],m vl C m 17 m C 3=spy m r7 V 'T Lm ro � } 0 m @ C m � 0.Q O m 0. 'QEyJaymLm,. � a q: „� � C"_ � Q k ° `° m �Y lL O O m N 61 m Q r E C ' C ° I a m m fi oyis m ` �` mm E ® tmc n ®- a°cmSY � oGp IA Q m @@ m y ❑ m 0.C z m ❑ C ❑ m C i0 C U Ipj n m U 17f m In Lt+- d - l0 =T3 m E �` C C r rpm 7+sl d ff7 ° � m j y I m p n d12 0 C E m —100 Z c � m W C E C ❑ m ❑ OT®ma mm m oE 3 mdm u� m Q W A °i 7 O d 3 3 E N 2 Q G ° N N O C d 6 E m � ®® mQ 0� N E m m L 0 � � ® °r. L ¢y w ImCq E _ >, m nc m® ®� w v ci vlE mY� E mea Y eEminm LLQ Ly s� EE� NE12—my E� c _rn ��z� N ° a 11l [!a uJ m C ❑ E C M ^C min U p m iy m p m S m m m' C U o9 a L�LI CL m Y m Cil 13 O .E ® E m Lm E me m m 0 `� m�Y C Sa�x1C E m ®� m � a to `-^ LU Q) < � a ` mgE3 � n oYa®� m 'E � `° m ° m 0 i a3 j mm 9E �4M'DnH smn C ❑ �PEc c �' � � a � lv°Ym�c � mE � —� mm aa > ExcO.Q m m � ❑ o f ac r p ga p _ m �� o o m e m o ° E ��to �' N ° n m Q `'� m to Yv m-' �y c r.�E �a .r on A nr°a n m a m m— E ma E—c u7 yl c m �C 4 fsa CO y7 O O W O^Q IA CO�n.G a APPENDIX CONSTRUCTION-CONTRACTOR SAFETY CHECKLIST Project: Location: General Contractor: Date: This safety checklist references the Code of Federal Regulations(CFR)Title 29 Part 1926, Safety Submittals ■ The Contractor shall submit the Contractor's Company Safety Plan, Site Specific Safety Plan(11PP), and Job Safety Analysis. Worksite Safety The Contractor shall provide general and health provisions with environmental controls in accordance with CFR Title 29 Part 1926 Subpart A,Subpart B, Subpart C,Subpart D,and other applicable Subparts,including state and local requirements. The Contractor shall provide traffic control M' accordance with Public agency requirements as shown on the approved Traffic Control Plan for the project. • Will the Contractor have a first aid kit on the job site? ❑ YES ❑ NO ■ Will the Contractor enforce a drug free workplace`! ❑ YES ❑ NO Personal Sof The Contractor shall provide personal protective and life saving equipment in accordance with CFR Title 29 Part 1926 Subpart E and other applicable Subparts, including state and local requirements. Fire Protection and Prevention ■ The Contractor shall provide fire protection and prevention equipment in accordance with CFR Title 29 Part 1426 Subpart F and other applicable Subparts, inclucivag state and local requirements. • Has Contractor developed fire prevention program ❑ YES ❑ NO ' 29CFR 1926.24 - 1 - Electrical Safgq • The Contractor shall ensure all electrical conductors and equipment are approved and in accordance with CFR Title 29 Part 1926 Subpart K and other applicable Subparts,including state and local requirements. ■ Will contractor ensure all pull boxes,junction boxes,and fitting are covered. If metal covers are used,they shall be grounded. ❑ YES ❑ Na 29CFR 1926.40S(b)(2) ■ Will contractor maintain a Lockout and tagging of circuits?❑ YES ❑ NO 29CFR 1926.417 Hazard Communication The contractor shall insure that the hazards of all chemicals produced or imported are evaluated,and that information concerning their hazards is transmitted to employers and employees. This transmittal of information shall include container labeling and other forms of warning,material safety data sheets(MSDS)and employee training- Location of contractor MSDS on site: The Contractor shall conform with the provisions of CFR Title 29 Part 1910.1240(e)(1),(eX2),(f)(1),(g)(l), h)(l) and(2)(i)through(iii)made applicable to construction by 1926.59,and other applicable Subparts,including state and local requirements. ! Sims,Signals.and Barricades The Contractor shall provide signs,signals,and barricades in accordance with CFR Title 29 Part 1926 Subpart G and other applicable Subparts,including state ' and local requirements. Material and Equipment Safety The Contractor shall handle,store, stack, rack, block, interlock,use and dispose of materials in accordance with CFR Title 29 Part 1926 Subpart H and other applicable Subparts,including state and local requirements. ■ Will contractor use power industrial trucks(forklifts)on site? ❑ YES ❑ NO ■ Have power industrial truck(forklift)operators received training?❑ YES❑ NO 29CFR 1910.178(1)(1) Where will the Contractor's materials, equipment and vehicles will be stored and parked? Address Address -2 - Hand and Power Tool Safety • The Contractor shall ensure al]hand and power tools and similar equipment, whether fiunished by the employer or the employee, shall be maintained in a safe condition in accordance with CFR Title 29 Part 1926 Subpart I and other applicable Subparts,including state and local requirements. Welding and Cutting Safgty - - The Contractor shall ensure suitable fare extinguishing equipment is available and maintained in accordance with CFR Title 29 Part 1926 Subpart J and other applicable Subparts, including state and local requirements. Scaffolding Safety The Contractor shall ensure all scaffolding is designed, erected,and maintained in accordance with CFR Title 29 Part 1926 Subpart L and other applicable Subparts, including state and local requirements. ■ Will contractor erect or dismantle scaffolding? ❑ YES ❑ NO 29CFR 1926.451(e) (9)(r) ■ Contractor's scaffolding erection/dismantling competent person for project is: Name and Phone Number r Confined Space En" The Contractor's working in confined spaces shall comply with CFR Title 29 -. Part 1910.146, Permit-required confined spaces. • Contractor working in confined spaces? ❑ YES ❑ NO ■ Contractor has a confined space program in place? ❑ YES ❑ NO ■ Contractor's confined space competent competent person for project is: Name and Phone Number Fall_Safety • The Contractor shall provide fall protection in accordance with CFR Title 29 Part 1925 Subpart M and other applicable Subparts,including state and local requirements. Has a competent person trained affected employees? ❑ YES ❑ NO 29CFR 1926.503(a)(2) ■ Contractor's fall safety competent person for this project is: Name and Phone Number 3 _ Crane.Derricks,Hoists,Elevatorsand Conveyor Sa#et� • The Contractor shall ensure hoisting equipment is inspmtecL maintained,and operated in accordance with CFR Title 29 Part 1926 Subpart N and other applicable Subparts,including state and local requirements. • Contractor will use authorized,qualified employees to operate cranes,including mobile and tower cranes or hoisting apparatus. o YES ❑ NO 8 CCR 50016,500&1 TrencbinglExcavation Safety - The Contractor shall conduct all excavations in accordance with CFR Title 29 Part 1926 Subpart P and other applicable Subparts including state and local requirements. Will a competent person be on site conducting inspections?[] YES 0 NO 1926.651(k)(1) Contractor's excavation safety competent person for this project is: Name and Phone Number steel Erection 5ffcly The Contractor shall ensure steel erection is in accordance with CFR Title 29 Part 1926 Subpart R and other applicable Subparts including state and local requirements. Has Contractor provided a training program for all enVloyees exposed to fall hazards? 1926.761(b)(2) ❑ YES 11 NO Other .. The Contractor shall incorporate all applicable Subparts of the CFR Title 29 Part 1926,including state and local requirements as required for the project. • The topics covered above erre intended as genetic, noxa-exhaustive overview of hazards related to plant construction. This checklist does not alter or absolve the Contractor from compliance responsibilities set forth in the OSHA standards themselves, and the Occupational Safety and Health Act. By signing below, the contractor is NOT absolved from full responsibility far complying with all local,stale,federal regulations. Authorized Contractor Representative(Sign and Date) - 4 - DAILY JOBSITE SAFETY SURVEY REPORT To be completed by Contractor and submitted to Resident Project Representative on a daily basins Job# Job Name/Location Date: Time: Contractor Competeut Contractor Person(Printed) Competent Person (signature) v_x. O-K- Not Ins ected,NIA Not Ins eeted,NIA 1. Personal Protective Equipment Worn 7. Fire Protection Hard Hats Adequate extinguisbers in place. I - Eye Protection Flammable material property stared. Hearing Protection Fire watch in place for Welding/Cutting. t•= Respirators - Protective Clothing 8. Tools_ Protective Footwear Good condition `-_ Fall Protection Torn guards in place. Power Cords in good condition. = Z. Housekeeping Temporary Power Boxes in good condition_ WastelHazardous Waste Properly Stored Waste testing completed 9. Site/Public Protection Debris Removal Fences in place. Daily Site Clean-Up Barricades in place- Safety signage posted. 3. Ladders/Stairs Ladders in good condition 10_ Weather Hazard Ladders tied aff High Winds Extends 36"above landing - Rain Temperature(Too ffigh or Too Low 4. Open Floors and sides Perimeter guardrail in place 10. First Aid Floor Openings covered f protected Trained.Personnel on site. y Kits/Supplies on site and maintained. SanitationlWater available to workforce. 11. ProgramstWormation 5. Scaffolds JSA Reviewed with workforce. Guardrails,toeboards,access points New Hire Orientation in place. Rigged LAW OSHA requirements Hazardous Substances identified and MSDS sheets available. In good condition and inspect. Safety Meetings conducted weekl _ Safety Signs Posted- b. Electrical Adequate Lighting gas M 12. Confined Space En Grounde&GFCI protected Gas testing conducted. Permit Required confined ace? Non pern3it required confined space? Cords,plugs&receptacles in good condition. Number of Men in Crew. Names of Crew Members: Work Day Safety Comments: Any safety accidents/incidents during the work day ? Were the accidents/incidents reported to the appropriate parties? "Timberline Water Tank" Page 1 Fort Worth,Texas SUBMITTAL CHECKLIST TIC 14.164.s465_013 Sub. Date Date Previous No. Item Submit By Received Reviewed Sub.No. Status 1. L swance Certificate CD .■ 2. Proposed Method of Containment wl P.E. Siam CD+ 15 days 3. Details of Reinforcing Pads Between Tank and CD+ 15 days Attachments .a 4. Name of Competent Person CD+ 15 days 5. A letter(on company letterhead)from the Contractor CD+ 15 days stating,/certifying that the Contractor's Competent Person(S)has/have received training in accordance with local,state,and federal regulations 6 Documentation of Training for Support Personnel CD+ 15 days 17. Welder(s) Certification submitted at site pnor to welding $. Work Safe Pro CD+ 15 days 9. Personnel Air Monitoring Pro CD+ 15 days 10. Confined Space Entry Procedure CD+ 15 days ]]. Traffic Control Plan CD+ 15 days 12. Public Safe ty Plan CD+ 15 days 13. Sar Chart or Progress Schedule CD+ 15 days 14. Schedule of Values CD+ 15 days 15. Submittal for Times of Work CD+ 15 days 16. Descriptive written plan concerning how abrasive CD+ 15 days and/or paint damage to automobiles and property will be handled,including a process for quick removal of the abrasive or painand who will do the Work 17. Details of repairs if different from drawings CD+20 days e 1 18. Exterior Prime Coat-Supplier,Type,PDS CD+20 days 19. Exterior Intermediate Coat-Supplier,Type,PDS CD+20 days 20. Exterior Finish Coat-Su lien,Type,PDS CD+ 20 days 21- Exterior Intermediate Color and Finish Color CD+ 20 days 22. Interior Dry Prune Coat-Supplier,Type,PDS CD+20 days 23. Interior Dry Finish Coat-Supplier,Type,PDS _ CD+20 days 24. Interior Wet&Metal Piping Prime Coat-Supplier, CD+20 days Typ,e,PDS 25. Interior Wet&Metal Piping Intermediate Coat- CD+20 days Snp,Dlier.Tvve,PDS 26. Interior Wet&Metal Piping Finish Coat-Supplier, CD+20 days Type,PDS 27. Concrete First Coat-Supplier,Type,PDS CD+20 days 128, Concrete Second Coat-Supplier,T e,PDS CD+20 days 29. Inaccessible Area Prime Coat-Supplier,Type,PDS CD+20 days - 30. Seam Sealer-Supplier,Type,PDS CD+20 days 31. Flexible Sealant-Syppher TyM PDS CD+20 days 32. Solventless,Underwater ring Epoxy-Supplier, CD+20 days Type,PDS 33. Thinners-Su lier,T e,MSDS CD+20 days w 34. Disinfectant-Supplier,Type,MSDS CD+20 days 35. Abrasives-Supplier,Type,MSDS,and Size CD+20 days 36. Abrasives-letter from coating manufacturer's HQ CD+20 days stating the Resulting Abrasive Profile is acceptable 37. Concrete R CD+20 da v Stains Abbreviations r'AEN=No E=eptio rs Noted:MC7V=Make Corrections Noted,R&R=Revise&Resubmit RET=Rejected,See Cotrmemu, NAR=No.Action Required by Engineer or Owner CD=Contract Date--All Submlaais Shull be Received Error to Contractor Starring Work "TimberUme Water Tank" Page 2 Port Worth,Texas SUBMITTAL CHECK LIST TIC 14.164.S465.013 Sub. Date Date Previous No. Item Submit By Received Reviewed Sub.No. Status 38. Grout-Supplier,T e,MSDS CD+24 days 39. Waste Hauler Spill Contin enc Plan CD+20 days 40. Plan for Forced Ventilation for Interior Coatis Cure CD+20!jays 41. Compliance with ANSI NSF Standard 51 (if not CD+20 days stated on PDS 42_ Certification from manufacturer that Alternate CD+20 days Cmft Materials Meet the Specifications ,. 43. Certification from manufacturer that all coating CD+20 days materials contain less than 0.06%by weight of lead (or any lead compounds),cadmium,and chromium in _ the cured coating for each coat applied 44. lnstallation Instructions of Ladder Safe-Climbing CD+20 days Device 45. Certification that the interior wet coating has cured prior to fitting tw* •� such that it is rmdy for immersion service w Status Abbreviabow•'NEN=Na F_rcep8ons Noted.MCN=Make Corrections Noted R&R=Revise&Resub i4 RFJ=RejectedSee Conunents, NAR-No Action Required by Engineer or Owner CD=Contract Date—All Submittals Shall be Received Prior to Contractor Starting Work Preliminary Evaluation and Assessment Report Timberline Water Tank a dated September 19, 2014 (Provided for Information Only and is Not a Part of the Contract Documents)