Loading...
HomeMy WebLinkAboutContract 45416 COTY SECRETARYUSLA I CQ CONTRACT NO. :r FORTWORTH PROJECT MANUAL FOR THE CONSTRUCTION OF Lake Country 500,000 Gallon Elevated Storage Tank l Rehabilitation Project l Capital Project 2139 Betsy Price, Mayor Tom Higgins, City Manager Fernando Costa, Assistant City Manager fl Fort Water Department S. Franlc Crumb, P.E.,Director Charly Angadicheril,Assistant Director Andrew T. Cronberg, P.E., Assistant Director ff Prepared for the N City of Fort Worth Water Department November 20133t,t � " ,,vv0E� �e By: Kleinfelder Central, Inc. __ — Texas Registered Engineering Firm No. 5592 �Q V,or * �• � *aye KLEI/1/FELOER ��,rn��., .` ....10 0• �,ii Bright Aropte.Right Solutions. ?•' •�09�� �... ....... ..... . LARSON � Y � Z 4 11409�SS�....... �y`� %� '. • �ik ,I ���°' 11-2113 O� 1 i RECEIVED MAR 0 � 7 1014 FoRTWORTH WATER DEPARTMENT Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation Project - 2013 STRUCTURAL SPECIFICATIONS City Project No. 2139 November 21, 2013 TABLE OF CONTENTS: SECTION 02221 - STRUCTUAL DEMOLITION SECTION 05120- STRUCTURAL STEEL SECTION 05121 -WELDING j.*.i.........................:.... AUDREY D. SAMARA I....�......................;.. 1 06282 i �3 tai 4eclo 2�I PREPARED BY NATHAN D. MAIER CONSULTING ENGINEERS, INC. 8080 Park Lane,Sulte 600,Dallas,Texas 214.739.4741 Texas Reg.No.F•356 Note: These STRUCTURAL SPECIFICATIONS form part of the above referenced project and are not to be interpreted independently of the other contract documents for the project. 000000-1 TABLE OF CONTENTS Page 1 of 2 1 SECTION 00 00 00 2 TABLE OF CONTENTS a 3 4 Division 00-General Conditions 5 0005 10 Mayor and Council Communication 6 0005 15 Addenda 7 00 11 13 Invitation to Bidders 8 0021 13 Instructions to Bidders 9 0035 13 Conflict of Interest Affidavit 10 0041 00 Bid Form 11 00 42 43 Proposal Form Unit Price 12 0043 13 Bid Bond 13 00 43 37 Vendor Compliance to State Law Nonresident Bidder 14 0045 11 Bidders Prequalifications 15 0045 12 Prequalification Statement 16 00 45 26 Contractor Compliance with Workers'Compensation Law 17 00 52 43 Agreement 18 0061 13 Performance Bond 19 0061 14 Payment Bond i 20 0061 19 Maintenance Bond 21 00 61 25 Certificate of Insurance 22 00 72 00 General Conditions 23 00 73 00 Supplementary Conditions 24 25 Division 01 -General Requirements 26 01 11 00 Summary of Work 27 01 2500 Substitution Procedures 28 01 31 19 Preconstruction Meeting 29 01 31 20 Project Meetings 30 01 32 16 Construction Progress Schedule 31 01 3300 Submittals 32 01 4523 Testing and Inspection Services 33 01 5000 Temporary Facilities and Controls r 34 01 6600 Product Storage and Handling Requirements 35 01 74 23 Cleaning 36 01 77 19 Closeout Requirements 37 01 7839 Project Record Documents 38 39 Division 31-Earthwork 40 31 2500 Erosion and Sediment Control 41 42 Division 32-Exterior Improvements 43 3201 17 Permanent Asphalt Paving Repair 44 32 1123 Flexible Base Courses 45 3292 13 Hydro-Mulching, Seeding,and Sodding s H i 46 47 Division 33—Utilities 48 33 11 10 Ductile Iron Pipe 49 CITY OF FORT WORTH Lake County 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised November 4,2013 000000-2 TABLE OF CONTENTS Page 2 of 2 1 Technical Specifications 2 Structural 3 02221 Structural Demolition 4 05120 Structural Steel 5 05121 Welding 6 Coatings 7 09871 Potable Water Tank Recoating 8 9 Appendix 10 1. Project Construction Plans 11 2. PDM Hydrostorage Fabrication Plans, 1987 12 3. Preliminary Evaluation and Assessment Report—Lake Country Elevated Storage Tank 13 4. 2013 Wage Rates 14 15 END OF SECTION CITY OF FORT WORTH Lake Counti),500,000 Gallon Elerated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised November 4,2013 001113-1 INVITATION TO BIDDERS Page 1 of 2 1 SECTION 00 1113 2 INVITATION TO BIDDERS 3 1 4 RECEIPT OF BIDS 5 Sealed bids for the construction of the Lake Country Elevated Storage Tank Rehabilitation 6 Project will be received by the City of Fort Worth Purchasing Office: 7 8 City of Fort Worth 9 Purchasing Division 10 1000 Throckmorton Street 11 Fort Worth,Texas 76102 12 1 13 until 1:30 PM CST,Thursday,December 19,2013,and bids will be opened publicly and read 14 aloud at 2:00 PM CST in the Council Chambers. 15 16 GENERAL DESCRIPTION OF WORK 17 The major work will consist of the(approximate)following: structural repairs, lead coating 18 removal and recoating of a 500,000 gallon welded steel potable water elevated storage tank, 19 located at 8515 Spring Street,Fort Worth,TX. 20 21 PREQUALIFICATION 22 The improvements included in this project must be performed by a contractor who has been pre- y 23 qualified to bid this project by the City prior to the bid opening. The procedures for qualification 1 24 and pre-qualification are outlined in the Section 00 21 13—INSTRUCTIONS TO BIDDERS. 25 26 DOCUMENT EXAMINATION AND PROCUREMENTS 27 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 28 of Fort Worth's Purchasing Division website at http://www.fortworth og v_org(purchasin>1/and 29 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site.The 30 Contract Documents may be downloaded,viewed,and printed by interested contractors and/or I 31 suppliers. 32 ( 33 1 34 PREBID CONFERENCE 35 A prebid conference may be held as described in Section 00 21 13 -INSTRUCTIONS TO 36 BIDDERS at the following location,date,and time: 37 DATE: December 11,2013 38 TIME: 10:00 AM 39 PLACE: Eagle Mountain Water Treatment Plant,Conference Room,6801 Bowman 40 Roberts Road,Fort Worth,TX 76179 41 42 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 43 City reserves the right to waive irregularities and to accept or reject bids. 44 45 INQUIRIES 46 All inquiries relative to this procurement should be addressed to the following: 47 Attn: Chris Harder,P.E., City of Fort Worth Water Department 48 Email: Christopher.Harder @fortworthgov.org 49 Phone: 817-392-8293 CITY OF FORT WORTH Lake Comthy 500,000 Gallon Elerated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised July 1,2011 001113-2 INVITATION TO BIDDERS Page 2 of 2 1 AND/OR 2 Attn: Lisa Larson,P.E. 3 Email: LLatson@Kleinfelder.com 4 Phone: 512-926-6650 5 6 ADVERTISEMENT DATES 7 November 21,2013 8 November 28,2013 9 10 END OF SECTION CITY OF FORT WORTH Lake Counh),500,000 Gallon Elerated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised July 1,2011 M&C Review Page 1 of 2 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FoRT ' oxT>fl! COUNCIL ACTION: Approved on 1/28/2014-Ordinance No.21106-01-2014 DATE: 1/28/2014 REFERENCE NO.:**C-26653 LOG NAME: 60LAKE COUNTRY ELEVATED STORAGE CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of a Contract with American Suncraft Construction Co., in the Amount of$710,473.50 for the Lake Country Elevated Storage Tank Rehabilitation Project Located at 8510 Spring Street and Adopt Appropriation Ordinance(COUNCIL DISTRICT 7) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer in the amount of$710,473.50 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$710,473.50; and 3. Authorize the execution of a contract with American Suncraft Construction Co., in the amount of $710,473.50 for the Lake Country Elevated Storage Tank Rehabilitation Project located at 8510 Spring Street. DISCUSSION: The Lake Country 0.5 million gallon elevated storage tank was constructed in 1978 for the Tarrant County Municipal Utility District No. 1 (TCMUD). In 2000, the City annexed the Lake Country area and assumed ownership and maintenance of the TCMUD assets, including the Lake Country elevated storage tank. This elevated tank provides potable water storage and fire protection for the immediate area east of Eagle Mountain Lake. The existing coating system is in need of replacement as required to protect the structural steel from corrosion. On July 23, 2013, (M&C C-26359)the City Council authorized execution of an Engineering Agreement with Kleinfelder Central, Inc., for the design and preparation of contract documents for the recoating and structural repairs of the Lake Country elevated storage tank. The project was advertised on November 21, 2013 and November 28, 2013 in the Fort Worth Star- Telegram. On December 19, 2013, the following six bids were received: BIDDER BID AMOUNT CONTRACT American Suncraft Construction http://apps.cfwnet.org/council_packet/mc review.asp?ID=19396&councildate=1/28/2014 1/29/2014 M&C Review Page 2 of 2 Co. $710,473.501 180 calendar days Blastco Texas, Inc. $716,780.00 A&M Construction and Utilities, Inc. $809,920.00 N.G. Painting, L.P. $996,644.00 Landmark Structures $1,053,000.00 - TMI Coatings, Inc. $1,133,000.00 M/WBE Office -A waiver of the goal for MBE/SBE subcontracting requirements was requested by the Water Department and approved by the M/WBE Office, in accordance with the BDE Ordinance, because the purchase of goods or services is from sources where sub-contracting or supplier opportunities are negligible. The project is located in COUNCIL DISTRICT 7, Mapsco 32P. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the current capital budget, as appropriated, of the Water Capital Projects Fund. TO Fund/Account/Centers FROM Fund/Account[Centers 1&2) 3) P253 541200 607180213980 $710,473.50 P253 476045 607180213980 $710,473.50 1)PE45 538040 0609020 $710,473.50 2) P253 541200 607180213980 $710.473.50 Submitted for City Manager's Office by: Fernando Costa(6122) Originatina Department Head: S. Frank Crumb(8207) Additional Information Contact: Chris Harder(8293) ATTACHMENTS 60 LAKE COUNTRY ELEVATED STORAGE P253 AO(Rev1.09.14).docx i 5 : t : http://apps.cfwnet.org/council_packet/mc review.asp?ID=19396&councildate=1/28/2014 1/29/2014 0021 13-1 INSTRUCTIONS TO BIDDERS Page 1 of 9 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 1. Defined Terms 4 5 1.1.Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 72 6 00-GENERAL CONDITIONS. 7 8 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof. 10 11 1.2.1. Bidder: Any person,firm,partnership, company, association,or corporation acting 12 directly through a duly authorized representative,submitting a bid for performing 13 the work contemplated under the Contract Documents. 14 15 1.2.2.Nonresident Bidder:Any person,firm,partnership, company,association,or 16 corporation acting directly through a duly authorized representative,submitting a 17 bid for performing the work contemplated under the Contract Documents whose 18 principal place of business is not in the State of Texas. 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 21 (on the basis of City's evaluation as hereinafter provided)makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets of Bidding Documents. 27 28 2.2.City and Engineer in making copies of Bidding Documents available do so only for the 29 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 30 for any other use. 31 32 3. Prequalification of Bidders(Prime Contractors and Subcontractors) 33 34 3.1.All Bidders and their subcontractors are required to be prequalified for the work types 35 requiring prequalification at the time of bidding.Bids received from contractors who are 36 not prequalified(even if inadvertently opened)shall not be considered. 37 38 3.2.Each Bidder unless currently prequalified,must be prepared to submit to City within 39 seven(7)calendar days prior to Bid opening,the documentation identified in Section 00 40 45 11,BIDDERS PREQUALIFICATIONS. 41 42 3.2.1. Submission of and/or questions related to prequalification should be addressed to 43 the City contact as provided in Paragraph 6.1. 44 45 CITY OF FORT WORTH Lake Counity 500,000 Gallon Elevated Storage Tank Rehabilitation 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 c 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low 2 bidder(s)for a project to submit such additional information as the City, in its sole 3 discretion may require,including but not limited to manpower and equipment records, 4 information about key personnel to be assigned to the project,and construction schedule, 5 to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to 6 deliver a quality product and successfully complete projects for the amount bid within 7 the stipulated time fi•ame.Based upon the City's assessment of the submitted 8 information,a recommendation regarding the award of a contract will be made to the 9 City Council. Failure to submit the additional information,if requested,may be grounds 10 for rejecting the apparent low bidder as non-responsive.Affected contractors will be 11 notified in writing of a recommendation to the City Council. 12 13 3.4.In addition to prequalification,additional requirements for qualification may be required 14 within various sections of the Contract Documents. 15 16 3.5.Special qualifications required for this project will be based on a company financial 17 evaluation,company historical schedule compliance,evaluation of proposed project 18 manager and project superintendent and company work history on similar projects. 19 20 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 21 22 4.1.Before submitting a Bid,each Bidder shall: 23 24 4.1.1. Examine and carefully study the Contract Documents and other related data 25 identified in the Bidding Documents(including"technical data"referred to in 26 Paragraph 4.2. below).No information given by City or any representative of the 27 City other than that contained in the Contract Documents and officially 28 promulgated addenda thereto,shall be binding upon the City. 29 30 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general,local and 31 site conditions that may affect cost,progress,performance or furnishing of the 32 Work. 33 34 4.1.3. Consider federal,state and local Laws and Regulations that may affect cost, 35 progress,performance or furnishing of the Work. 36 37 4.1.4.Study all: (i)reports of explorations and tests of subsurface conditions at or 38 contiguous to the Site and all drawings of physical conditions relating to existing 39 surface or subsurface structures at the Site(except Underground Facilities)that 40 have been identified in the Contract Documents as containing reliable"technical 41 data"and(ii)reports and drawings of Hazardous Enviromnental Conditions,if any, 42 at the Site that have been identified in the Contract Documents as containing 43 reliable"technical data." 44 CITY OF FORT WORTH Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 0021 13-3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of 2 the information which the City will furnish.All additional information and data 3 which the City will supply after promulgation of the formal Contract Documents i 4 shall be issued in the form of written addenda and shall become part of the Contract i 5 Documents just as though such addenda were actually written into the original 6 Contract Documents.No information given by the City other than that contained in 7 the Contract Documents and officially promulgated addenda thereto,shall be 8 binding upon the City. 9 10 4.1.6. Perform independent research,investigations,tests,borings,and such other means 11 as may be necessary to gain a complete knowledge of the conditions which will be 12 encountered during the construction of the project.On request,City may provide 13 each Bidder access to the site to conduct such examinations,investigations, 14 explorations,tests and studies as each Bidder deems necessary for submission of a 15 Bid. Bidder must fill all holes and clean up and restore the site to its former 16 conditions upon completion of such explorations,investigations,tests and studies. 17 t 18 4.1.7.Determine the difficulties of the Work and all attending circumstances affecting the 19 cost of doing the Work,time required for its completion,and obtain all information 20 required to make a proposal.Bidders shall rely exclusively and solely upon their 21 own estimates,investigation,research,tests,explorations,and other data which are 22 necessary for full and complete information upon which the proposal is to be based. 23 It is understood that the submission of a proposal is prima-facie evidence that the 24 Bidder has made the investigation,examinations and tests herein required.Claims 25 for additional compensation due to variations between conditions actually 26 encountered in construction and as indicated in the Contract Documents will not be 27 allowed. 28 29 4.1.8. Promptly notify City of all conflicts,errors, ambiguities or discrepancies in or 30 between the Contract Documents and such other related documents.The Contractor 31 shall not take advantage of any gross error or omission in the Contract Documents, 32 and the City shall be permitted to make such corrections or interpretations as may 33 be deemed necessary for fulfillment of the intent of the Contract Documents. 34 35 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of- 36 37 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 38 the site which have been utilized by City in preparation of the Contract Documents. 39 The logs of Soil Borings, if any, on the plans are for general information only. 40 Neither the City nor the Engineer guarantee that the data shown is representative of 41 conditions which actually exist. 42 43 4.2.2. those drawings of physical conditions in or relating to existing surface and x 44 subsurface structures(except Underground Facilities)which are at or contiguous to 45 the site that have been utilized by City in preparation of the Contract Documents. 46 CITY OF FORT WORTH Lake Coanh y 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 1 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.2.3. Copies of such reports and drawings will be made available by City to any Bidder 2 on request. Those reports and drawings may not be part of the Contract 3 Documents,but the"technical data"contained therein upon which Bidder is entitled 4 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 5 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 6 responsible for any interpretation or conclusion drawn from any"technical data"or 7 any other data,interpretations,opinions or information. 8 9 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 10 that Bidder has complied with every requirement of this Paragraph 4,(ii)that without 11 exception the Bid is premised upon performing and furnishing the Work required by the 12 Contract Documents and applying the specific means,methods,techniques,sequences or 13 procedures of construction(if any)that may be shown or indicated or expressly required 14 by the Contract Documents,(iii)that Bidder has given City written notice of all 15 conflicts,errors,ambiguities and discrepancies in the Contract Documents and the 16 written resolutions thereof by City are acceptable to Bidder,and when said conflicts, 17 etc.,have not been resolved through the interpretations by City as described in 18 Paragraph 6.,and(iv)that the Contract Documents are generally sufficient to indicate 19 and convey understanding of all terms and conditions for performing and furnishing the 20 Work. 21 22 4.4.The provisions of this Paragraph 4,inclusive,do not apply to Asbestos,Polychlorinated 23 biphenyls(PCBs),Petroleum,Hazardous Waste or Radioactive Material covered by 24 Paragraph 4.06.of the General Conditions,unless specifically identified in the Contract 25 Documents. 26 27 5. Availability of Lands for Work,Etc. 28 29 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for 30 access thereto and other lands designated for use by Contractor in performing the Work 31 are identified in the Contract Documents. All additional lands and access thereto 32 required for temporary construction facilities,construction equipment or storage of 33 materials and equipment to be incorporated in the Work are to be obtained and paid for 34 by Contractor. Easements for permanent structures or permanent changes in existing 35 facilities are to be obtained and paid for by City unless otherwise provided in the 36 Contract Documents. 37 38 5.2.Outstanding right-of-way,easements, and/or permits to be acquired by the City are listed 39 in Paragraph SC 4.01 of the Supplementary Conditions.In the event the necessary right- 40 of-way, easements, and/or permits are not obtained,the City reserves the right to cancel 41 the award of contract at any time before the Bidder begins any construction work on the 42 project. 43 44 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 45 way,easements,and/or permits,and shall submit a schedule to the City of how 46 construction will proceed in the other areas of the project that do not require permits 47 and/or easements. 48 49 6. Interpretations and Addenda 50 CITY OF FORT WORTH Lake Counhy 500,000 Gallon Elevatecl Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 0021 13-5 INSTRUCTIONS TO BIDDERS Page 5 of9 1 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 2 City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions 3 received after this day may not be responded to.Interpretations or clarifications 4 considered necessary by City in response to such questions will be issued by Addenda 5 delivered to all parties recorded by City as having received the Bidding Documents. 6 Only questions answered by formal written Addenda will be binding. Oral and other s= 7 interpretations or clarifications will be without legal effect. 8 9 Address questions to: 10 11 City of Fort Worth 12 1000 Throckmorton Street 13 Fort Worth,TX 76102 14 Attn: Chris Hco der P.E., Project Manager 15 Email: Christopher•.Harder@fortivortbgov.org 16 Phone: 817-392-8293 17 18 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 19 City. 20 21 6.3.Addenda or clarifications may be posted via Buzzsaw. 22 23 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 24 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 25 Project. Bidders are encouraged to attend and participate in the conference. City will 26 transmit to all prospective Bidders of record such Addenda as City considers necessary 27 in response to questions arising at the conference. Oral statements may not be relied 28 upon and will not be binding or legally effective. 29 30 7. Bid Security 31 i 32 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 33 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 34 the requirements of Paragraphs 5.01 of the General Conditions. 35 36 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 37 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 38 Agreement within 10 days after the Notice of Award,City may consider Bidder to be in 39 default,rescind the Notice of Award,and the Bid Bond of that Bidder will be forfeited. 40 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 41 other Bidders whom City believes to have a reasonable chance of receiving the award 42 will be retained by City until final contract execution. 43 F } CITY OF FORT WORTH Lake Country 500,000 Gallon Flevated Storage lank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 i 1 I i 002113-6 INSTRUCTIONS TO BIDDERS Page 6 of 9 1 8. Contract Times 2 The number of days within which,or the dates by which,Milestones are to be achieved in 3 accordance with the General Requirements and the Work is to be completed and ready for 4 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 5 attached Bid Form. As indicated and defined in the Bid Form,substantial completion shall be 6 achieved for this project within 120 calendar days fi•om the effective date ofthe notice to 7 proceed. Final completion shall be achieved within 180 calendar days from the effective date 8 ofthe notice to proceed. 9 10 9. Liquidated Damages 11 Provisions for liquidated damages are set forth in the Agreement and defined in the Bid 12 Form. Liquidated damages have been set at$500 per calendar day for both substantial and 13 final completion. 14 15 10. Substitute and "Or-Equal"Items 16 The Contract, if awarded,will be on the basis of materials and equipment described in the 17 Bidding Documents without consideration of possible substitute or"or-equal"items. 18 Whenever it is indicated or specified in the Bidding Documents that a"substitute"or"or- 19 equal"item of material or equipment may be furnished or used by Contractor if acceptable to 20 City,application for such acceptance will not be considered by City until after the Effective 21 Date of the Agreement. The procedure for submission of any such application by Contractor 22 and consideration by City is set forth in Paragraphs 6.05A.,6.05B, and 6.05C. ofthe General 23 Conditions and is supplemented in Section 0125 00 ofthe General Requirements. 24 25 11. Subcontractors,Suppliers and Others 26 27 11.1. In accordance with City Ordinance No. 15530(as amended),the City has goals for 28 the participation of minority business enterprises in City contracts. A copy ofthe 29 Ordinance can be obtained from the Office ofthe City Secretary. For this project,a 30 waiver ofthe goal for MBE subcontracting requirements was requested by the 31 Department and approved by the MWBE office,in accordance with the MBE 32 ordinance,because the purchase of goods or services from sources with 33 subcontracting or supplier opportunities are negligible. 34 35 11.2. No Contractor shall be required to employ any Subcontractor, Supplier,other person 36 or organization against whom Contractor has reasonable objection. 37 38 12. Bid Form 39 40 12.1. The Bid Form is included with the Bidding Documents;additional copies may be 41 obtained from the City. 42 CITY OF FORT WORTH Lake CounOy 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 1 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 2 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 3 the Bid Form. A Bid price shall be indicated for each Bid item,alternative,and unit 4 price item listed therein. In the case of optional alternatives,the words"No Bid," 5 "No Change,"or"Not Applicable"may be entered.Bidder shall state the prices, 6 written in ink in both words and numerals,for which the Bidder proposes to do the x 7 work contemplated or furnish materials required.All prices shall be written legibly. 8 In case of discrepancy between price in written words and the price in written 9 numerals,the price in written words shall govern. 10 I 1 12.3. Bids by corporations shall be executed in the corporate name by the president or a 12 vice-president or other corporate officer accompanied by evidence of authority to 13 sign. The corporate seal shall be affixed. The corporate address and state of 14 incorporation shall be shown below the signature. 15 16 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 17 partner,whose title must appear under the signature accompanied by evidence of 18 authority to sign. The official address of the partnership shall be shown below the 19 signature. 20 3 21 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 22 member and accompanied by evidence of authority to sign. The state of formation of 23 the firm and the official address of the firm shall be shown. 24 25 12.6. Bids by individuals shall show the Bidder's name and official address. 26 27 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 28 indicated on the Bid Form. The official address of the joint venture shall be shown. 29 30 12.8. All names shall be typed or printed in ink below the signature. 31 32 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of 33 which shall be filled in on the Bid Form. 34 35 12.10. Postal and e-mail addresses and telephone number for communications regarding the 36 Bid shall be shown. 37 38 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 39 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance 40 to State Law Non Resident Bidder. 41 42 13. Submission of Bids 43 Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents, k 44 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 45 addressed to City Manager of the City, and shall be enclosed in an opaque sealed envelope, 46 marked with the City Project Number,Project title,the name and address of Bidder,and 47 accompanied by the Bid security and other required documents. If the Bid is sent through the 48 mail or other delivery system,the sealed envelope shall be enclosed in a separate envelope 49 with the notation"BID ENCLOSED"on the face of it. 50 CITY OF FORT WORTH Lake Country 500,000 Gallon Elevated Storage'Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 t Revised December 20,2012 f 0021 13-8 INSTRUCTIONS TO BIDDERS Page 8 of 9 1 14. Modification and Withdrawal of Bids 2 3 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be 4 withdrawn prior to the time set for bid opening. A request for withdrawal must be 5 made in writing by an appropriate document duly executed in the manner that a Bid 6 must be executed and delivered to the place where Bids are to be submitted at any 7 time prior to the opening of Bids.After all Bids not requested for withdrawal are 8 opened and publicly read aloud,the Bids for which a withdrawal request has been 9 properly filed may,at the option of the City,be returned unopened. 10 11 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 12 time set for the closing of Bid receipt. 13 14 15. Opening of Bids 15 Bids will be opened and read aloud publicly at the place where Bids at the location noted in 16 Section 00 11 13,INVITATION TO BIDDERS. An abstract of the amounts of the base Bids 17 and major alternates(if any)will be made available to Bidders after the opening of Bids. 18 19 16. Bids to Remain Subject to Acceptance 20 All Bids will remain subject to acceptance for the time period specified for Notice of Award 21 and execution and delivery of a complete Agreement by Successful Bidder. City may,at 22 City's sole discretion,release any Bid and nullify the Bid security prior to that date. 23 24 17. Evaluation of Bids and Award of Contract 25 26 17.1. City reserves the right to reject any or all Bids,including without limitation the rights 27 to reject any or all nonconforming,nonresponsive,unbalanced or conditional Bids 28 and to reject the Bid of any Bidder if City believes that it would not be in the best 29 interest of the Project to make an award to that Bidder,whether because the Bid is 30 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 31 meet any other pertinent standard or criteria established by City. City also reserves 32 the right to waive informalities not involving price,contract time or changes in the 33 Work with the Successful Bidder. Discrepancies between the multiplication of units 34 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 35 between the indicated sum of any column of figures and the correct sum thereof will 36 be resolved in favor of the correct sum. Discrepancies between words and figures 37 will be resolved in favor of the words. 38 39 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 40 among the Bidders,Bidder is an interested party to any litigation against City, 41 City or Bidder may have a claim against the other or be engaged in litigation, 42 Bidder is in arrears on any existing contract or has defaulted on a previous 43 contract,Bidder has performed a prior contract in an unsatisfactory manner,or 44 Bidder has uncompleted work which in the judgment of the City will prevent or 45 hinder the prompt completion of additional work if awarded. 46 CITY OF FORT WORTH Lake Connti),500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 0021 13-9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers,and 2 other persons and organizations proposed for those portions of the Work as to which 3 the identity of Subcontractors, Suppliers,and other persons and organizations must 4 be submitted as provided in the Contract Documents or upon the request of the City. 5 City also may consider the operating costs,maintenance requirements,performance 6 data and guarantees of major items of materials and equipment proposed for 7 incorporation in the Work when such data is required to be submitted prior to the 8 Notice of Award. 9 10 17.3. City may conduct such investigations as City deems necessary to assist in the 11 evaluation of any Bid and to establish the responsibility,qualifications,and financial 12 ability of Bidders,proposed Subcontractors, Suppliers and other persons and 13 organizations to perform and furnish the Work in accordance with the Contract 14 Documents to City's satisfaction within the prescribed time. 15 16 17.4. Contractor shall perform with his own organization,work of a value not less than 17 35%of the value embraced on the Contract,unless otherwise approved by the City. 18 19 17.5. If the Contract is to be awarded,it will be awarded to lowest responsible and 20 responsive Bidder whose evaluation by City indicates that the award will be in the 21 best interests of the City. 22 23 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award 24 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 25 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 26 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 27 comparable contract in the state in which the nonresident's principal place of 28 business is located. 29 30 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 31 to be awarded,City will award the Contract within 90 days after the day of the Bid 32 opening unless extended in writing. No other act of City or others will constitute 33 acceptance of a Bid.Upon the contractor award a Notice of Award will be issued by 34 the City. 35 36 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 37 38 18. Signing of Agreement 39 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 40 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 41 Contractor shall sign and deliver the required number of counterparts of the Agreement to 42 City with the required Bonds,Certificates of Insurance,and all other required documentation. i 43 City shall thereafter deliver one fully signed counterpart to Contractor. 44 45 END OF SECTION i CITY OF FORT WORTH Lake Couniq 500,000 Gallon Elerated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 t 3 003513-1 CONFLICT OF INTEREST AFFIDAVIT Page 1 of I 1 SECTION 00 3513 2 CONFLICT OF INTEREST AFFIDAVIT 3 4 Each bidder,offeror,or respondent(hereinafter also referred to as"you")to a City of Fort Worth 5 (also referred to as"City")procurement are required to complete Conflict of Interest 6 Questionnaire(the attached CIQ Form)and Local Government Officer Conflicts Disclosure 7 Statement(the attached CIS Form)below pursuant to state law.This affidavit will certify that the 8 Bidder has on file with the City Secretary the required documentation and is eligible to bid on 9 City Work.The referenced forms may be downloaded from the website links provided below. 10 11 http://www.ethics.state.tx.us/forms/CIO.pdf 12 13 hU://www.ethics.state.tx.us/forms/CIS.pdf 14 15 Q CIQ Form is on file with City Secretary 16 17 0 CIQ Form is being provided to the City Secretary 18 19 0 CIS Form is on File with City Secretary 20 21 F-1 CIS Form is being provided to the City Secretary 22 23 24 25 BIDDER: 26 27 By: 28 Company (Please Print) 29 30 Signature: 31 Address 32 33 Title: 34 City/State/Zip (Please Print) 35 36 37 END OF SECTION CITY OF FORT WORTH Lake County 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised March 27,2012 003513-1 CONFLICT OF INTEREST AFFIDAVIT Page 1 of 1 1 SECTION 00 3513 2 CONFLICT OF INTEREST AFFIDAVIT 3 4 Each bidder,offeror,or respondent(hereinafter also referred to as'you')to a City of Fort Worth 5 (also referred to as"City")procurement are requited to complete Conflict of Interest 6 Questionnaire(the attached CIQ Form)and Local Government Officer Conflicts Disclosure 7 Statement(the attached CIS Form)below pursuant to state law.This affidavit will certify that the 8 Bidder has on file with the City Secretary the required documentation and is eligible to bid on 9 City Work.The referenced forms may be downloaded from the website links provided below. 10 11 http://www,ethics.state.tx.us/forms/CIQ.I)d f 12 13 hqp://www.ethics.state.tx.ug/forms/CIS.ndf 14 15 CIQ Form is on file with City Secretary 16 17 [ CIQ Form is being provided to the City Secretary 18 e 19 F CIS Form is on File with City Secretary 20 21 F;2000�CIS Form is being provided to the City Secretary 22 23 24 25 BIDDER: 26 S - t�vn lb 27 ml°ri cJn U n e ras X 0.1 n�-By: 28 Company ( Prinoj 30 Ld p c� `�U'l� `' Signature: y_fl l/I/ 31 Address 32 Title: 33 Rc.�►�'�1 34 City/State/Zi (Please Print) 35 36 ! 37 END OF SECTION r CITY OF FORT WORTH Lake County 500,000 Gallon Elevated Storage TankRehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised March 27,2012 0041 00 BID FORM Page I of 3 SECTION 00 4100 { BID FORM TO: The City Manager c/o:The Purchasing Department 1000 Throckmorton Street City of Fort Worth,Texas 76102 FOR: Lake Country 500,000 Elevated Storage Tank City Project No.: 2139 Units/Sections: 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted,to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS,including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association,organization, or corporation. E 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt,fraudulent,collusive,or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice"means the offering,giving,receiving,or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels,or(c)to deprive City of the benefits of free and open competition. c. "collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of City,a purpose of which is to establish Bid prices at artificial,non-competitive levels, z d. 'coercive practice"means harming or threatening to harm,directly or indirectly,persons or their property to influence their participation in the bidding process or affect the execution of the Contract. l CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation Fenn Revised 20120327 Project No.2139 r 00 41 00 BID FORM Page 2 of 3 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. All work noted in this Project 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 tank into service. Final completion shall be achieved within 180 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 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of this 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 180 calendar days respectively,the Contractor shall be assessed liquidated damages at a rate of$500 per calendar day,in accordance with Article 14.02.1)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. This Bid Form,Section 00 4100 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder,Section 00 43 37 e. MWBE Forms(optional at time of bid) f. Prequalifrcation Statement,Section 00 45 12 g. Conflict of Interest Affidavit,Section 00 35 13 *If necessary,CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount.In the space provided below,please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation Fonn Revised 20120327 Project No.2139 004100 BID FORM Page 2 of 3 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a.All work noted in this Project 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 tank into service. Final completion shall be achieved within 180 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 2.03 of the General Conditions. 4,2, Bidder accepts the provisions of this 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 180 calendar days respectively,the Contractor shall be assessed liquidated damages at a rate of$500 per calendar day,in accordance with Article 14.02.1)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 This Bid Form,Section 00 4100 Required Bid Bond,Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. /Cproposal Form,Section 00 42 43 ✓cC Vendor Compliance to State Law Non Resident Bidder,Section 00 43 37 , MMWBE Forms(optional at time of bid) ,if."Prequalification Statement,Section 00 4512 eg.Conflict of Interest Affidavit,Section 00 35 13 *If necessary,CIQ or CIS forms are to be provided directly to City Secretary h.Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount.In the space provided below,please enter the total bid amount for this project.Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Uke Country 500,000 Gallon Elevated Storage Tank Rehabilitation Project No.2139 Form Revised 20120321 004100 BID FORM Page 3 of3 quantities shown in this proposal and then totaling all of the extended amounts. Total Bid #REFl 7. Bid Submittal tt - q 3 by the entity named below. This Bid is submitted on Respectfully submitted, 'Receipt is acknowledged of the Initial following Addenda: By: Addendum No.1: Addendum No.2: (gignature V Addendum No.3: R d &,hC,,- [Addendum No.4.• (PrWd Name) Title: ?,qesj,,den Company: 14molrno Ewefv-4� Corporate Seal: Address: A h-jn WCA41 State of Incorporation: Cho to Email: Uri Phone: 4q END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Lake Country 500,000"on Elevated Storage Tank Rebabititation Project No.2139 Form Revised 20120327 00 42 43 PROPOSAL FORM Pap I of 4 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID -Bidder's Application. Project Item Information Bidder's Proposal Bid.List specification Unit of Bid Unit Price Bid Value Description Item No. SectionNo. Measure Quantity MOBIL.IZATION AND DEM0B=A110N NA LS 1 P9 I Bid Item Value In Words: J Qh4e"Thou&and sewn Aun dred Owlam on ol no e-enl'--f INSTALL 3"GALVANIZED WASHOUT PIPE, IN Too,060 INCLUDES SUPPORTS,VALVES AND FITTINGS, THE DRAWINGS,COMPLETE AND IN PLACE DRAWINGS I LS I Bid Item Value In Words: Se&-n -Thaysand Er dred 6ollaa m 0&7)�� h I 6�A a m on INSTALL 4"DI DRAIN PIPE,INCLUDES SUPPORTS, VALVES AND FITTINGS,PER THE DRAWINGS, 33 11 10, COMPLETE AND IN PLACE DRAWINGS LS 1 9CO a Bid Item Value In Words: -)7,e bollarc and 00 OggtS Six InAs ond N) 02221, REMOVE AND REPLACE ROOF PLATE,BOLTS 05120, AND ASSOCIATED ITEMS PER THE DRAWINGS, 05121, 4 COMPLETE AND IN PLACE. DRAWINGS LS Bid Item Value In Words: rqua Thousand F,� 11"n dr 02221, REMOVE AND REPLACE ROOF RIBS AND 05120, CONNECTION PLATES PER THE DRAWINGS, 05121, 5 COMPLETE AND IN PLACE. DRAWINGS LF 546 Bid Item Value In Words: one- goo dned vrhi-rqq -AYtThcusandl 02221, CROWS NEST AND ACCESS TUBE PLATFORM 05120, GRATING AND MODIFICATIONS PER THE 05121, 6 DRAWINGS,COMPLETE AND IN PLACE. DRAWINGS LS Bid Item Value In Words: air htundfrd 11 d no 02221, REMOVE AND PROPERLY DISPOSE OF EXISTING 05120, ACCESS DOOR AT CROWS NEST PER THE 05121, DRAWINGS. DRAWINGS LS A Bid Item Value In Words., Can ouSanG�. aqd nd cnd---s /Yt�)e- 144n CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Lake Country 500,000 EST Rehabilitation Project No.2139 Form Revised 20120327 004243 PROPOSAL FORM Page 2 of 4 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BED Bidder's Application Project Item Information Bidder's Proposal Bid List Description Specification Unit of Bid Unit Price Did Value Item No. Section No. Measure Quantity 02221, INSTALL NEW CROWS NEST ACCESS DOOR AND 05120, FRAME PER THE DRAWINGS,COMPLETE AND IN DRAWIN05121, LS Co . C/1 06 GS 8 PLACE Bidliem Fa e n orris. ousan 01 1 T" drip-d EjA 1)allors a 4-d t?6 02221, INSTALL WELDED COVER PLATES ON ROOF OF 05120, kz TANK PER THE DRAWINGS,COMPLETE AND IN 05121, DRAWINGS EA 12 9 PLACE Bid Item Value In Words. and 1)6 CEfrl- -Th(y6 jh"qm� ST)< lf4ndre-d- 601/ofS 02221, 05120, INSTALL NEW 1,,ANTENNA COUPLINGS PER THE 05121, 10 DRAWINGS,COMPLETE AND IN PLACE DRAWINGS EA 3 ad.16 Bid Rem Value In Words L r) d no ceo�s CORROSION PIT REPAIR BY PATCH PLATE 40 Z) WELDING,COWL=AND IN PLACE. 05121 EA 20 Bid Item Value In Words.- Joljar-S 6o 01 t),0 n 4--::C PRESSURE WASHACCESS TUBE PRIORTO INTERIOR TANK WORK AND UPON COI�QLETION LA) 2 co•12 OF WORK IN THE TANK AND ACCESS TUBE NA LS Bid Rem Value In Words: en gondred Dollar 0 is TANK INTERIOR AND ALL ASSOCIATED ITEMS SURFACE PREPARATION(SSPC-SP 10)AND 13 RECOATING,COAVLETE AND IN PLACE, 0 0 COATINGSYSTEM IW-01. 09871 LS zo(? eve, Bid Item Value In Words: net t7drecl ✓v..-ne 14aus 6ailars of7d no C&O�§ o DEHUMIDIFICATION FOR INTERIOR ABRASIVE BLASTING,COATING AND COATING CURING 14 COMPLETE AND IN PLACE. 09871 LS Bid Item Value In Words: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Lake Country 500,000 EST Rehabilitation Project No.2139 Form Revised 20120327 00 42 43 PROPOSAL FORM Page 3 of 4 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Infbimation Bidder's Proposal Bid List Specification Unit Of Bid Unit Price Bid Value Description Item No. Section No. Measure Quantity TANK EXTERIOR AND ALL ASSOCIATED ITEMS- SURFACE PREPARATION(SSPC-SP 6)AND RECOATING(INCLUDES REMOVAL OF ALL TRACES OF LEAD COATING AND TWO LOGOS), 'S5 SHROUDING 4nq S- 15 G REQUIRED,COMPLETE AND IN IV C PLACE,COATING SYSTEM EN-01. 09871 LS Bid Item Value In War qxs d- di: an fiun INTERIOR DRY SURFACE SPOT PREPARATION (SSPC-SP2 AND SSPC-SP3)AND SPOT COATING APPLICATION,INCLUDES INTERIOR PEDESTAL SURFACES,ACCESS TUBE,WALKWAYS, 16 RAILINGS,PIPE AND VALVES,COMPLETE AND IN 05121, L29.3'7-5, 99, 9 0Z PLACE,COATING SYSTEM EN-02. 09871 LS Bid Item Value In Words., j&rl-q lyloe fhaus and, GROUT AND CAULK-REMOVE EXISTING CAULK AND Loom GROUT FROM BASE OF TANK BETWEEN PEDESTAL BASE PLATE AND RING WALL FOUNDATION AND INSTALL GROUT AND 17 CAULK,COMPLETE AND IN PLACE,CAULK c1 /v,00 SYSTEM EC-02. 09871 IS Bid Item Value ln ordy., gundred -a/yars and /w) C-ends--s CATHODIC PROTECTION SYSTEM-REMOVE CATHODIC PROTECTION SYSTEM IN ITS ENTIRETY(EXTERIOR AND INTERIOR)AND 18 1 PROPEnY DISPOSE. 02221 Bid Item Yalue In Words: On lkUu,s an I WO dre-d Dd 1 arS an n TEMPORARY ELECTRICAL SERVICE FOR NA LS 19 CONSTRUCTION,COMPLETE AND IN PLACE Bid Item Value In Words., -Th CrIt S Q rr-) 14utidr*,� Lallacs and r7c C-4-04:s PROVIDE TEMPORARY EMERGENCY 20 GENERATOR PER THE DRAWINGS,COMPLETE AND IN PLACE NA LS I Bid Rem Value In Words: -Fh GuS a nJ Fv,,e, 14ctnr_Jrecv� 0611arS CU-7d 0 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Lake Country 500,000 EST Rehabilitation Form Revised 20120327 Project No.2139 004243 PROPOSAL FORM Page 4 of 4 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bid List Description Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quantity TEMPORARY RELOCATION OF FT.WORTH FIRE do DEPARTMENT ANTENNAS AS PER THE 21 DRAWINGS,COMPLETE AND IN PLACE DRAWINGS LS I J Bid Item Value In Words: I-Awdmd -,f0allaa arid 0 C&-)�& RELOCATION OF FT.WORTH WATER 02221, DEPARTMENT ANTENNA,INCLUDING NEW 05120, 22 MOUNT ON TANK PEDESTAL,AS PER THE 05121, < DRAWINGS,COMPLETE AND IN PLACE. DRAWINGS, LS Bid Item Value In Wordr: Dollars an d TEMPORARY SUPPORT OF EAGLE MOUNTAIN FIRE DEPARTMENT ANTENNAS,INCLUDES 02221, INSTALLATION OF CABLE THROUGH NEW 1 05120, COUPLINGS,AS PER THE DRAWINGS,COMPLETE 05121, 23 AND W PLACE DRAWINGS LS Bid Item Value In Words: hundre44- Joullafw and n6 e el VS Total Base Bldl W4 Total Base Bid In Words., # —,7 U 07d, FTUp rl golf Additive Alternate Bid ALLOWANCE#1-MISCELLANEOUS WELDING (FUNDS MAY BE DRAWN BY APPROVED A-1 CHANGE ORDER ONLY.AT CLOSEOUT OF CONTRACT,ALL REMAINING FUNDS IN ALLOWANCE WILL BE CREDITED TO THE JOWNERBY CHANGE ORDER.) 05121 NA I NA I NA $10,000 Total Additive Alternate Bid l $10,000 Total Mill "( /Jn 79S Total BIdIn Words: ;=,Ve /L)6 i IQ KS 0 11 C1 -'*7 6 (<r7�.S CITY OF FORT WORTH S TANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Lake Country 500,000 EST Rehabilitation Project No.2139 Form Revised 20120327 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders(out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of Oki our principal place of business, are not required to under ent bidders. I l B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. ' BIDDER: /1 By: !� -3(a Sckt kA PcI . (Signatur Title: Date: / ?—! 76/c-1 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation Form Revised 20110627 Project No.2139 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This ( law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident s bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of our principal place of business, are not required to under"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: By: (Signature) Title: Date: f t END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation Form Revised 20110627 Project No.2139 004511-1 BIDDERS PREQUALIFICATIONS Pagel of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 3 4 1. Summary 5 All contractors are required to be prequalified for this specific Lake Country 500,000 Gallon 6 Elevated Storage Tank Rehabilitation Project by the City prior to submitting bids.To be 7 eligible to bid the contractor must submit the required prequalification paperwork within the 8 time stipulated,and be approved by the City prior to the bid opening. 9 10 Prequalification information must be submitted to the designated City Project Manager at 11 least seven(7)days prior to the date of the opening of bids. In order to expedite and facilitate 12 the approval of a Bidder's Prequalification Application,the following records must 13 accompany the submission: 14 a. FINANCIAL-A complete set of current audited or reviewed financial statements. 15 (1) Classified Balance Sheet 16 (2) Income Statement 17 (3) Statement of Cash Flows 18 (4) Statement of Retained Earnings 19 (5) Notes to the Financial Statements,if any 20 b. EXPERIENCE—For an experience record to be considered to be acceptable,it must 21 reflect the experience of the firm in performing Potable Water Tank Rehabilitation 22 Projects. Experience must be on projects that were completed no more than five 23 years prior to the bid date. A minimum of three references must be included. 24 References must include a contact person,telephone number,project name,total cost, 25 and type of work performed. 26 c. EQUIPMENT—The prospective bidder shall list the equipment that the Contractor 27 has available for the project and list the equipment that the Contractor will rent as 28 may be required to complete the project. 29 d. PERSONNEL AND SCHEDULE: The prospective bidder shall submit the names 30 and resumes for the proposed project manager and project superintendent. This 31 information shall include a list of all projects that the proposed project manager and 32 project superintendent completed within the last five years to demonstrate ability to 33 complete complex Potable Water Tank Rehabilitation Projects in a timely manner. 34 Provide list of contact persons(preferably field inspectors or resident engineers)with 35 names and phone numbers. 36 In addition,the CONTRACTOR shall hold current SSPC"QP 1"Certification and 37 shall submit proof of such. 38 e. ORGANIZATION: A certified copy of the firm's organizational documents 39 (Corporate Charter,Articles of Incorporation,Articles of Organization,Certificate of 40 Formation,LLC Regulations,Certificate of Limited Partnership Agreement). 41 f TAX INFORMATION: The firm's Texas Taxpayer Identification Number as issued 42 by the Texas Comptroller of Public Accounts.To obtain a Texas Taxpayer 43 Identification number visit the Texas Comptroller of Public Accounts online at the 44 following web address www.window.state.tx.us/taxpermit/and fill out the 45 application to apply for your Texas tax ID. 46 47 2. Prequalification Financial Statement Requirements 48 a. Financial Statements.Financial statement submission must be provided in 49 accordance with the following: CITY OF FORT WORTH Lake CotmOy 500,000 Gallon Elerated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised July 1,2011 0045 11-2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (1) The City requires that the original Financial Statement or a certified copy 2 be submitted for consideration. 3 (2) To be satisfactory,the financial statements must be audited or reviewed 4 by an independent,certified public accounting firm registered and in 5 good standing in any state.Current Texas statues also require that 6 accounting firms performing audits or reviews on business entities within 7 the State of Texas be properly licensed or registered with the Texas State 8 Board of Public Accountancy. 9 (3) The accounting firm should state in the audit report or review whether 10 the contractor is an individual,corporation,or limited liability company. 11 (4) Financial Statements must be presented in U.S. dollars at the current rate 12 of exchange of the Balance Sheet date. 13 (5) The City will not recognize any certified public accountant as 14 independent who is not,in fact, independent. 15 (6) The accountant's opinion on the financial statements of the contracting 16 company should state that the audit or review has been conducted in 17 accordance with auditing standards generally accepted in the United 18 States of America.This must be stated in the accounting firm's opinion. 19 It should:(1)express an unqualified opinion,or(2)express a qualified 20 opinion on the statements taken as a whole. 21 (7) The City reserves the right to require a new statement at any time. 22 (8) The financial statement must be prepared as of the last day of any month, 23 not more than one year old and must be on file with the City 16 months 24 thereafter,in accordance with Paragraph 1. r 25 (9) The City will determine a contractor's bidding capacity for the purposes G 26 of awarding contracts.Bidding capacity is determined by multiplying the 27 positive net working capital(working capital=current assets—current 28 liabilities)by a factor of 10.Only those statements reflecting a positive 29 net working capital position will be considered satisfactory for 30 prequalification purposes. 31 (10) In the case that a bidding date falls within the time a new financial 32 statement is being prepared,the previous statement shall be updated with 33 proper verification. 34 35 3. Previous Prequalification for Tank Rehabilitation Projects 36 a. The City shall recognize general contractors that were previously prequalified in 37 2012 for water storage tank rehabilitation projects,which includes the following list: 38 (1) Blastco Texas,Inc. 39 (2) Classic Protective Coatings,Inc. 40 (3) N.G.Painting,L.P. 41 (4) American Suncraft 42 (5) TMI Coatings 43 (6) L.C.United Painting Company 44 (7) A&M Construction and Utilities 45 (8) Tank Pro 46 (9) Thomas Industrial Coatings 47 (10) Kountoupes Painting Company 48 (11) Utility Service Company 49 b. Additional firms seeking prequalification shall submit detailed information in 50 accordance with this specification. F CITY OF FORT WORTH Lake Counhy 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised July 1,2011 r 0045 11-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 2 4. Eligibility to Bid 3 a. The City shall be the sole judge as to a contractor's prequalification. 4 b. The City may reject,suspend,or modify any prequalification for failure by the 5 contractor to demonstrate acceptable financial ability or performance. 6 c. The City will issue a letter as to the status of-the prequalification approval. 7 END OF SECTION CITY OF FORT WORTH Lake Comdiy 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised July 1,2011 00 45 12 PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 4512 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date All work noted in this Project #REF! #QREF! C- #REF! WOS ie You<ek The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: a �/h1or�fah 'Stalor, - (Signatur Title: -�°S1, d ea i� Date: //at/ U/Y END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation Form Revised 20120120 Project No.2139 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 4 Pursuant to Texas Labor Code Section 406.096(a),as amended,Contractor certifies that it 5 provides worker's compensation insurance coverage for all of its employees employed on City 6 Project No.2139. Contractor further certifies that,pursuant to Texas Labor Code, Section 7 406.096(b),as amended, it will provide to City its subcontractor's certificates of compliance with 8 worker's compensation coverage. 9 10 CONTRACTOR: 11 ��/� Qd�✓�. 13 Company (Please Print) 14 /� c�G/7� �/Z 15 f a Signature: 16 Address 17 18 ✓ 06 A/ 6 l Title: �)/fe ide- 3 19 City/State/Zip (Please Print) 20 21 22 THE STATE OFFS § 23 �IR -k 24 COUNTY OFT NT § 25 26 B RE M,t�Ie unde signed authority, on this day personally appeared 27 C�I� d /h , known to me to be the person whose name is 28 subscribed to the fo going instrume and ackno ledged tome that he/she executed the same as 29 the act and deed o erican �(f/lC ` C for the purposes and 30 consideration therein expressed and in the capacity therein stated. 31 32 GIVEJ UNDER MY HAND AND SEAL OF OFFICE this ZVS I day of 33 CO 04 , 20LC-/ 34 n 35 36 37 Nota Public in and for the State of Texas 38 39 END OF SECTION 40 BRENDA d f M he IN, of afublic io in My Commission Expires July 7,2014 CITY OF FORT WORTH Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised July 1,2011 005243-1 Agreement Page 1 of 4 1 SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on 2$� "ILI is made by and between the City of Fort 5 Worth, a Texas ho e rule munic�' li , act' b and t o-u-g4 its du authorized City Manager, 6 ("City"), and &1 c4h c�GP0 LU n , 7 authorized to do business in Texas, actilig by and through its duly authorized representative, 8 ("Contractor"). 9 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 10 follows: I11 Article 1.WORK 12 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 13 Project identified herein. 14 Article 2.PROJECT 15 The project for which the Work under the Contract Documents may be the whole or only a part is 16 generally described as follows: 17 Lake Country 500,000 Gallon Elevated Storage Tank 18 Project No.2139 19 Article 3.CONTRACT TIlVI E 20 3.1 Time is of the essence. 21 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 22 Documents are of the essence to this Contract. 23 3.2 Final Acceptance. 24 The Work will be complete for Final Acceptance within 180 days after the date when the 25 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 26 3.3 Liquidated damages 27 Contractor recognizes that time is of the essence of this Agreement and that City will 28 suffer financial loss if the Work is not completed within the times specified in Paragraph 29 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the 30 General Conditions. The Contractor also recognizes the delays, expense and difficulties 31 involved in proving in a legal proceeding the actual loss suffered by the City if the Work 32 is not completed on time. Accordingly, instead of requiring any such proof, Contractor 33 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 34 City Five Hundred Dollars $500 for each day that expires after the time specified in 35 Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. GQ�p CITY OF FORT WORTH Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 005243-2 Agreement Page 2 of 4 h 1 Article 4. CONTRACT PRICE 2 City agrees to pay Contractor for performance of the Work in accordance with the Contract 3 Documents an amount in current funds of S,u n.{wnt Aij o,J f1n 1Auv1,AJXt r Dollars 4 ($ 710,473.5-0 )• tiv,�.� ...�/ si�t,,ti- t� ��� �/ice 5 Article 5. CONTRACT DOCUMENTS 6 5.1 CONTENTS: 7 A. The Contract Documents which comprise the entire agreement between City and 8 Contractor concerning the Work consist of the following: 9 1. This Agreement. 10 2. Attachments to this Agreement: 11 a. Bid Form 12 1) Proposal Form 13 2) Vendor Compliance to State Law Non-Resident Bidder 14 3) Prequalification Statement 15 4) State and Federal documents(project speck) 16 b. Current Prevailing Wage Rate Table 17 c. Insurance ACORD Form(s) 18 d. Bid Bond 19 e. Payment Bond 20 £ Performance Bond 21 g. Maintenance Bond 22 h. Power of Attorney for the Bonds 23 i. Worker's Compensation Affidavit 24 3. General Conditions. 25 4. Supplementary Conditions. 26 5. Specifications specifically made a part of the Contract Documents by attachment 27 or, if not attached, as incorporated by reference and described in the Table of 28 Contents of the Project's Contract Documents. 29 6. Drawings. 30 7. Addenda. 31 8. Documentation submitted by Contractor prior to Notice of Award. 32 9. The following which may be delivered or issued after the Effective Date of the 33 Agreement and, if issued,become an incorporated part of the Contract Documents: 34 a. Notice to Proceed. 35 b. Field Orders. 36 c. Change Orders. 37 d. Letter of Final Acceptance. 38 39 CITY OF FORT WORTH Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 i 005243-3 Agreement Page 3 of 4 1 Article 6.INDEMNIFICATION 2 1.2 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 3 expense, the city, its officers, servants and employees, from and against any and all 4 claims arising out of, or alleged to arise out of, the work and services to be 5 performed by the contractor, its officers, agents, employees, subcontractors, licenses 6 or invitees under this contract. This indemnification provision is specifically 7 intended to operate and be effective even if it is alleged or proven that all or some of 8 the damages being sought were caused, in whole or in part, by any act, omission or 9 negligence of the city. This indemnity provision is intended to include, without 10 limitation, indemnity for costs, expenses and legal fees incurred by the city in 11 defending against such claims and causes of actions. 12 13 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 14 the city,its officers,servants and employees,from and against any and all loss,damage 15 or destruction of property of the city,arising out of,or alleged to arise out of,the work 16 and services to be performed by the contractor, its officers, agents, employees, 17 subcontractors, licensees or invitees under this contract. This indemnification 18 provision is specifically intended to operate and be effective even if it is alleged or 19 proven that all or some of the damages being sought were caused,in whole or in part, 20 by any act,omission or negligence of the city. 21 22 Article 7.MISCELLANEOUS 23 7.1 Terms. 24 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 25 have the meanings indicated in the General Conditions. 26 7.2 Assignment of Contract. 27 This Agreement, including all of the Contract Documents may not be assigned by the 28 Contractor without the advanced express written consent of the City. 29 7.3 Successors and Assigns. 30 City and Contractor each binds itself, its partners, successors, assigns and legal 31 representatives to the other party hereto, in respect to all covenants, agreements and 32 obligations contained in the Contract Documents. 33 7.4 Severability. 34 Any provision or part of the Contract Documents held to be unconstitutional, void or 35 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 36 remaining provisions shall continue to be valid and binding upon CITY and 37 CONTRACTOR. 38 7.5 Governing Law and Venue. �® O � 39 This Agreement, including all of the Contract Documents is performable in the ,Ste o �� 40 Texas. Venue shall be Tarrant County, Texas, or the United States District lrt� e ��� 41 Northern District of Texas,Fort Worth Division. �y CITY OF FORT WORTH Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S Project No.2139 Revised December 20,2012 005243-4 Agreement Page 4 of 4 1 7.6 Other Provisions. 2 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 3 classified, promulgated and set out by the City, a copy of which is attached hereto and 4 made a part hereof the same as if it were copied verbatim herein. 5 7.7 Authority to Sign. 6 Contractor shall attach evidence of authority to sign Agreement, if other than duly 7 authorized signatory of the Contractor. 8 9 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 10 counterparts. 11 12 This Agreement is effective as of the last date signed by the Parties("Effective Date"). 13 Contractor: (�� A- City of Fort Worth nn BY=C�Qi1td� /L.—. (INSERT ACID By: Assistant City Manager (Signa e) Date ! f7Q/P 6011/1 Attest: a - �°®��° (Printed Name a J ys r; 0°�° " N City Se etary boa (Seal) b-o $�J Title: 0,,oe -O/LS-den g a Address: l Qm Sc�i/l,ef2 �!�°s� M&C 1,253 X�� Date: City/State/Zip: ay� Q� S�S'3c<� Approved as to Form and Legality: "2-4 _ Date M 1 A l k Assistant City Attorney 14 15 16 APPROVAL RECOMMENDED: 17 18 19 v 20 (NAME) 21 DIRECTOR, �CI'UP P ll .. 22 (Insert Department Name) 23 ��F E CITY OF FORT WORTH Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 0061 13-1 PERFORMANCE BOND Page I of 2 1 SECTION 00 6113 2 PERFORMANCE BOND 3 Bond#0803269 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, American Suncraft Construction Co., Inc. , known as 8 "Principal"herein and Westfield Insurance Company a corporate 9 surety(sureties, if more than one)duly authorized to do business in the State of Texas, known as 10 "Surety"herein(whether one or more),are held and firmly bound unto the City of Fort Worth,a 11 municipal corporation created pursuant to the laws of Texas,known as"City"herein,in the penal Seven hundred ten thousand four hundred seventy five and 0011 60--------- Dollars 12 sum of, Dollars 13 ($ 710,475.00 1, lawful money of the United States,to be paid in Fort Worth, 14 Tarrant County,Texas for the payment of which sum well and truly to be made,we bind 15 ourselves,our heirs,executors, administrators, successors and assigns,jointly and severally, 16 firmly by these presents. 17 WHEREAS, the Prin 'pal has entered into a certain written contract with the City 18 awarded the day of Ci1)U ,20 L ,which Contract is hereby referred to and 19 made a part hereof for all uses as ' fully set forth herein,to furnish all materials,equipment 20 labor and other accessories defined by law, in the prosecution of the Work, including any Change 21 Orders,as provided for in said Contract designated as Lake Country 500,000 Gallon Elevated 22 Storage Tank Rehabilitation,Project No.2139. 23 NOW,THEREFORE,the condition of this obligation is such that if the said Principal 24 shall faithfully perform it obligations under the Contract and shall in all respects duly and 25 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 26 specifications,and contract documents therein referred to,and as well during any period of 27 extension of the Contract that may be granted on the part of the City,then this obligation shall be 28 and become null and void,otherwise to remain in full force and effect. 29 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 30 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 31 Worth Division. CITY OF FORT WORTH Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised July 1,2011 0061 13-2 PERFORMANCE BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code,as amended,and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED I , 5 this instrument by duly authorized agents and officers on this the 28th day of 6 January , 2014 , 7 PRINCIPAL: 8 9 American Suncraft Construction Co., Inc. 10 mot, 11 BY: J 12 Signature 13 ATTEST: 15 Y &t.-7 do - 16 (Principal)Secretary Name and Title 17 18 Address: 10836 Schiller Road 19 Medway, Ohio 45341 21 20 � l:'�C1_\ 22 Witness as to Principal 23 SURETY: 24 25 Westfieldlosurance Company 26 27 BY:—/YW 28 1§i9nature 29 30 Anne Tierney, Attorney-in-Fact 31 Name and Title 32 33 Address: One Park Circle 34 Westfield Center, Ohio 44251 36 -to y`V l 37 Witness as to Surety Telephone Number: 513-985-9175 38 39 40 41 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 42 from the by-laws showing that this person has authority to sign such obligation. If 43 Surety's physical address is different from its mailing address, both must be provided. 44 The date of the bond shall not be prior to the date the Contract is awarded. 45 CITY OF FORT WORTH Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised July 1,2011 0061 14-1 PAYMENT BOND Page 1 of 2 1 SECTION 00 6114 2 PAYMENT B OND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, American Suncraft Construction Co., Inc. known as 8 "Principal' herein, and Westfield Insurance Company , a 9 corporate surety (sureties), duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth,a 11 municipal corporation created pursuant to the laws of the State of Texas,known as"City"herein, Seven hundred ten thousand four hundred seventy five and 00/100---- Dollars 12 in the penal sum of Dollars 13 ($ 710,475.00 ), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County,Texas,for the payment of which sum well and truly be made, we bind ourselves, 15 our heirs,executors, administrators, successors and assigns,jointly and severally,firmly by these 16 presents: 17 1 WHEREAS,Principal has entered into a certain written Contract with City, awarded the 18 day e�leof n UC�1 , 20�� , which Contract is hereby referred to and 19 made a part for all purposes as if fully set forth herein, to furnish all materials,equipment, 20 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 21 said Contract and designated as Lake Country 500,000 Gallon Elevated Storage Tank 22 Rehabilitation,Project No.2139. 23 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 24 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 25 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 26 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 27 force and effect. 28 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 29 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 30 accordance with the provisions of said statute. 31 CITY OF FORT WORTH Lake Country 500.000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised July 1,2011 0061 14-2 PAYMENT BOND Page 2 of 2 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 28th day of 3 January , 2Q14 4 PRINCIPAL: American Suncraft Construction Co., Inc. ATTEST: BY: L Z. Signature /4, / / ` yy Rd/ //-ten('�{ ¢/.//�' c alQ (!Principal)Secretary Name and Title Address: 10836 Schiller Road 2&�Lc, �h"UL Medway, Ohio 45341 Witness as to Principal SURETY: Westfield Insurance Company ATTEST: BY: 6�" Signature o Anne Tierney,Attorney-in-Fact (Surety)Secretary Name and Title Address: One Park Circle Westfield Center, Ohio 44251 Witness as to Surety Telephone Number: 513-985-9175 5 6 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 7 bylaws showing that this person has authority to sign such obligation. If Surety's physical 8 address is different from its mailing address,both must be provided. 9 10 The date of the bond shall not be prior to the date the Contract is awarded. 1 l END OF SECTION 12 CITY OF FORT WORTH Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised July I,2011 0061 19-1 MAINTENANCE BOND Page I of 3 1 SECTION 00 6119 2 MAINTENANCE BOND 3 Bond#0803269 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we American Suncraft Construction Co., Inc. , known as 9 "Principal"herein and Westfield Insurance Company ,a corporate surety to (sureties, if more than one)duly authorized to do business in the State of Texas,known as I l "Surety"herein(whether one or more),are held and firmly bound unto the City of Fort Worth,a 12 municipal corporation created pursuant to the laws of the State of Texas,known as"City"herein, Seven hundred fen thousand four hundred seventy five and 00/100--------Dollars 13 in the sum of Dollars 14 ($ 710,475.00 ), lawful money of the United States,to be paid in Fort Worth, 15 Tarrant County,Texas,for payment of which sum well and truly be made unto the City and its 16 successors, we bind ourselves,our heirs,executors,administrators, successors and assigns,jointly 17 and severally,firmly by these presents. 18 19 WHEREAS,the Principal has entered into a certain written contract with the City awarded 20 the day of h 0 C..r ,20-Z-V, which Contract is hereby 21 referred to and a Jade part hereof for all purposes as if fully set forth herein,to furnish all 22 materials,equipment labor and other accessories as defined by law, in the prosecution of the 23 Work, including any Work resulting from a duly authorized Change Order(collectively herein, 24 the"Work")as provided for in said contract and designated as Lake Country 500,000 Gallon 25 Elevated Storage Tank Rehabilitation,Project No.2139 26 27 WHEREAS,Principal binds itself to use such materials and to so construct the Work in 28 accordance with the plans,specifications and Contract Documents that the Work is and will 29 remain free from defects in materials or workmanship for and during the period of two(2)years 30 after the date of Final Acceptance of the Work by the City("Maintenance Period");and 31 32 WHEREAS,Principal binds itself to repair or reconstruct the Work in whole or in part 33 upon receiving notice from the City of the need therefor at any time within the Maintenance 34 Period. CITY OF FORT WORTH lake Country 500,000 Callon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised July 1,2011 0061 19-2 MAINTENANCE BOND Page 2 of 3 1 NOW THEREFORE,the condition of this obligation is such that if Principal shall .- 2 remedy any defective Work,for which timely notice was provided by City,to a completion 3 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in 4 full force and effect. 5 6 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 8 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 9 the Surety under this Maintenance bond;and in I 1 PROVIDED FURTHER,that if any legal action be filed on this Bond, venue shall lie in 12 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 13 Worth Division; and 14 15 PROVIDED FURTHER,that this obligation shall be continuous in nature and 16 successive recoveries may be had hereon for successive breaches. 17 18 19 I F CITY OF FORT WORTH Lake Country 500,000 Callon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised July 1.201 I 0061 19-3 MAINTENANCE BOND Page 3 of 3 l IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 28th day of January 3 ,2014 4 5 PRINCIPAL: 6 7 American Suncraft Construction Co.; Inc. 8 9 BY: 10 ignature 11 ATTEST: 12 / /13 �- CC�17L��J X' 617 e l���5;teen�- 14 (Principal)Secretary Name and Title 15 16 Address: 17 10836 Schiller Road 18 , „ ^ Medway, Ohio 45341 19 15L� 20 Witness as to Principal 21 SURETY: 22 23 Westfiel nsurance Company 24 25 BY: i4h,A 26 S ignatur 27 28 Anne Tierney,Attorney-in-Fact 29 ATTEST: Name and Title 30 31 Address: One Park Circle 32 (Surat')S6cretary Westfield Center, Ohio 44251 34 4�-A�J Z 35 VVitness as to Surety Telephone Number: 513-985-9175 36 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, both must be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded. 41 i CITY OF FORT WORTH Lake Country 500,000 Callon Elevated Storage Tank Rehabiliva on STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised July 1,2011 General POWER NO. 3401942 07 Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. CERTIFIED COPY Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies,, organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint THOMAS D. CASSADY, LOUIS R. FISHER, THOMAS W. CHATHAM, PAULETTE M.AERNI, FRANK J. LECH, PAUL J. SCHUELER, JR., RICHARD A. DAVIS, ANNE TIERNEY, LINDA L. HOGLE, JOINTLY OR SEVERALLY of CINCINNATI and State of OH its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts suretyship- - - - - - - - -- - - - - - - - - •- - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - of LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President,sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: 'Be It Resolved,that the President, any Senior Executive, any Secretary or any Fidelity& Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney-in-Fact. may be given full power and authority for and in the name of and on behalf of the Company,to execute,acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary.' "Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 21st day of JANUARY A.D.,2008 . „•My..,111N1»/I, „111,1111111,,, p , IIIIII/I//,,/ Corporate d�\aSUR.(/V�%,4 P��eNnls, %NSU WESTFIELD INSURANCE COMPANY Affixed " .�.•''ti n.} ;p•'' C�� ;° •'�`"!;I�i' WESTFIELD NATIONAL INSURANCE COMPANY g� :� SEA 9�' :�CNI►RiER�� �3 OHIO FARMERS INSURANCE COMPANY SEA i'm'p cn� L li' •'•.ti ry. •1.•'l$ `a'•' CO:' i�'• 1848 ti= State of Ohio ........... �.11111�111,,,,.,"', By: County of Medina ss.: Richard L. Kinnaird, Jr., Senior Executive On this 21st day of JANUARY A.D., 2008 , before me personally came Richard L. Kinnaird, Jr, to me known, who, being by me duly sworn, did depose and say, that he resides in Medina, Ohio; that he is Senior Executive of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument;that he knows the seals of said Companies;that the seals affixed to said instrument are such corporate seals;that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial Seal , \AL 'I`", , Affixed ,P,. `11I� , S p���.. �j•F,D�'s —+ • William J. Kahelin, A rney at Law, Notary Public State of Ohio . My Commission Does Not Expire(Sec. 147.03 Ohio Revised Code) County of Medina ss.., ,r 9TH OF 0 . I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect: and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this L�4 day of A.D., ,16nuAr !, .. I»,,Zz i UR �`V, •"'fix�(ii•�tpO} O, '.�i9;. d��• : "G••t'C.ONAk SEAL f�•;� ��f.'.-ti•.ae.r�;'�� h'. ; jt• 1848 ; = Frank A. Camino lecret Secretary 11111,1,,,,•`• Ip........... EIPOAC2 (combined) (06.02) Aco CERTIFICATE OF LIABILITY INSURANCE I DATE(MMIDD/YYYY) 2/11/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NTA T - NAME: Debra Br MLIS Brower Insurance Agency PHONE FAX,No: - - 409 E. Monument Ave., Suite 400 E-MAIL Dayton OH 45402 ADDRESS. INSURERS AFFORDING COVERAGE NAIC# INSURERA:TOrUS Specialty Insurance Co INSURED AMERS8C INSURER B-.WeStfield Group 24112 American Suncraft Construction INSURERC: 10836 Schiller Rd INSURER D: Medway OH 45341 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:249440896 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE IN WVD POLICY NUMBER MM DDY/YYYY MM DDY/YYYY LIMITS B GENERAL LIABILITY Y Y TRA0756627 1/1/2014 /1/2015 EACH OCCURRENCE $1,000,000 X DAMAGE TO RENTED COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) $500,000 CLAIMS-MADE F1 OCCUR MED EXP(Any one person) $5,000 PERSONAL&ADV INJURY $1,000,000 GENERALAGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OPAGG $2,000,000 X POLICY PRO r LOC $ B AUTOMOBILE LIABILITY Y Y TRA0756627 1/1/2014 /1/2015 COMBINED SINGLE LIMIT Ea accident) $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PReOa dERTnDAMAGE $ HIREDAUTOS AUTOS P Hired Car PD $125,000 A UMBRELLA LIAB X OCCUR Y N 31164C141ALI 1/1/2014 /1/2015 EACH OCCURRENCE $9,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ B WORKERS COMPENSATION N TRA0756627 1/1/2014 /1/2015 VvC STATU- OTH- Employers Llab. AND EMPLOYERS'LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE❑ NIA E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ B Leased/Rented Equipment TRA0756627 1/1/2014 /1/2015 UR Equip.Limit: 225,000 Deductible: 1,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,If more space is required) l Project: Lake Country Elevated Tank Rehabilitation Project 1 Certificate holder and Kleinfelder Central Inc are included as Additional Insured with respects to the above General Liability as required by written contract.Waiver of subrogation applies to the General Liability policy when required by written contract. 1 -I CERTIFICATE HOLDER CANCELLATION 1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Fort Worth ACCORDANCE WITH THE POLICY PROVISIONS. 1000 Throckmorton St. Fort Worth TX 76102 AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD Bureau m8 Workers' Governor Joh mmmmch * Ohio | Compensation Administrator/CEO Stephen ovoom, W.Spring ououwr.cvm Columbus,o*43u1n-2oos 1-80*OmOavvC February ll`20l4 '. � Attn.: Lisa Fries, Safety Officer American Guncnaft Construction Co. Inc � 1O83G Schiller Road � Medway, Ohio 45341 � Re; Confirmation ot coverage for Policy#1043531 American Suncraft Construction Co. Inc � Dear Employer: 8 This letter ooufiouuAmerican 8unonaft Construction Co. Inc has active Ohio workers' compensation coverage with BWC from January l,20|4to August 31,2014. Coverage applies to the employer's Ohio employees for work- related o}aiomouunzringduciugUdupe6od. « Coverage extends to Ohio employees who incur claims while working temporarily outside of Ohio. We determine how long this out-of-state coverage applies on a case-by-case basis. It depends on factors indicating whether an ` employee's absence from Ohio continues tohutemporary. In some situations,we viewed coverage as applying to employees working outside of Ohio for a year or longer. In these cases,we believe uoffioieutconnections to Ohio were present and circumstances showed tbeixuhocncofronu » the state was still temporary. The above coverage does not apply tomany employees ofemployers working outside the D.8. uo contractors or � subcontractors for the federal government.They usually must obtain coverage for work-related claims under the � federal Defense Base Act.42lJ.S.C.A. §§l65l-54. This� iedeodcoverage iu exclusive and iu place of all liability under the workers' compensation laws of any state(42D.S.C.A. §l65l(c). »� We recommend employers doing business outside Ohio tofiud out what coverage they may need to comply with the laws of other states.Log outo to obtain a list of state and Canadian province regulators. It includes their Web address and phone numbers. If you have any questions,please call John Best,underwriting consultant 614-752-4177. ^ Sioourcb� « 8tepbenBndoer, � � Stephen Buehrer,Administrator/CEO 30 W.Spring St. Columbus,OH 43215 Certificate of Premium Payment This certifies the employer listed below has paid into the Ohio State Insurance Fund as required by law. Therefore, the employer is entitled to the rights and benefits of the fund for the period specified. For more information, call 1-800-OHIOBWC. This certificate must be conspicuously posted. Policy No.and Employer Period Specified Below I 1043531 01/01/2014 Thru 08/31/2014 f AMERICAN SUNCRAFT CO INC I AMERICAN SUNCRAFT QNSTRUCTION CO 10836 SCHILLER RD MEDWAY, OH 45341-9743 f ohiobwc.com f e. ££ You can reproduce this certificate as needed. Ohio Bureau of Workers' Compensation Required Posting Effective Oct. 13, 2004, Section 4123.54 of the Ohio Revised Code requires notice of rebuttable presumption. Rebuttable presumption means an employee may dispute or prove untrue the presumption - (or belief) that alcohol or a controlled substance not prescribed by the employee's physician is the g7pximate cause (main reason) of the work-related injury. The burden of proof is on the employee to prove the presence of alcohol or a controlled substance was not the proximate cause of f the work-related injury. An employee who tests positive or refuses to submit to chemical testing may be disqualified for compensation and benefits under the Workers' Compensation Act. Stephen Buehrer,Administrator/CEO I � You must post this language with the certificate of premium payment i lI E 9-29 BWC-1629 717/08 t I OhioB WC-Employer- Service: (Payroll reports) - Certificate Page 1 of 1 Bureau of Workers' Ohio Compensation 30 W.Spring St. p Columbus,OH 43215 Certificate of Premium Payment This certifies the employer listed below has paid into the Ohio State Insurance Fund as required by law. Therefore, the employer is entitled to the rights and benefits of the fund for the period specified. For more information, call 1-800-OHIOBWC. This certificate must be conspicuously posted. Policy No.and Employer Period Specified Below 1043531 _ 07101/2013 Thru 02/28/2014 AMERICAN SUNCRAFT CO INC AMERICAN SUNCRAFT CONSTRUCTION CO 10836 SCHILLER RD MEDWAY, OH 45341_-9743 ohiobwc.com na"„!WmVaUw1Cr=o You can reproduce this certificate as needed. Ohio Bureau of Workers' Compensation Required Posting Effective Oct. 13, 2004, Section 4123.54 of the Ohio Revised Code requires notice of rebuttable presumption. Rebuttable presumption means an employee may dispute or prove untrue the presumption (or belief) that alcohol or a controlled substance not prescribed by the employee's physician is the proximate cause (main reason) of the work-related injury. The burden of proof is on the employee to prove the presence of alcohol or a controlled substance was not the proximate cause of the work-related injury. An employee who tests positive or refuses to submit to chemical testing may be disqualified for compensation and benefits under the Workers' Compensation Act. E : Bureau of Workers' Ohio Compensation You must post this language with the certificate of premium payment. L DP-29 BWC-1629 7/7/08 I s E https://www.ohiobwc.com/employer/services/Payroll/nlbwc/Certificate.aspx?txtClD=37370... 8/1/2013 Harder, Christopher From: Lisa Fries [fries07 @gmail.com] Sent: Thursday, February 13, 2014 8:12 AM To: Harder, Christopher Subject: workers comp Attachments: Certificate of Coverage BWC.htm; Texas BWC intrastate approval.pdf Please find attached the intrastate approval letter for Texas attached. Ohio is a "no limit" state so there is no cap. Thanks, Lisa Lisa Fries Administration American Suncraft Co, Inc. 10836 Schiller Rd. Medway, Ohio 45341 Love is a verb... i STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT F 2 i3 # CPI'P OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 —Definitions and Terminology..........................................................................................................1 1.01 Defined Terms...............................................................................................................................l 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............................................................................8 3.01 Intent..............................................................................................................................................8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resolving Discrepancies.......................................................................................9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................11 Article 4—Availability of Lands; Subsurface and Physical Conditions;Hazardous Environmental Conditions;Reference Points...........................................................................................................11 4.01 Availability of Lands ..................................................................................................................11 4.02 Subsurface and Physical Conditions ..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities ...............................................................................................................13 4.05 Reference Points .........................................................................................................................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article 5—Bonds and Insurance.....................................................................................................................16 5.01 Licensed Sureties and Insurers...................................................................................................16 5.02 Performance,Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6—Contractor's Responsibilities........................................................................................................19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 � 6.02 Labor; Working Hours................................................................................................................2O 6.03 Services, and Equipment--.-----------------------....--20 6.04 Project Schedule..........................................................................................................................2l 8 6.05 Substitutes and' `----------------------------------.2l 6.06 Subcontractors, 0onn/i and Others....................................................................24 8.07 Wage Rates..................................................................................................................................25 y 6.08 Patent Fees and Royalties-------------------------.----------.26 6.09 Permits and Utilities....................................................................................................................27 6]0 Laws and Regulations—.-------..._.—.--..----------------..--.27 } 611 Taxes ...........................................................................................................................................28 6]2 Use of Site and Other Areas .......................................................................................................28 6]3 Record Documents......................................................................................................................29 � 6]4 Safety and Protection..................................................................................................................29 0.15 Safety -------------------------------------..3O 6]6 Hazard Communication Programs -------------------------------3O ^ 6l7 and/or 30 � ' '^"°s" "~"� ----------------------------~--'' 6.18 Submittals....................................................................................................................................3l � 6.19 Continuing the Work ---.—.----------------.—._.—_............—.--_32 / 6.20 Contractor's General Warranty and Guarantee..........................................................................32 021 Indemnification.........................................................................................................................33 622 Delegation of Professional Design Services ..............................................................................34 � 6�[3 �k��to/\ud�-----------------------------------.------..34 / --�—' 0.24 Nondiscrimination---------------------------------------..35 v /\d��o7—Other Work a1 the Site 35 / --------------------------------------. 7.01 Related Work a1 Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 ` Article 8—City's Responsibilities----------....---.---------.-----------..36 8.01 Communications to Contractor...................................................................................................36 | 8.02 Furnish Data................................................................................................................................36 � 0.03 Pay When Due ............................................................................................................................30 8.04 Lands and and Tests----.----------.------------..36 � 8.05 (}nje(o-----------------------------------------..36 / ~ 8/k6 Inspections, Tests, and Approvals----------.—...—_—._..........._----...-36 8.07 Limitations onCity's Responsibilities ------------....---..—.._..---.--.37 � 8.00 Undisclosed Hazardous Environmental Condition....................................................................37 8J09 Compliance with Safety Program-------------------------------..37 ^� \rdd 9 City's Observation Status During .37 � 9.01 City's Project Representative --------..------------------------..37 912 Visits ho Site................................................................................................................................37 l 9.03 Authorized Variations iuWod/..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9{k6 Decisions on Requirements uf Contract Documents and Acceptability nf Work.....................38 ) cuYon FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December21,2012 Article 10-Changes in the Work; Claims;Extra Work................................................................................38 10.01 Authorized Changes in the Work...............................................................................................38 10.02 Unauthorized Changes in the Work...........................................................................................39 10.03 Execution of Change Orders.......................................................................................................39 10.04 Extra Work..................................................................................................................................39 10.05 Notification to Surety..................................................................................................................39 10.06 Contract Claims Process.............................................................................................................40 Article 11 -Cost of the Work;Allowances;Unit Price Work;Plans Quantity Measurement......................41 11.01 Cost of the Work.........................................................................................................................41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work..........................................................................................................................44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12-Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Pr ice............................................................................................................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays..........................................................................................................................................47 At 13-Tests and Inspections; Correction,Removal or Acceptance of Defective Work......................48 13.01 Notice of Defects ........................................................................................................................48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period........................................................................................................................50 13.08 Acceptance of Defective Work...................................................................................................51 13.09 City May Correct Defective Work.............................................................................................51 Article 14-Payments to Contractor and Completion....................................................................................52 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments......................................................................................................................52 14.03 Contractor's Warranty of Title...................................................................................................54 14.04 Partial Utilization........................................................................................................................55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release ........................................................56 14.09 Waiver of Claims ........................................................................................................................57 Article 15-Suspension of Work and Termination........................................................................................57 15.01 City May Suspend Work.............................................................................................................57 15.02 City May Terminate for Cause...................................................................................................58 15.03 City May Terminate For Convenience.......................................................................................60 Article16-Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 , � Article l7—Miscellaneous..............................................................................................................................62 17.01 Giving Notice..............................................................................................................................b2 17.02 Computation of Times................................................................................................................62 � l7JD Cumulative Remedies.................................................................................................................02 ]7.04 Survival of Obligations----------------------.--..-----------.h3 17.05 Headings-----------..--------------------------.—.---..h3 x w � � � � � | CITY or FORT WORTH ' STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 1 of 63 ARTICLE I–DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. AN;ard–Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Doczments—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day– A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Buzzsaw–City's on-line, electronic document management and collaboration system. 12. Calendar Day–A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 2 of 63 f 13. Change Order—A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney– The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager – The officially appointed and authorized City Manager of the City of Fort Worth,Texas,or his duly authorized representative. 18. Conti-act Clainz—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. Conti-act Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii)complete the Work so that it is ready for Final Acceptance. 23. Contractor—The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December21,2012 p4 �. r. 007200-1 GENERAL CONDITIONS Page 3 of 63 25. Damage Claims —A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day—A day,unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth,Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Communio) Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant,or agents. 29. Director of Planning and Development— The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department— The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents.Extra work shall be part of the Work. 36. Field Order—A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-I GENERAL CONDITIONS Page 4 of 63 38. Final Inspection – Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. Requirements of Division 1 of the Contract Documents. 39. General 40. Hazardous Eni,ironmental 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. r 42. Lmi,s and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44.Mcjor 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 pet-form the Work specified in Contract Documents. 48. PCBs—Polychlorinated biphenyls. 49. Petroleum Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50. Plans–See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 5 of 63 51. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project—The Work to be performed under the Contract Documents. 53. Project Representative—The authorized representative of the City who will be assigned to the Site. 54. Public Meeting – An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954(42 USC Section 2011 et seq.) as amended from time to time. 56. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday(excluding legal holidays). 57. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 6 of 63 63. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. ' 64. Successful Bidder=The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent— The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Szrpplementar y Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water,wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours—Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day—A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.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: r CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December21,2012 00 72 00-1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work- It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory,faulty,or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-lalown technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2—PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time;Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3—CONTRACT DOCUMENTS: INTENT,AMENDING,REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined w sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes,Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations,whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents.No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Docznnents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December21,2012 007200-1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier(whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized,by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. 1 f CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 1 I of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies,the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed,adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: F 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members,partners, employees, agents, consultants,or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Deering Subsurface or Physical Conditions A. Notice. If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or i 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; f f CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A),notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if- 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated.• The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities,including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Showy or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points r - A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Draivings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, k directors,members,partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Lams and Regulations, Contractor shall indemnify and hold harmless City,fi°om 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 own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Envirommental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5—BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment., and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall fiirnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured)which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as"Additional Insured"on all liability policies. CITY OF FORT WORTH ` STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement,which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property&Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required,written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis,the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period,whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December21,2012 007200-1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups,must also be approved by City. 11. Any deductible in excess of$5,000.00, for any policy that does not provide coverage on a first-dollar basis,must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to ; conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations,personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 I 007200-1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy,unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means,methods,techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. F_ C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication)to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source,kind, and quality of materials and equipment. i CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier,except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid,unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below.. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 0132 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal"Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that,if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; f CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales,maintenance,repair, and replacement set-vices; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an"or-equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnijJ) and hold harmless City and anyone directly or indirectly employed by them fi°om and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions:No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance(as amended)by the following: I. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: 3 -0 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December 21,2012 007200-1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity;nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs,pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 00 72 00-1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any s affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i)the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii)the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258,Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Lams and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 e 007200-1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design,process,product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S.Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes IA. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption y certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the iprovision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin,TX 78711;or 2. http://www.window.state.tx.us/taxinfo/taxforms/93-forms.htmi 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas.• 1. Contractor shall confine construction equipment,the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is f carrying on operations in a portion of a street, right-of-way, or easement greater than is l 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. iCITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 621, Contractor shall indemnify and hold harmless Cio3,from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner°or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders,Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; Y 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Coinmunication Progi°anis Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to p revent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 i i 00 72 00-1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only Submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier,pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract - Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in f writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute.None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection,test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART, BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED IN WHOLE OR IN PART BY ANY ACT OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents,papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all F CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December21,2012 t> 3 007200-1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title V1, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7—OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work, as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site,the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8—CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements;Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. r 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections,tests, and approvals is set forth in Paragraph 13.03. i i CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9—CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. The Project Representative(s) will be as provided in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as £a indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Pei formed 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 c Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December 21,2012 007200-1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or(iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1.. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract - Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any,take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. t CITY OF FORT WORTH ' STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 j 007200-1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11—COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.13, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55%markup,or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall E be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, t machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities,fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Decernber21,2012 007200-1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0l.A.1 or specifically covered by Paragraph 11.0l.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work- is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December21,2012 007200-1 GENERAL CONDITIONS Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allol7,ance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if. 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 i 007200-1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25%from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities,unless revised by the governing Section or this Article. B. If the quantity measured as outlined under"Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in At 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.0l.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.13.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit(determined as provided in Paragraph 12.01.Q. C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.0l.A.2. and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; z 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.01.A.5, the Contractor's fee shall be five percent(5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever is CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 47 of 63 tier,will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0l.A.1 and 11.0l.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.0l.A.6, and 11.01.13; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5 1/o) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor,the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material,if any,which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections,which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible,with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor,material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation,inspection,testing,replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any,on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.1O.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work,to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others)will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 f 007200-1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work,the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim,pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of,the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven(7) days written notice to Contractor, correct,or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December21,2012 007200-1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve } as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other n documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. k 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. a CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 i E 007200-1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules,that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revolve any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors,requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in g Paragraph 15.02.A. C. Retainage: i 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. e F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Conti-actor'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. r z i CITY OF FORT WORTH s STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December21,2012 v a 007200-1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection,City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied(except as previously delivered)by: a. all documentation called for in the Contract Documents, including but not limited to the i 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 i d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages,will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that : CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 x 007200-1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City fiom all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15—SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Ternfinate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation,may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011 established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or `Y 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature,the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or i 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or r 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its # CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 i 007200-1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02,the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 011100-1 SUMMARY OF WORK Page 1 of 4 1 SECTION 011100 2 SUMMARY OF WORK 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. x 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0-Bidding Requirements,Contract Forms, and Conditions of the Contract 11 2. Division 1 -General Requirements 12 3. Technical Specifications—09871, 02221,05120, 05121 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Work Covered by Contract Documents 20 Work is to include furnishing all labor,materials, and equipment, and performing all 21 Work necessary for structural improvements,interior and exterior coating removal and 22 recoating of the Lake Country 500,000 Gallon Elevated Storage Tank as detailed in the 23 Drawings and Specifications, including but not limited to: 24 1. Mobilization and demobilization including paving repair, site restoration,grasss 25 seeding,erosion control and project sign. 26 2. Install 3" galvanized washout pipe,includes supports,valves and fittings,per the 27 drawings, complete and in place 28 3. Install 4"DI drain pipe, includes supports,valves and fittings,per the drawings, 29 complete and in place 30 4. Remove and replace roof plate,bolts and associated items per the drawings, 31 complete and in place 32 5. Remove and replace roof ribs and connection plates per the drawings,complete and 33 in place 34 6. Crow's Nest and access tube platform grating and modifications per the drawings, 35 complete and in place 36 7. Remove and properly dispose of existing access door at Crow's Nest per the 37 drawings. u 38 8. Install new Crow's Nest door and frame per the drawings, complete and in place CITY OF FORT WORTH Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 S a 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 1 SC-7.02.,"Coordination" 2 3 The individuals or entities listed below have contracts with the City for the performance of other work at 4 the Site: 5 6 None 7 8 SC-9.01.,"City's Project Representative" 9 10 The following film is a consultant to the City responsible for construction management of this Project: 11 12 Kleinfelder Central Inc. 13 14 15 END OF SECTION CITY OF FORT WORTH Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised April I,2013 007300-4 SUPPLEMENTARY CONDITIONS Page 4 ol`5 1 SC-6.24B.,"Title VI,Civil Rights Act of 1964 as amended" 2 3 During the performance of this Contract,the Contractor,for itself,its assignees and successors in interest 4 (hereinafter referred to as the"Contractor")agrees as follows: 5 6 1. Compliance with Regulations:The Contractor shall comply with the Regulation relative to 7 nondiscrimination in Federally-assisted programs of the Department of Transportation(hereinafter, 8 "DOT")Title 49,Code of Federal Regulations,Part 21,as they may be amended from time to time, 9 (hereinafter referred to as the Regulations),which are herein incorporated by reference and made a part 10 of this contract. 11 12 2. Nondiscrimination:The Contractor,with regard to the work performed by it during the contract,shall 13 not discriminate on the grounds of race,color,or national origin,in the selection and retention of 14 subcontractors,including procurements of materials and leases of equipment.The Contractor shall not 15 participate either directly or indirectly in the discrimination prohibited by 49 CFR,section 21.5 of the 16 Regulations,including employment practices when the contract covers a program set forth in 17 Appendix B of the Regulations. 18 19 3. Solicitations for Subcontractors,Including Procurements of Materials and Equipment: In all 20 solicitations either by competitive bidding or negotiation made by the contractor for work to be 21 performed under a subcontract,including procurements of materials or leases of equipment,each 22 potential subcontactor or supplier shall be notified by the Contractor of the Contractor's obligations 23 under this contract and the Regulations relative to nondiscrimination on the grounds of race,color,or 24 national origin. 25 26 4. Information and Reports:The Contractor shall provide all information and reports required by the 27 Regulations or directives issued pursuant thereto,and shall permit access to its books,records, 28 accounts,other sources of information and its facilities as may be determined by City or the Texas 29 Department of Transportation to be pertinent to ascertain compliance with such Regulations,orders 30 and instructions.Where any information required of a contractor is in the exclusive possession of 31 another who fails or refuses to furnish this information the contractor shall so certify to the City,or the 32 Texas Department of Transportation,as appropriate,and shall set forth what efforts it has made to 33 obtain the information. 34 35 5. Sanctions for Noncompliance:In the event of the Contractor's noncompliance with the 36 nondiscrimination provisions of this Contract,City shall impose such contract sanctions as it or the 37 Texas Department of Transportation may determine to be appropriate,including,but not limited to: 38 39 a. withholding of payments to the Contractor under the Contract until the Contractor 40 complies,and/or 41 b. cancellation,termination or suspension of the Contract,in whole or in part. 42 43 6. Incorporation of Provisions:The Contractor shall include the provisions of paragraphs(1)through 44 (6)in every subcontract,including procurements of materials and leases of equipment,unless exempt 45 by the Regulations,or directives issued pursuant thereto.The Contractor shall take such action with 46 respect to any subcontract or procurement as City or the Texas Department of Transportation may x 47 direct as a means of enforcing such provisions including sanctions for non-compliance:Provided, 48 however,that,in the event a contractor becomes involved in,or is threatened with,litigation with a 49 subcontractor or supplier as a result of such direction,the contractor may request City to enter into 50 such litigation to protect the interests of City,and,in addition,the contractor may request the United 51 States to enter into such litigation to protect the interests of the United States. 52 53 Additional Title VI requirements can be found in the Appendix. l 54 55 ` CITY OF FORT WORTH Lake Counnj,500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised April 1,2013 i s 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 5 1 SC-5.0413.,"Contractor's Insurance" 2 3 5.0413.Commercial General Liability,under Paragraph GC-5.04B.Contractor's Liability Insurance 4 under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with 5 minimum limits of: 6 7 $1,000,000 eachoccurrence 8 $2,000,000 aggregate limit 9 10 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the 11 General Aggregate Limits apply separately to each job site. 12 13 The Commercial General Liability Insurance policies shall provide"X","C",and"U"coverage's. 14 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 15 16 SC 5.04C.,"Contractor's Insurance" 17 5.04C. Automobile Liability,under Paragraph GC-5.04C.Contractor's Liability Insurance under 18 Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: 19 20 (1) Automobile Liability-a commercial business policy shall provide coverage on"Any Auto", 21 defined as autos owned,hired and non-owned. 22 23 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 24 least: 25 26 $250,000 Bodily Injury per person/ 27 $500,000 Bodily Injury per accident/ 28 $100,000 Property Damage 29 30 SC-6.04.,"Project Schedule" 31 32 Project schedule shall be tier 5 for the project. 33 34 SC-6.07.,"Wage Rates" 35 36 The prevailing wage rate table(s)applicable to this project and is provided in the Appendixes. 37 38 SC-6.09.,"Permits and Utilities" 39 40 SC-6.09A.,"Contractor obtained permits and licenses" 41 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 42 43 None 44 45 SC-6.09B."City obtained permits and licenses" 46 The following are known permits and/or licenses required by the Contract to be acquired by the City: 47 48 None 49 50 51 52 53 54 55 CITY OF FORT WORTH Lake Count)),500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised April 1,2013 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 5 1 SC-4.01A.2,"Availability of Lands" 2 i 3 Utilities or obstructions to be removed,adjusted,and/or relocated 4 5 The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated 6 as of November 21,2013: 7 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT Notre N/A N/A 8 The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed, 9 and do not bind the City. 10 11 SC-4.02A.,"Subsurface and Physical Conditions" 12 13 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 14 None 15 16 SC-4.06A.,"Hazardous Environmental Conditions at Site" f 17 18 The following are reports and drawings of existing hazardous environmental conditions known to the City: 19 Lead based coatings,see Appendix item titled,"Preliminary Evaluation and Assessment Report—Lake 20 Country Elevated Storage Tank". 21 22 SC-5.03A.,"Certificates of Insurance" 23 24 The entities listed below are"additional insureds as their interest may appear"including their respective 25 officers,directors,agents and employees. 26 27 (1) City 28 (2) Consultant: Kleinfelder Central,Inc. 29 (3) Subconsultant: Nathan D.Maier Consulting Engineers,Inc. 30 (4) Subconsultant:Boswell's Consulting Testing Survices 31 (5) Other: 32 33 SC-5.04A.,"Contractor's Insurance" 34 35 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 36 coverages for not less than the following amounts or greater where required by laws and regulations: 37 i 38 5.04A.Workers'Compensation,under Paragraph GC-5.04A. 39 40 Statutory limits 41 Employer's liability 42 $100,000 each accident/occurrence 43 $100,000 Disease-each employee 44 $500,000 Disease-policy limit k 45 46 47 48 49 CITY OF FORT WORTH Lake Countby 500,000 Gallon Elevated Stonage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised April I,2013 R i% 007300-1 SUPPLEMENTARY CONDITIONS Pagel of 5 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 6 Supplementary Conditions 7 8 These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions,and other 9 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 10 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions 11 of the General Conditions which are not so modified or supplemented remain in full force and effect. 12 13 Defined Terms 14 15 The terms used in these Supplementary Conditions which are defined in the General Conditions have the 16 meaning assigned to them in the General Conditions,unless specifically noted herein. 17 18 Modifications and Supplements 19 20 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 21 other Contract Documents. 22 23 SC-3.03B.2,"Resolving Discrepancies" 24 25 Plans govern over Specifications. 26 27 SC-4.01A 28 29 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 30 Upon receiving the final easements descriptions,Contractor shall compare them to the lines shown on the 31 Contract Drawings. 32 33 SC-4.01A.1.,"Availability of Lands" 34 35 The following is a list of known outstanding right-of-way,and/or easements to be acquired,if any as of 36 November 21,2013: 37 38 Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION None N/A N/A 39 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 40 and do not bind the City. 41 42 If Contractor considers the final easements provided to differ materially from the representations on the 43 Contract Drawings, Contractor shall within five (5)Business Days and before proceeding with the Work, 44 notify City in writing associated with the differing easement line locations. 45 46 47 CITY OF FORT WORTH Lake Conna),500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised April 1,2013 007200-1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. i 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. i CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 i #_ 00 72 00-1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17—MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 007200-1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an -_ extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for(without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work,plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work,the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.1) shall become final and binding 30 days after i termination of the mediation unless,within that time period, City or Contractor: a CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December2l,2012 Y E 007200-1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City,terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CPTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:December21,2012 01 1100-2 SUMMARY OF WORK Page 2 of 4 1 9. Install welded cover plates on roof per the drawings, complete and in place 2 10. Install new 1" antenna couplings per the drawings,complete and in place 3 11. Corrosion pit repair by patch plate welding, complete and in place i 4 12. Pressure wash access tube prior to abrasive blasting and coating operations on the 5 tank and pressure wash access tube after work is completed in the tank and access 6 tube. Contractor is responsible for runoff and proper disposal of water from the - 7 pressure washing operation. Contractor is responsible for protecting surfaces that 8 are not to be pressure washed. 9 13. Tank interior and all associated items -surface preparation(SSPC-SP 10)and 10 recoating, requires dehumidification,complete and in place, coating system IW-0 1 11 14. Dehumidification for interior abrasive blasting,coating and coating curing, 12 complete and in place 13 15. Tank exterior and all associated items -surface preparation(SSPC-SP 6) and 14 recoating(includes removal of all traces of lead coating and two logos),shrouding 15 required, complete and in place, coating system EN-01 16 16. Interior dry surface spot preparation(SSPC-SP2 and SSPC-SP3)and spot coating 17 application, includes interior pedestal surfaces, access tube,walkways,railings, 18 pipe and valves, complete and in place,coating system EN-02 19 17. Grout and Caulk-remove existing caulk and loose grout from base of tank 20 between pedestal base plate and ring wall foundation and install grout and caulk, 21 complete and in place, coating system EC-02 22 18. Cathodic Protection System-remove cathodic protection system in its entirety 23 (exterior and interior)and properly dispose 24 19. Temporary electrical service for construction,complete and in place 25 20. Provide temporary emergency generator per the drawings, complete and in place 26 21. Temporary relocation of Fort Worth Fire Department antennas as per the drawings, 27 complete and in place 28 22. Relocation of Fort Worth Water Department antenna, including new mount on tank 29 pedestal, as per the drawings,complete and in place 30 23. Temporary support of Eagle Mountain Fire Department antennas,includes 31 installation of cable through new 1" couplings,as per the drawings, complete and 32 in place 33 B. Subsidiary Work 34 Any and all Work specifically governed by documentary requirements for the project, 35 such as conditions imposed by the Drawings or Contract Documents in which no 36 specific item for bid has been provided for in the Proposal and the item is not a typical 37 unit bid item included on the standard bid item list,then the item shall be considered as 38 a subsidiary item of Work,the cost of which shall be included in the price bid in the 39 Proposal for various bid items. Subsidiary items include but are not limited to: field 40 testing by Contractor,power for work activities beyond circuits provided by City for 41 use by Contractor,professional engineering certification of shop drawings, shrouding, 42 proper testing and disposal of all wastes(hazardous and nonhazardous),removed 43 equipment and materials, and restoration of all areas disturbed by the contractor(or his S 44 subcontractors)to the satisfaction of the Owner including asphalt paving and seeding. 45 C. Use of Premises 46 1. Coordinate uses of premises under direction of the City. f _ CITY OF FORT WORTH Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 t 011100-3 SUMMARY OF WORK Page 3 of 4 1 2. Assume full responsibility for protection and safekeeping of materials and 2 equipment stored on the Site. 3 3. Use and occupy only portions of the public streets and alleys,or other public places 4 or other rights-of-way as provided for in the ordinances of the City, as shown in the 5 Contract Documents, or as may be specifically authorized in writing by the City. 6 a. A reasonable amount of tools,materials, and equipment for construction 7 purposes may be stored in such space,but no more than is necessary to avoid 8 delay in the construction operations. 9 b. Excavated and waste materials shall be stored in such a way as not to interfere 10 with the use of spaces that may be designated to be left free and unobstructed 11 and so as not to inconvenience occupants of adjacent properly. 12 c. If the street is occupied by railroad tracks,the Work shall be carried on in such 13 manner as not to interfere with the operation of the railroad. 14 1) All Work shall be in accordance with railroad requirements set forth in 15 Division 0 as well as the railroad permit. 16 D. Work within Easements 17 1. Do not enter upon private property for any purpose without having previously 18 obtained permission from the owner of such property. 19 2. Do not store equipment or material on private property unless and until the 20 specified approval of the property owner has been secured in writing by the 21 Contractor and a copy furnished to the City. 22 3. Unless specifically provided otherwise, clear all rights-of-way or easements of 23 obstructions which must be removed to make possible proper prosecution of the 24 Work as a part of the project construction operations. 25 4. Preserve and use every precaution to prevent damage to,all trees, shrubbery,plants, 26 lawns,fences,culverts, curbing, and all other types of structures or improvements, 27 to all water,sewer,and gas lines,to all conduits, overhead pole lines, or 28 appurtenances thereof,including the construction of temporary fences and to all 29 other public or private property adjacent to the Work. 30 5. Notify the proper representatives of the owners or occupants of the public or private 31 lands of interest in lands which might be affected by the Work. 32 a. Such notice shall be made at least 48 hours in advance of the beginning of the 33 Work. 34 b. Notices shall be applicable to both public and private utility companies and any 35 corporation,company, individual,or other, either as owners or occupants, 36 whose land or interest in land might be affected by the Work. 37 c. Be responsible for all damage or injury to property of any character resulting 38 from any act, omission,neglect,or misconduct in the manner or method or 39 execution of the Work, or at any time due to defective work,material, or 40 equipment. 41 6. Fence 42 a. Restore all fences encountered and removed during construction of the Project 43 to the original or a better than original condition. 44 b. Erect temporary fencing in place of the fencing removed whenever the Work is 45 not in progress and when the site is vacated overnight,and/or at all times to 46 provide site security. CITY OF FORT WORTH Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 01 1100-4 SUMMARY OF WORK Page 4 of 4 a 1 c. The cost for all fence work within easements,including removal,temporary 2 closures and replacement,shall be subsidiary to the various items bid in the 3 project proposal,unless a bid item is specifically provided in the proposal. 4 1.5 SUBMITTALS [NOT USED] 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE [NOT USED] 9 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS [NOT USED] 13 PART 3 - EXECUTION [NOT USED] 14 END OF SECTION F 3 i CITY OF FORT WORTH Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 r r 012500-1 SUBSTITUTION PROCEDURES Page I of 4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not"or-equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include,but are not necessarily limited to: 17 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 —General Requirements 19 3. Technical Specifications 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Work associated with this Item is considered subsidiary to the various items bid. 23 No separate payment will be allowed for this Item. 24 1.3 REFERENCES [NOT USED] 25 1.4 ADMINISTRATIVE REQUIREMENTS 26 A. Request for Substitution-General 27 1. Within 30 days after award of Contract(unless noted otherwise),the City will 28 consider formal requests from Contractor for substitution of products in place of 29 those specified. 30 2. Certain types of equipment and kinds of material are described in Specifications by 31 means of references to names of manufacturers and vendors,trade names, or 32 catalog numbers. 33 a. When this method of specifying is used, it is not intended to exclude from 34 consideration other products bearing other manufacturer's or vendor's narnes, 35 trade names,or catalog numbers,provided said products are"or-equals," as 36 determined by City. 37 3. Other types of equipment and kinds of material may be acceptable substitutions 38 under the following conditions: CITY OF FORT WORTH Lake Co:niti),500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised Judy 1,2011 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 1 a. Or-equals are unavailable due to strike, discontinued production of products 2 meeting specified requirements,or other factors beyond control of Contractor; 3 or, 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 5 1.5 SUBMITTALS 6 A. See Request for Substitution Form(attached) 7 B. Procedure for Requesting Substitution 8 1. Substitution shall be considered only: 9 a. After award of Contract 10 b. Under the conditions stated herein 11 2. Submit 3 copies of each written request for substitution, including: 12 a. Documentation 13 1) Complete data substantiating compliance of proposed substitution with 14 Contract Documents 15 2) Data relating to changes in construction schedule,when a reduction is 16 proposed 17 3) Data relating to changes in cost 18 b. For products i 19 1) Product identification 20 a) Manufacturer's name 21 b) Telephone number and representative contact name 22 c) Specification Section or Drawing reference of originally specified 23 product,including discrete name or tag number assigned to original 24 product in the Contract Documents 25 2) Manufacturer's literature clearly marked to show compliance of proposed 26 product with Contract Documents 27 3) Itemized comparison of original and proposed product addressing product 28 characteristics including,but not necessarily limited to: 29 a) Size 30 b) Composition or materials of construction 31 c) Weight 32 d) Electrical or mechanical requirements 33 4) Product experience 34 a) Location of past projects utilizing product 35 b) Name and telephone number of persons associated with referenced 36 projects knowledgeable concerning proposed product 37 c) Available field data and reports associated with proposed product 38 5) Samples 39 a) Provide at request of City. 40 b) Samples become the property of the City. 41 c. For construction methods: F 42 1) Detailed description of proposed method 43 2) Illustration drawings 44 C. Approval or Rejection I 45 1. Written approval or rejection of substitution given by the City 46 2. City reserves the right to require proposed product to comply with color and pattern 47 of specified product if necessary to secure design intent. #; CITY OF FORT WORTH Lake Comb y 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised July 1,2011 f h 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 1 3. In the event the substitution is approved,the resulting cost and/or time reduction 2 will be documented by Change Order in accordance with the General Conditions. 3 4. No additional contract time will be given for substitution. 4 5. Substitution will be rejected if- 5 a. Submittal is not through the Contractor with his stamp of approval 6 b. Request is not made in accordance with this Specification Section 7 c. In the City's opinion, acceptance will require substantial revision of the original 8 design 9 d. In the City's opinion, substitution will not perform adequately the function 10 consistent with the design intent 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE 15 A. In making request for substitution or in using an approved product,the Contractor 16 represents that the Contractor: 17 1. Has investigated proposed product, and has determined that it is adequate or 18 superior in all respects to that specified, and that it will perform function for which 19 it is intended 20 2. Will provide same guarantee for substitute item as for product specified 21 3. Will coordinate installation of accepted substitution into Work,to include building 22 modifications if necessary,making such changes as may be required for Work to be 23 complete in all respects 24 4. Waives all claims for additional costs related to substitution which subsequently 25 arise 26 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 27 1.11 FIELD [SITE] CONDITIONS [NOT USED] 28 1.12 WARRANTY [NOT USED] 29 PART 2- PRODUCTS [NOT USED] 30 PART 3- EXECUTION [NOT USED] 31 END OF SECTION 32 33 CITY OF FORT WORTH Lake County 500,000 Gallon Elerated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised July 1,2011 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 - 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED ITEM 9 10 11 Proposed Substitution: 12 Reason for Substitution: 13 Include complete information on changes to Drawings and/or Specifications which proposed 14 substitution will require for its proper installation. 15 16 Fill in Blanks Below: 17 A. Will the undersigned contractor pay for changes to the building design, including engineering g 18 and detailing costs caused by the requested substitution? 19 20 21 B. What effect does substitution have on other trades? 22 23 24 C. Differences between proposed substitution and specified item? 25 26 27 D. Differences in product cost or product delivery time? 28 29 30 E. Manufacturer's guarantees of the proposed and specified items are: 31 32 Equal Better(explain on attachment) 33 The undersigned states that the function, appearance and quality are equivalent or superior to the 34 specified item. 35 Submitted By: For Use by City 36 37 Signature Recommended Recommended 38 as noted 39 40 Firm _Not recommended _Received late i 41 Address By 42 Date 43 Date Remarks 44 Telephone 45 46 For Use by City: 47 s` 48 Approved Rejected 49 City Date t CITY OF FORT WORTH Lake Counby 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised July 1,2011 0131 19-1 PRECONSTRUCTION MEETING Page 1 of 3 1 SECTION 01 31 19 2 PRECONSTRUCTION MEETING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 3. Technical Specifications—09871, 02221,05120,05121 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Attend preconstruction meeting. 22 2. Representatives of Contractor, subcontractors and suppliers attending meetings 23 shall be qualified and authorized to act on behalf of the entity each represents. 24 3. Meeting administered by City may be tape recorded. 25 a. If recorded,tapes will be used to prepare minutes and retained by City for 26 future reference. 27 B. Preconstruction Meeting 28 1. A preconstruction meeting will be held within 14 days after the execution of the 29 Agreement and before Work is started. 30 a. The meeting will be scheduled and administered by the City. 31 2. The Project Representative will preside at the meeting,prepare the notes of the 32 meeting and distribute copies of same to all participants who so request by fully 33 completing the attendance form to be circulated at the beginning of the meeting. 34 3. Attendance shall include: 35 a. Project Representative 36 b. Contractor's project manager 37 c. Contractor's superintendent CITY OF FORT WORTH Lake Counh7,500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised August 17,2012 0131 19-2 PRECONSTRUCTION MEETING Page 2 of 3 1 d. Any subcontractor or supplier representatives whom the Contractor may desire 2 to invite or the City may request 3 e. Other City representatives 4 £ Others as appropriate 5 4. Construction Schedule fi 6 a. Prepare baseline construction schedule in accordance with Section 01 32 16 and 7 provide at Preconstruction Meeting. 8 b. City will notify Contractor of any schedule changes upon Notice of 9 Preconstruction Meeting. 10 5. Preliminary Agenda may include: I 1 a. Introduction of Project Personnel 12 b. General Description of Project 13 c. Status of right-of-way, utility clearances,easements or other pertinent permits 14 d. Contractor's work plan and schedule 15 e. Contract Time 16 f. Notice to Proceed 17 g. Construction Staking 18 h. Progress Payments 19 i. Extra Work and Change Order Procedures 20 j. Field Orders 21 k. Disposal Site Letter for Waste Material 22 1. Insurance Renewals 23 m. Payroll Certification 24 n. Material Certifications and Quality Control Testing 25 o. Public Safety and Convenience 26 p. Documentation of Pre-Construction Conditions 27 q. Weekend Work Notification 28 r. Legal Holidays 29 s. Trench Safety Plans 30 t. Confined Space Entry Standards 31 u. Coordination with the City's representative for operations of existing water 32 systems 33 v. Storm Water Pollution Prevention Plan 34 w. Coordination with other Contractors 35 x. Early Warning System 36 y. Contractor Evaluation 37 z. Special Conditions applicable to the project 38 aa. Damages Claims 39 bb. Submittal Procedures 40 cc. Substitution Procedures 41 dd. Correspondence Routing 42 ee. Record Drawings 43 ff. Temporary construction facilities 44 gg. M/WBE or MBE/SBE procedures 45 hh. Final Acceptance 46 ii. Final Payment 47 J. Questions or Comments CITY OF FORT WORTH Lake Counh),500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised August 17,2012 i 0131 19-3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS 2 A. In addition to the submittal items noted within the project specifications,the following 3 submittals are to be provided at the preconstruction meeting: Project Schedule, 4 Submittal Schedule and Log, Confined Space Entif Program,Project Safety Plan and 5 24 Hour Emergency Contact List. 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 7 1.7 CLOSEOUT SUBMITTALS [NOT USED] 8 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 9 1.9 QUALITY ASSURANCE [NOT USED] 10 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 11 1.11 FIELD [SITE] CONDITIONS [NOT USED] 12 1.12 WARRANTY [NOT USED] 13 PART 2- PRODUCTS [NOT USED] 14 PART 3- EXECUTION [NOT USED] 15 END OF SECTION 16 CITY OF FORT WORTH Lake Counh7,500,000 Gallon Eleraled Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised August 17,2012 013120-1 PROJECT MEETINGS Page I of 3 1 SECTION 013120 2 PROJECT MEETINGS m- 3 PART1 - GENERAL 4 1.1 SUMMARY : 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include,but are not necessarily limited to: 12 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 —General Requirements 14 3. Technical Specifications—09871,02221, 05120, 05121 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES [NOT USED] 20 1.4 ADMINISTRATIVE REQUIREMENTS 21 A. Coordination 22 1. Schedule, attend and administer as specified,periodic progress meetings, and 23 specially called meetings throughout progress of the Work. 24 2. Representatives of Contractor, subcontractors and suppliers attending meetings 25 shall be qualified and authorized to act on behalf of the entity each represents. 26 3. Meetings administered by City may be tape recorded. 27 a. If recorded,tapes will be used to prepare minutes and retained by City for 28 future reference. 29 4. Meetings, in addition to those specified in this Section,may be held when requested 30 by the City,Engineer or Contractor. 31 B. Pre-Construction Neighborhood Meeting 32 1. After the execution of the Agreement,but before construction is allowed to begin, 33 attend 1 Public Meeting with affected residents to: 34 a. Present projected schedule,including construction start date 35 b. Answer any construction related questions 36 2. Meeting Location f 37 a. Location of meeting to be determined by the City. 38 3. Attendees CITY OF FORT WORTH Lake Countby 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised July 1,2011 013120-2 PROJECT MEETINGS Page 2 of 3 1 a. Contractor 2 b. Project Representative 3 c. Other City representatives 4 4. Meeting Schedule 5 a. In general,the neighborhood meeting will occur within the 2 weeks following 6 the pre-construction conference. 7 b. In no case will construction be allowed to begin until this meeting is held. 8 C. Progress Meetings 9 1. Formal project coordination meetings will be held periodically. Meetings will be 10 scheduled and administered by Project Representative. 11 2. Additional progress meetings to discuss specific topics will be conducted on an as- 12 needed basis. Such additional meetings shall include,but not be limited to: 13 a. Coordinating shutdowns 14 b. Installation of piping and equipment 15 c. Coordination between other construction projects 16 d. Resolution of construction issues 17 e. Equipment approval 18 3. The Project Representative will preside at progress meetings,prepare the notes of 19 the meeting and distribute copies of the same to all participants who so request by 20 frilly completing the attendance form to be circulated at the beginning of each 21 meeting. 22 4. Attendance shall include: 23 a. Contractor's project manager 24 b. Contractor's superintendent 25 c. Any subcontractor or supplier representatives whom the Contractor may desire 26 to invite or the City may request 27 d. Engineer's representatives 28 e. City's representatives 29 f. Others, as requested by the Project Representative 30 5. Preliminary Agenda may include: 31 a. Review of Work progress since previous meeting 32 b. Field observations,problems,conflicts 33 c. Items which impede construction schedule 34 d. Review of off-site fabrication,delivery schedules 35 e. Review of construction interfacing and sequencing requirements with other 36 construction contracts 37 f. Corrective measures and procedures to regain projected schedule 38 g. Revisions to construction schedule 39 h. Progress,schedule, during succeeding Work period 40 L Coordination of schedules 41 j. Review submittal schedules 42 k. Maintenance of quality standards 43 1. Pending changes and substitutions 44 in. Review proposed changes for: 45 1) Effect on construction schedule and on completion date 46 2) Effect on other contracts of the Project 47 n. Review Record Documents 48 o. Review monthly pay request CITY OF FORT WORTH Lake Connti),500,000 Gallon Elerated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised July 1,2011 013120-3 PROJECT MEETINGS Page 3 of 3 1 p. Review status of Requests for Information 2 6. Meeting Schedule 3 a. Progress meetings will be held periodically as determined by the Project 4 Representative. 5 1) Additional meetings may be held at the request of the: E 6 a) City 7 b) Engineer 8 c) Contractor 9 7. Meeting Location 10 a. The City will establish a meeting location. 11 1) To the extent practicable,meetings will be held at the Site. 12 1.5 SUBMITTALS [NOT USED] 13 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 14 1.7 CLOSEOUT SUBMITTALS [NOT USED] 15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 16 1.9 QUALITY ASSURANCE [NOT USED] 17 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 18 1.11 FIELD [SITE] CONDITIONS [NOT USED] 19 1.12 WARRANTY [NOT USED] 20 PART 2- PRODUCTS [NOT USED] 21 PART 3- EXECUTION [NOT USED] 22 END OF SECTION 23 24 s CITY OF FORT WORTH Lake Counny 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised July 1,2011 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page I of 5 1 SECTION 0132 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal,updating,status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 3. Technical Specifications-09871, 02221, 05120,05121 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Definitions 22 1. Schedule Tiers 23 a. Tier 1 -No schedule submittal required by contract. Small,brief duration 24 proj ects 25 b. Tier 2 -No schedule submittal required by contract,but will require some 26 milestone dates. Small,brief duration projects 27 c. Tier 3 -Schedule submittal required by contract as described in the 28 Specification and herein.Majority of City projects, including all bond program 29 projects 30 d. Tier 4 -Schedule submittal required by contract as described in the 31 Specification and herein.Large and/or complex projects with long durations 32 1) Examples:large water pump station project and associated pipeline with 33 interconnection to another governmental entity 34 e. Tier 5-Schedule submittal required by contract as described in the 35 Specification and herein.Large and/or very complex projects with long 36 durations,high public visibility 37 1) Examples might include a water or wastewater treatment plant 38 2. Baseline Schedule-Initial schedule submitted before work begins that will serve 39 as the baseline for measuring progress and departures from the schedule. CITY OF FORT WORTH Lake Counhy 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised July 1,2011 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 3. Progress Schedule-Monthly submittal of a progress schedule documenting 2 progress on the project and any changes anticipated. 3 4. Schedule Narrative-Concise narrative of the schedule including schedule 4 changes, expected delays,key schedule issues, critical path items, etc 5 B. Reference Standards 6 1. City of Fort Worth Schedule Guidance Document 7 1.4 ADMINISTRATIVE REQUIREMENTS 8 A. Baseline Schedule 9 1. General 10 a. Prepare a cost-loaded baseline Schedule using approved software and the 11 Critical Path Method(CPM)as required in the City of Fort Worth Schedule 12 Guidance Document. 13 b. Review the draft cost-loaded baseline Schedule with the City to demonstrate 14 understanding of the work to be performed and known issues and constraints 15 related to the schedule. 16 c. Designate an authorized representative(Project Scheduler)responsible for 17 developing and updating the schedule and preparing reports. 18 B. Progress Schedule 19 1. Update the progress Schedule monthly as required in the City of Fort Worth 20 Schedule Guidance Document. 21 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 22 3. Change Orders 23 a. Incorporate approved change orders,resulting in a change of contract time, in 24 the baseline Schedule in accordance with City of Fort Worth Schedule 25 Guidance Document. 26 C. Responsibility for Schedule Compliance 27 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 28 Report that delays to the critical path have resulted and the Contract completion 29 date will not be met, or when so directed by the City,make some or all of the 30 following actions at no additional cost to the City 31 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 32 outlining: 33 1) A written statement of the steps intended to take to remove or arrest the 34 delay to the critical path in the approved schedule 35 2) Increase construction manpower in such quantities and crafts as will 36 substantially eliminate the backlog of work and return current Schedule to 37 meet projected baseline completion dates 38 3) Increase the number of working hours per shift, shifts per day,working 39 days per week,the amount of construction equipment,or any combination 40 of the foregoing, sufficiently to substantially eliminate the backlog of work 41 4) Reschedule activities to achieve maximum practical concurrency of 42 accomplishment of activities, and comply with the revised schedule CITY OF FORT WORTH Lake Counny 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised July 1,2011 013216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 2. If no written statement of the steps intended to take is submitted when so requested 2 by the City,the City may direct the Contractor to increase the level of effort in 3 manpower(trades),equipment and work schedule(overtime,weekend and holiday 4 work, etc.)to be employed by the Contractor in order to remove or arrest the delay 5 to the critical path in the approved schedule. 6 a. No additional cost for such work will be considered. 7 D. The Contract completion time will be adjusted only for causes specified in this 8 Contract. 9 a. Requests for an extension of any Contract completion date must be 10 supplemented with the following: 11 1) Furnish justification and supporting evidence as the City may deem 12 necessary to determine whether the requested extension of time is entitled 13 under the provisions of this Contract. 14 a) The City will, after receipt of such justification and supporting 15 evidence,make findings of fact and will advise the Contractor,in 16 writing thereof. 17 2) If the City finds that the requested extension of time is entitled,the City's 18 determination as to the total number of days allowed for the extensions 19 shall be based upon the approved total baseline schedule and on all data 20 relevant to the extension. 21 a) Such data shall be included in the next updating of the Progress 22 schedule. 23 b) Actual delays in activities which, according to the Baseline schedule, 24 do not affect any Contract completion date shown by the critical path in 25 the network will not be the basis for a change therein. 26 2. Submit each request for change in Contract completion date to the City within 30 27 days after the beginning of the delay for which a time extension is requested but 28 before the date of final payment under this Contract. 29 a. No time extension will be granted for requests which are not submitted within 30 the foregoing time limit. 31 b. From time to time,it may be necessary for the Contract schedule or completion 32 time to be adjusted by the City to reflect the effects of job conditions,weather, 33 technical difficulties,strikes,unavoidable delays on the part of the City or its 34 representatives,and other unforeseeable conditions which may indicate 35 schedule adjustments or completion time extensions. 36 1) Under such conditions,the City will direct the Contractor to reschedule the 37 work or Contract completion time to reflect the changed conditions and the 38 Contractor shall revise his schedule accordingly. 39 a) No additional compensation will be made to the Contractor for such 40 schedule changes except for unavoidable overall contract time 41 extensions beyond the actual completion of unaffected work, in which 42 case the Contractor shall take all possible action to minimize any time 43 extension and any additional cost to the City. 44 b) Available float time in the Baseline schedule may be used by the City 45 as well as by the Contractor. 46 3. Float or slack time is defined as the amount of time between the earliest start date 47 and the latest start date or between the earliest finish date and the latest finish date 48 of a chain of activities on the Baseline Schedule. CITY OF FORT WORTH Lake Counh y 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised July 1,2011 01 32 16-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 - 1 a. Float or slack time is not for the exclusive use or benefit of either the 2 Contractor or the City. 3 b. Proceed with work according to early start dates, and the City shall have the 4 right to reserve and apportion float time according to the needs of the project. 5 c. Acknowledge and agree that actual delays,affecting paths of activities 6 containing float time,will not have any effect upon contract completion times, 7 providing that the actual delay does not exceed the float time associated with 8 those activities. 9 E. Coordinating Schedule with Other Contract Schedules 10 1. Where work is to be performed under this Contract concurrently with or contingent 11 upon work performed on the same facilities or area under other contracts,the 12 Baseline Schedule shall be coordinated with the schedules of the other contracts. 13 a. Obtain the schedules of the other appropriate contracts from the City for the 14 preparation and updating of Baseline schedule and make the required changes 15 in his schedule when indicated by changes in corresponding schedules. 16 2. In case of interference between the operations of different contractors,the City will 17 determine the work priority of each contractor and the sequence of work necessary 18 to expedite the completion of the entire Project. 19 a. In such cases,the decision of the City shall be accepted as final. 20 b. The temporary delay of any work due to such circumstances shall not be 21 considered as justification for claims for additional compensation. 22 1.5 SUBMITTALS 23 A. Baseline Schedule 24 1. Submit Schedule in native file format and pdf format as required in the City of Fort 25 Worth Schedule Guidance Document. 26 a. Native file format includes: 27 1) Primavera(P6 or Primavera Contractor) 28 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and 29 bring in hard copy to the meeting for review and discussion. 30 B. Progress Schedule 31 1. Submit progress Schedule in native file format and pdf format as required in the 32 City of Fort Worth Schedule Guidance Document. 33 2. Submit progress Schedule monthly no later than the last day of the month. 34 C. Schedule Narrative 35 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 36 Schedule Guidance Document. 37 2. Submit schedule narrative monthly no later than the last day of the month. 38 D. Submittal Process 39 1. The City administers and manages schedules through Buzzsaw. 40 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 41 Guidance Document. 42 3. Once the project has been completed and Final Acceptance has been issued by the 43 City,no further progress schedules are required. € CITY OF FORT WORTH Lake Country 500,000 Gallon Elerated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised July 1,2011 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the construction Progress Schedule shall be 6 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2- PRODUCTS [NOT USED] 15 PART 3- EXECUTION [NOT USED] 16 END OF SECTION 17 18 CITY OF FORT WORTH Lake Connti),500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised July 1,2011 013300-1 SUBMITTALS Page 1 of 8 1 SECTION 0133 00 2 SUBMITTALS 3 PART1 - GENERAL r, 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work-related submittals: 8 a. Shop Drawings 9 b. Product Data(including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 3. Technical Specifications—09871, 02221, 05120, 05121 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Coordination 25 1. Notify the City in writing,at the time of submittal, of any deviations in the 26 submittals from the requirements of the Contract Documents. 27 2. Coordination of Submittal Times 28 a. Prepare,prioritize and transmit each submittal sufficiently in advance of i 29 performing the related Work or other applicable activities, or within the time 30 specified in the individual Work Sections, of the Specifications. 31 b. Contractor is responsible such that the installation will not be delayed by 32 processing times including,but not limited to: 33 a) Disapproval and resubmittal (if required) 34 b) Coordination with other submittals 35 c) Testing 36 d) Purchasing 37 e) Fabrication 38 f) Delivery 39 g) Similar sequenced activities CITY OF FORT WORTH Lake Country 500,000 Gallon Elerated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 s 013300-2 SUBMITTALS Page 2 of 8 1 c. No extension of time will be authorized because of the Contractor's failure to 2 transmit submittals sufficiently in advance of the Work. 3 d. Make submittals promptly in accordance with approved schedule,and in such 4 sequence as to cause no delay in the Work or in the work of any other 5 contractor. 6 B. Submittal Numbering 7 1. When submitting shop drawings or samples,utilize a 9-character submittal cross- 8 reference identification numbering system in the following manner: 9 a. Use the first 6 digits of the applicable Specification Section Number. 10 b. For the next 2 digits number use numbers 01-99 to sequentially number each 11 initial separate item or drawing submitted under each specific Section number. 12 c. Last use a letter,A-Z,indicating the resubmission of the same drawing(i.e. 13 A=2nd submission,B=3rd submission,C=4th submission, etc.). A typical 14 submittal number would be as follows: 15 16 03 30 00-08-B 17 18 1) 03 30 00 is the Specification Section for Concrete 19 2) 08 is the eighth initial submittal under this Specification Section 20 3) B is the third submission(second resubmission)of that particular shop 21 drawing 22 C. Contractor Certification 23 1. Review shop drawings,product data and samples,including those by 24 subcontractors,prior to submission to determine and verify the following: 25 a. Field measurements 26 b. Field construction criteria 27 c. Catalog numbers and similar data 28 d. Conformance with the Contract Documents 29 2. Provide each shop drawing, sample and product data submitted by the Contractor 30 with a Certification Statement affixed including: 31 a. The Contractor's Company name 32 b. Signature of submittal reviewer 33 c. Certification Statement 34 1) `By this submittal, I hereby represent that I have determined and verified 35 field measurements, field construction criteria,materials, dimensions, 36 catalog numbers and similar data and I have checked and coordinated each 37 item with other applicable approved shop drawings." 38 D. Submittal Format 39 1. Fold shop drawings larger than 8 '/2 inches x I 1 inches to 8 '/2 inches x l Iinches. 40 2. Bind shop drawings and product data sheets together. 41 3. Order 42 a. Cover Sheet 43 1) Description of Packet 44 2) Contractor Certification 45 b. List of items/Table of Contents 46 c. Product Data/Shop Drawings/Samples/Calculations 47 E. Submittal Content CITY OF FORT WORTH Lake County 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 013300-3 SUBMITTALS Page 3 of 8 1 1. The date of submission and the dates of any previous submissions 2 2. The Project title and number 3 3. Contractor identification ' 4 4. The names of- 5 a. Contractor 6 b. Supplier 7 c. Manufacturer 8 5. Identification of the product,with the Specification Section number,page and 9 paragraph(s) 10 6. Field dimensions, clearly identified as such 11 7. Relation to adjacent or critical features of the Work or materials 12 8. Applicable standards, such as ASTM or Federal Specification numbers 13 9. Identification by highlighting of deviations from Contract Documents 14 10. Identification by highlighting of revisions on resubmittals 15 11. An 8-inch x 3-inch blank space for Contractor and City stamps 16 F. Shop Drawings 17 1. As specified in individual Work Sections includes,but is not necessarily limited to: 18 a. Custom-prepared data such as fabrication and erection/installation(working) 19 drawings 20 b. Scheduled information 21 c. Setting diagrams 22 d. Actual shopwork manufacturing instructions 23 e. Custom templates 24 f. Special wiring diagrams 25 g. Coordination drawings 26 h. Individual system or equipment inspection and test reports including: 27 1) Performance curves and certifications 28 i. As applicable to the Work 29 2. Details 30 a. Relation of the various parts to the main members and lines of the structure 31 b. Where correct fabrication of the Work depends upon field measurements 32 1) Provide such measurements and note on the drawings prior to submitting 33 for approval. 34 G. Product Data 35 1. For submittals of product data for products included on the City's Standard Product 36 List,clearly identify each item selected for use on the Project. 37 2. For submittals of product data for products not included on the City's Standard 38 Product List,submittal data may include, but is not necessarily limited to: 39 a. Standard prepared data for manufactured products(sometimes referred to as 40 catalog data) 41 1) Such as the manufacturer's product specification and installation 42 instructions 43 2) Availability of colors and patterns 44 3) Manufacturer's printed statements of compliances and applicability 45 4) Roughing-in diagrams and templates 46 5) Catalog cuts x CITY OF FORT WORTH Lake County ,500,000 Gallon Elewlerl Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 013300-4 SUBMITTALS Page 4 of 8 1 6) Product photographs 2 7) Standard wiring diagrams 3 8) Printed performance curves and operational-range diagrams 4 9) Production or quality control inspection and test reports and certifications 5 10) Mill reports 6 11) Product operating and maintenance instructions and recommended 7 spare-parts listing and printed product warranties 8 12) As applicable to the Work 9 H. Samples 10 1. As specified in individual Sections,include,but are not necessarily limited to: 11 a. Physical examples of the Work such as: 12 1) Sections of manufactured or fabricated Work 13 2) Small cuts or containers of materials 14 3) Complete units of repetitively used products color/texture/pattern swatches 15 and range sets 16 4) Specimens for coordination of visual effect 17 5) Graphic symbols and units of Work to be used by the City for independent 18 inspection and testing,as applicable to the Work 19 I. Do not start Work requiring a shop drawing,sample or product data nor any material to 20 be fabricated or installed prior to the approval or qualified approval of such item. 21 1. Fabrication performed,materials purchased or on-site construction accomplished 22 which does not conform to approved shop drawings and data is at the Contractor's 23 risk. 24 2. The City will not be liable for any expense or delay due to corrections or remedies 25 required to accomplish conformity. 26 3. Complete project Work,materials,fabrication,and installations in conformance 27 with approved shop drawings, applicable samples, and product data. 28 J. Submittal Distribution 29 1. Electronic Distribution 30 a. Confirm development of Project directory for electronic submittals to be 31 uploaded to City's Buzzsaw site, or another external FTP site approved by the 32 City. 33 b. Shop Drawings 34 1) Upload submittal to designated project directory and notify appropriate 35 City representatives via email of submittal posting. 36 2) Hard Copies 37 a) 3 copies for all submittals 38 b) If Contractor requires more than 1 hard copy of Shop Drawings 39 returned,Contractor shall submit more than the number of copies listed 40 above. 41 c. Product Data 42 1) Upload submittal to designated project directory and notify appropriate 43 City representatives via email of submittal posting. 44 2) Hard Copies 45 a) 3 copies for all submittals 46 d. Samples 47 1) Distributed to the Project Representative CITY OF FORT WORTH Lake Conntiy 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 013300-5 SUBMITTALS Page 5 of 8 1 2. Hard Copy Distribution(if required in lieu of electronic distribution) 4 2 a. Shop Drawings 3 1) Distributed to the City 4 2) Copies 5 a) 8 copies for mechanical submittals 6 b) 7 copies for all other submittals 7 c) If Contractor requires more than 3 copies of Shop Drawings returned, 8 Contractor shall submit more than the number of copies listed above. i 9 b. Product Data 10 1) Distributed to the City 11 2) Copies 12 a) 4 copies 13 c. Samples 14 1) Distributed to the Project Representative 15 2) Copies 16 a) Submit the number stated in the respective Specification Sections. 17 3. Distribute reproductions of approved shop drawings and copies of approved 18 product data and samples,where required,to the job site file and elsewhere as 19 directed by the City. 20 a. Provide number of copies as directed by the City but not exceeding the number 21 previously specified. 22 K. Submittal Review 23 1. The review of shop drawings, data and samples will be for general conformance 24 with the design concept and Contract Documents. This is not to be construed as: 25 a. Permitting any departure from the Contract requirements 26 b. Relieving the Contractor of responsibility for any errors,including details, 27 dimensions,and materials 28 c. Approving departures from details furnished by the City,except as otherwise 29 provided herein 30 2. The review and approval of shop drawings, samples or product data by the City 31 does not relieve the Contractor from his/her responsibility with regard to the 32 fulfillment of the terms of the Contract. 33 a. All risks of error and omission are assumed by the Contractor, and the City will 34 have no responsibility therefore. 35 3. The Contractor remains responsible for details and accuracy,for coordinating the 36 Work with all other associated work and trades,for selecting fabrication processes, 37 for techniques of assembly and for performing Work in a safe manner. 38 4. If the shop drawings,data or samples as submitted describe variations and show a 39 departure from the Contract requirements which City finds to be in the interest of i 40 the City and to be so minor as not to involve a change in Contract Price or time for 41 performance,the City may return the reviewed drawings without noting an 42 exception. 43 5. Submittals will be returned to the Contractor under 1 of the following codes: 44 a. Code 1 45 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or i 46 comments on the submittal. 47 a) When returned under this code the Contractor may release the 48 equipment and/or material for manufacture. CITY OF FORT WORTH Lake Counny 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 013300-6 SUBMITTALS Page 6 of 8 1 b. Code 2 2 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 3 the notations and comments IS NOT required by the Contractor. 4 a) The Contractor may release the equipment or material for manufacture; 5 however, all notations and comments must be incorporated into the 6 final product. 7 c. Code 3 8 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 9 assigned when notations and comments are extensive enough to require a 10 resubmittal of the package. 1 I a) The Contractor may release the equipment or material for manufacture; 12 however, all notations and comments must be incorporated into the 13 final product. 14 b) This resubmittal is to address all comments, omissions and 15 non-conforming items that were noted. 16 c) Resubmittal is to be received by the City within 15 Calendar Days of 17 the date of the City's transmittal requiring the resubmittal. 18 d. Code 4 19 1) "NOT APPROVED" is assigned when the submittal does not meet the 20 intent of the Contract Documents. 21 a) The Contractor must resubmit the entire package revised to bring the 22 submittal into conformance. 23 b) It may be necessary to resubmit using a different manufacturer/vendor 24 to meet the Contract Documents. 25 6. Resubmittals 26 a. Handled in the same manner as first submittals 27 1) Corrections other than requested by the City 28 2) Marked with revision triangle or other similar method 29 a) At Contractor's risk if not marked 30 b. Submittals for each item will be reviewed no more than twice at the City's 31 expense. 32 1) All subsequent reviews will be performed at times convenient to the City 33 and at the Contractor's expense,based on the City's or City 34 Representative's then prevailing rates. 35 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 36 all such fees invoiced by the City. 37 c. The need for more than 1 resubmission or any other delay in obtaining City's 38 review of submittals,will not entitle the Contractor to an extension of Contract 39 Time. 40 7. Partial Submittals 41 a. City reserves the right to not review submittals deemed partial,at the City's 42 discretion. 43 b. Submittals deemed by the City to be not complete will be returned to the 44 Contractor, and will be considered"Not Approved" until resubmitted. 45 c. The City may at its option provide a list or mark the submittal directing the 46 Contractor to the areas that are incomplete. CITY OF FORT WORTH Lake Connti),500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 013300-7 SUBMITTALS Page 7 of 8 1 8. If the Contractor considers any correction indicated on the shop drawings to 2 constitute a change to the Contract Documents,then written notice must be 3 provided thereof to the City at least 7 Calendar Days prior to release for 4 manufacture. 5 9. When the shop drawings have been completed to the satisfaction of the City,the 6 Contractor may carry out the construction in accordance therewith and no further 7 changes therein except upon written instructions from the City. 8 10. Each submittal, appropriately coded,will be returned within 30 Calendar Days 9 following receipt of submittal by the City. 10 L. Mock ups 11 1. Mock Up units as specified in individual Sections, include,but are not necessarily 12 limited to,complete units of the standard of acceptance for that type of Work to be 13 used on the Project. Remove at the completion of the Work or when directed. 14 M. Qualifications 15 1. If specifically required in other Sections of these Specifications, submit a P.E. 1 ' 16 Certification for each item required. i 17 N. Request for Information(RFI) 18 1. Contractor Request for additional information 19 a. Clarification or interpretation of the contract documents 20 b. When the Contractor believes there is a conflict between Contract Documents 21 c. When the Contractor believes there is a conflict between the Drawings and 22 Specifications 23 1) Identify the conflict and request clarification 24 2. Use the Request for Information(RFI)form provided by the City. 25 3. Numbering of RFI 26 a. Prefix with"RFI"followed by series number, "-xxx",beginning with"01"and 27 increasing sequentially with each additional transmittal. 28 4. Sufficient information shall be attached to permit a written response without further 29 information. 30 5. The City will log each request and will review the request. g 31 a. If review of the project information request indicates that a change to the 32 Contract Documents is required,the City will issue a Field Order or Change 33 Order, as appropriate. k 34 1.5 SUBMITTALS [NOT USED] r 35 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 36 1.7 CLOSEOUT SUBMITTALS [NOT USED] z 37 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 38 1.9 QUALITY ASSURANCE [NOT USED] 39 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 40 1.11 FIELD [SITE] CONDITIONS [NOT USED] 41 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 013300-8 SUBMITTALS Page 8 of 8 1 PART 2- PRODUCTS [NOT USED] 2 PART 3- EXECUTION [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.4.K.8.Working Days modified to Calendar Days 5 CITY OF FORT WORTH Lake Countr7,500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 01 45 23-1 TESTING AND INSPECTION SERVICES Page 1 of 2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 3. Technical Specifications -09871,05121 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various Items bid. 16 No separate payment will be allowed for this Item. 17 a. Contractor is responsible for performing,coordinating, and payment of all 18 Quality Control testing. 19 b. City is responsible for performing and payment for first set of Quality 20 Assurance testing. 21 1) If the first Quality Assurance test performed by the City fails,the 22 Contractor is responsible for payment of subsequent Quality Assurance 23 testing until a passing test occurs. 24 a) Final acceptance will not be issued by City until all required payments 25 for testing by Contractor have been paid in full. 26 1.3 REFERENCES [NOT USED] 27 1.4 ADMINISTRATIVE REQUIREMENTS f 28 A. Testing 29 1. Complete testing in accordance with the Contract Documents. 30 2. Coordination 31 a. When testing is required to be performed by the City,notify City, sufficiently 32 in advance,when testing is needed. 33 b. When testing is required to be completed by the Contractor,notify City, 34 sufficiently in advance,that testing will be performed. 35 3. Distribution of Testing Reports 36 a. Electronic Distribution 1 37 1) Confirm development of Project directory for electronic submittals to be 38 uploaded to City's Buzzsaw site, or another external FTP site approved by 39 the City. CITY OF FORT WORTH Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised July 1,2011 a 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution(if required in lieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute 1 hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered load of 11 Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2- PRODUCTS [NOT USED] 27 PART 3- EXECUTION [NOT USED] 28 END OF SECTION 29 30 CITY OF FORT WORTH Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised July 1,2011 015000-1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include,but are not necessarily limited to: 16 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 —General Requirements 18 Technical Specifications—09871 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various Items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Temporary Utilities 26 1. Obtaining Temporary Service 27 a. Make arrangements with utility service companies for temporary services. 28 b. Abide by rules and regulations of utility service companies or authorities 29 having jurisdiction. 30 c. Be responsible for utility service costs until Work is approved for Final 31 Acceptance. 32 1) Included are fuel,power,light,heat and other utility services necessary for 33 execution, completion,testing and initial operation of Work. 34 2. Water 35 a. Contractor to coordinate with City regarding water needs. City to provide 36 Contractor with water for construction at no cost to the Contractor. 37 j i 38 39 CITY OF FORT WORTH Lake Counn y 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised July 1,2011 E 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 3. Electricity 2 a. Contractor shall provide temporary electrical power for all work activity on the 3 project. There is no 480 volt power available at the project site. 4 4. Telephone 5 a. Provide emergency telephone service at Site for use by Contractor personnel 6 and others performing work or furnishing services at Site. 7 5. Temporary Heat and Ventilation 8 a. Provide temporary heat as necessary for protection or completion of Work. 9 b. Provide temporary heat and ventilation to assure safe working conditions. 10 B. Sanitary Facilities 11 1. Provide and maintain sanitary facilities for persons on Site. 12 a. Comply with regulations of State and local departments of health. 13 2. Enforce use of sanitary facilities by construction personnel at job site. 14 a. Enclose and anchor sanitary facilities. 15 b. No discharge will be allowed from these facilities. 16 c. Collect and store sewage and waste so as not to cause nuisance or health 17 problem. 18 d. Haul sewage and waste off-site at no less than weekly intervals and properly 19 dispose in accordance with applicable regulation. 20 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 21 4. Remove facilities at completion of Project 22 C. Storage Sheds and Buildings 23 1. Provide adequately ventilated,watertight,weatherproof storage facilities with floor 24 above ground level for materials and equipment susceptible to weather damage. 25 2. Storage of materials not susceptible to weather damage may be on blocks off 26 ground. 27 3. Store materials in a neat and orderly manner. 28 a. Place materials and equipment to permit easy access for identification, 29 inspection and inventory. 30 4. Equip building with lockable doors and lighting,and provide electrical service for 31 equipment space heaters and heating or ventilation as necessary to provide storage 32 environments acceptable to specified manufacturers. 33 5. Fill and grade site for temporary structures to provide drainage away from 34 temporary and existing buildings. 35 6. Remove building from site prior to Final Acceptance. 36 D. Temporary Fencing 37 1. Provide and maintain for the duration or construction when required in contract 38 documents 39 E. Dust Control 40 1. Contractor is responsible for maintaining dust control through the duration of the 41 project. 42 a. Contractor remains on-call at all times 43 b. Must respond in a timely manner 44 F. Temporary Protection of Construction CITY OF FORT WORTH Lake Coann),500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised July 1,2011 -- 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor or subcontractors are responsible for protecting Work from damage due 2 to weather. 3 1.5 SUBMITTALS [NOT USED] 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2- PRODUCTS [NOT USED] 12 PART 3- EXECUTION [NOT USED] f 3 13 3.1 INSTALLERS [NOT USED] 14 3.2 EXAMINATION [NOT USED] 15 3.3 PREPARATION [NOT USED] 16 3.4 INSTALLATION 17 A. Temporary Facilities 18 1. Maintain all temporary facilities for duration of construction activities as needed. 19 3.5 [REPAIR] /[RESTORATION] 20 3.6 RE-INSTALLATION 21 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 22 3.8 SYSTEM STARTUP [NOT USED] 23 3.9 ADJUSTING [NOT USED] 24 3.10 CLEANING [NOT USED] 25 3.11 CLOSEOUT ACTIVITIES 26 A. Temporary Facilities € 27 1. Remove all temporary facilities and restore area after completion of the Work,to a 28 condition equal to or better than prior to start of Work. CITY OF FORT WORTH Lake Counth7,500,000 Gallon Elerated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised July 1,2011 i 015000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 3.12 PROTECTION [NOT USED] 2 3.13 MAINTENANCE [NOT USED] 3 3.14 ATTACHMENTS [NOT USED] 4 END OF SECTION 5 CITY OF FORT WORTH Lake Coimby 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised July 1,2011 01 66 00-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page l of 3 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments I 1 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include,but are not necessarily limited to: 14 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 —General Requirements 16 3. Technical Specifications -09871,02221, 05120, 05121 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS [NOT USED] 24 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 25 1.7 CLOSEOUT SUBMITTALS [NOT USED] 26 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1 27 1.9 QUALITY ASSURANCE [NOT USED] 28 1.10 DELIVERY AND HANDLING 29 A. Delivery Requirements 30 1. Schedule delivery of products or equipment as required to allow timely installation 31 and to avoid prolonged storage. 32 2. Provide appropriate personnel and equipment to receive deliveries. 33 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 34 for personnel or equipment to receive the delivery. k CITY OF FORT WORTH Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised July 1,2011 i 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 3 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fillly mark and identify as to manufacturer,item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recolnlnendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors,public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off-site storage and protection when on-site storage is not adequate. 25 a. Provide addresses of and access to off-site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns,sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet,unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH Lake Country 500,000 Gallon Elerated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised July 1,2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 3 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR/RESTORATION [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD [oR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non-Conforming Work 15 1. Reject all products or equipment that are damaged,used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION f t 30 CITY OF FORT WORTH Lake Counto,500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised tidy 1,2011 y 017423-1 CLEANING Page 1 of 4 1 SECTION 0174 23 2 CLEANING 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Initial,intermediate and final cleaning for Work not including special cleaning of 7 closed systems specified elsewhere. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 3. Technical Specifications-09871 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE,AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH Lake Counti7,500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised Jaly 1,2011 017423-2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART2- PRODUCTS 4 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated Q 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3- EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION[NOT USED] 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. k 28 3. Do not dispose of volatile wastes such as mineral spirits,oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. I CITY OF FORT WORTH Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised July 1,2011 g 017423-3 CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep,wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City,the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as-needed basis,until Final Acceptance. 19 5. Prior to storm events,thoroughly clean site of all loose or unsecured items,which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease,mastic,adhesives,dust, dirt,stains, fingerprints,labels and other 23 foreign materials from sight-exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses,lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts,blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior(Site or Right of Way)Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re-seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks,pieces of asphalt, concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including,but not limited to,vaults,manholes, structures, 42 junction boxes and inlets. CITY OF FORT WORTH Lake Counti7,500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised July 1,2011 017423-4 CLEANING Page 4 of 4 1 4. If no longer required for maintenance of erosion facilities, and upon approval by 2 City,remove erosion control from site. 3 5. Clean signs,lights, signals,etc. 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 10 CITY OF FORT WORTH Lake Counti),500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised July 1,2011 017719-1 CLOSEOUT REQUIREMENTS Page I of 3 1 SECTION 0177 19 2 CLOSEOUT REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 3. Technical Specification—09871 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various Items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Guarantees,Bonds and Affidavits 20 L No application for final payment will be accepted until all guarantees,bonds, 21 certificates,licenses and affidavits required for Work or equipment as specified are 22 satisfactorily filed with the City. 23 B. Release of Liens or Claims 24 1. No application for final payment will be accepted until satisfactory evidence of 25 release of liens has been submitted to the City. 26 1.5 SUBMITTALS 27 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Lake Coanny 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised July 1,2011 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 f 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 0178 39 11 2. Operation and Maintenance Data,if required, in accordance with Section 0178 23 12 B. Prior to requesting Final Inspection,perform final cleaning in accordance with Section 13 01 74 23. 14 C. Final Inspection 15 1. After final cleaning,provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection,the City will notify the Contractor,in 19 writing within 10 business days, of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City,immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice,inform the City,that the required Work has been completed. Upon receipt 26 of this notice,the City, in the presence of the Contractor,will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include,but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f. Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment 39 D. Notice of Project Completion CITY OF FORT WORTH Lake County 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised July 1,2011 x 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory,the City will issue a Notice of Project Completion(Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: 6 a. Final Payment Request 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent of Surety to Final Payment 10 e. Pipe Report(if required) 11 f. Contractor's Evaluation of City 12 g. Performance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting 15 Documentation,in accordance with General Conditions, City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR/RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 29 CITY OF FORT WORTH Lake Counny 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised July 1,2011 01 78 39-1 PROJECT RECORD DOCUMENTS Page I of 4 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART1- GENERAL k- 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents,including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 3. Technical Specification—09871, 02221, 05121, 05121 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 24 1.5 SUBMITTALS 25 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 26 City's Project Representative. i 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] z 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE { 31 A. Accuracy of Records 32 1. Thoroughly coordinate changes within the Record Documents,making adequate 33 and proper entries on each page of Specifications and each sheet of Drawings and 34 other Documents where such entry is required to show the change properly. CITY OF FORT WORTH Lake Counny 500,000 Gallon Elerated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised July 1,2011 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 2. Accuracy of records shall be such that future search for items shown in the Contract 2 Documents may rely reasonably on information obtained from the approved Project 3 Record Documents. 4 3. To facilitate accuracy of records,make entries within 24 hours after receipt of 5 information that the change has occurred. 6 4. Provide factual information regarding all aspects of the Work, both concealed and 7 visible,to enable future modification of the Work to proceed without lengthy and 8 expensive site measurement,investigation and examination. 9 1.10 STORAGE AND HANDLING 10 A. Storage and Handling Requirements 11 1. Maintain the job set of Record Documents completely protected from deterioration 12 and from loss and damage until completion of the Work and transfer of all recorded 13 data to the final Project Record Documents. 14 2. In the event of loss of recorded data,use means necessary to again secure the data 15 to the City's approval. 16 a. In such case,provide replacements to the standards originally required by the 17 Contract Documents. 18 1.11 FIELD [SITE] CONDITIONS [NOT USED] 19 1.12 WARRANTY [NOT USED] 20 PART 2- PRODUCTS 21 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 22 2.2 RECORD DOCUMENTS 23 A. Job set 24 1. Promptly following receipt of the Notice to Proceed,secure from the City, at no 25 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 26 B. Final Record Documents 27 1. At a time nearing the completion of the Work and prior to Final Inspection,provide 28 the City 1 complete set of all Final Record Drawings in the Contract. CITY OF FORT WORTH Lake Counto,500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised July 1,2011 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] t 3 PART 3- EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 MAINTENANCE DOCUMENTS 8 A. Maintenance of Job Set 9 1. Immediately upon receipt of the job set, identify each of the Documents with the 10 title, "RECORD DOCUMENTS -JOB SET". 11 2. Preservation 12 a. Considering the Contract completion time,the probable number of occasions 13 upon which the job set must be taken out for new entries and for examination, 14 and the conditions under which these activities will be performed, devise a 15 suitable method for protecting the job set. 16 b. Do not use the job set for any purpose except entry of new data and for review 17 by the City,until start of transfer of data to final Project Record Documents. 18 c. Maintain the job set at the site of work. 19 3. Coordination with Construction Survey 20 a. At a minimum, in accordance with the intervals set forth in Section 01 7123, 21 clearly mark any deviations from Contract Documents associated with 22 installation of the infrastructure. 23 4. Making entries on Drawings 24 a. Record any deviations from Contract Documents. 25 b. Use an erasable colored pencil(not ink or indelible pencil), clearly describe the 26 change by graphic line and note as required. 27 c. Date all entries. 28 d. Call attention to the entry by a"cloud" drawn around the area or areas affected. 29 e. In the event of overlapping changes,use different colors for the overlapping 30 changes. 31 5. Conversion of schematic layouts 32 a. In some cases on the Drawings, arrangements of conduits, circuits,piping, 33 ducts,and similar items,are shown schematically and are not intended to 34 portray precise physical layout. 35 1) Final physical arrangement is determined by the Contractor,subject to the 36 City's approval. 37 2) However,design of future modifications of the facility may require 38 accurate information as to the final physical layout of items which are 39 shown only schematically on the Drawings. 40 b. Show on the job set of Record Drawings, by dimension accurate to within 1 41 inch,the centerline of each run of items. 42 1) Final physical arrangement is determined by the Contractor,subject to the 43 City's approval. CITY OF FORT WORTH Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised July 1,2011 i 017839-4 PROJECT RECORD DOCUMENTS Page 4 of 4 1 2) Show,by symbol or note,the vertical location of the Item("under slab", "in 2 ceiling plenum", "exposed", and the like). 3 3) Make all identification sufficiently descriptive that it may be related 4 reliably to the Specifications. 5 c. The City may waive the requirements for conversion of schematic layouts 6 where,in the City's judgment, conversion serves no useful purpose. However, 7 do not rely upon waivers being issued except as specifically issued in writing 8 by the City. 9 B. Final Project Record Documents 10 1. Transfer of data to Drawings 11 a. Carefully transfer change data shown on the job set of Record Drawings to the 12 corresponding final documents, coordinating the changes as required. 13 b. Clearly indicate at each affected detail and other Drawing a frill description of 14 changes made during construction,and the actual location of items. 15 c. Call attention to each entry by drawing a"cloud" around the area or areas 16 affected. 17 d. Make changes neatly, consistently and with the proper media to assure 18 longevity and clear reproduction. 19 2. Transfer of data to other Documents 20 a. If the Documents,other than Drawings,have been kept clean during progress of 21 the Work, and if entries thereon have been orderly to the approval of the City, 22 the job set of those Documents,other than Drawings,will be accepted as final 23 Record Documents. 24 b. If any such Document is not so approved by the City,secure a new copy of that 25 Document from the City at the City's usual charge for reproduction and 26 handling, and carefully transfer the change data to the new copy to the approval 27 of the City. 28 3.5 REPAIR/RESTORATION [NOT USED] 29 3.6 RE-INSTALLATION [NOT USED] 30 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 31 3.8 SYSTEM STARTUP [NOT USED] 32 3.9 ADJUSTING [NOT USED] 33 3.10 CLEANING [NOT USED] 34 3.11 CLOSEOUT ACTIVITIES [NOT USED] 35 3.12 PROTECTION [NOT USED] 36 3.13 MAINTENANCE [NOT USED] 37 3.14 ATTACHMENTS [NOT USED] 38 END OF SECTION 39 CITY OF FORT WORTH Lake Counth7,500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised July 1,2011 312500-1 EROSION AND SEDIMENT CONTROL Page 1 of 9 1 SECTION 3125 00 2 EROSION AND SEDIMENT CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Implementation of the project's Storm Water Pollution Prevention Plan(SWPPP) 7 and installation,maintenance and removal of erosion and sediment control devices 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract i 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Storm Water Pollution Prevention Plan<1 acre 16 a. Measurement 17 1) This Item is considered subsidiary to the various Items bid. 18 b. Payment 19 1) The work performed and the materials furnished in accordance with this 20 Item are subsidiary to the structure or Items being bid and no other 21 compensation will be allowed. 22 2. Storm Water Pollution Prevention Plan> 1 acre 23 a. Measurement for this Item shall be by lump sum. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item shall be paid for at the lump sum price bid for"SWPPP> 1 acre". 27 c. The price bid shall include: 28 1) Preparation of SWPPP 29 2) Implementation 30 3) Permitting fees 31 4) Installation 32 5) Maintenance 33 6) Removal 34 1.3 REFERENCES 35 A. Reference Standards 36 1. Reference standards cited in this Specification refer to the current reference 37 standard published at the time of the latest revision date logged at the end of this f 38 Specification, unless a date is specifically cited. 39 2. ASTM Standard: £ CITY OF FORT WORTH Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 312500-2 EROSION AND SEDIMENT CONTROL Page 2 of 9 1 a. ASTM D3786, Standard Test Method for Bursting Strength of Textile 2 Fabrics—Diaphragm Bursting Strength Tester Method 3 b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation 4 of Geotextiles 5 c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size 6 of a Geotextile 7 d. ASTM D4833, Standard Test Method for Index Puncture Resistance of 8 Geomembranes and Related Products 9 3. Texas Commission on Environmental Quality(TCEQ)TPDES General Permit No. 10 TXR150000 11 4. TxDOT Departmental Material Specifications(DMS) 12 a. DMS-6230"Temporary Sediment Control Fence Fabric" 13 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 14 1.5 SUBMITTALS 15 A. Storm Water Pollution Prevention Plan(SWPPP) 16 B. TCEQ Notice of Intent(NOI)for Storm Water Discharges Associated with 17 Construction Activity under the TPDES General Permit 18 C. Construction Site Notice 19 D. TCEQ Notice of Termination(NOT)for Storm Water Discharges Associated with 20 Construction Activity under the TPDES General Permit 21 E. Notice of Change(if applicable) 22 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] 26 1.10 DELIVERY, STORAGE AND HANDLING [NOT USED] 27 1.11 FIELD [SITE] CONDITIONS [NOT USED] 28 1.12 WARRANTY [NOT USED] 29 PART 2- PRODUCTS 30 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 31 2.2 PRODUCT TYPES AND MATERIALS 32 A. Rock Filter Dams 33 1. Aggregate 34 a. Furnish aggregate with hardness, durability, cleanliness and resistance to 35 crumbling,flaking and eroding acceptable to the Engineer. 36 b. Provide the following: 37 1) Types 1,2 and 4 Rock Filter Dams CITY OF FORT WORTH Lake Country,500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 312500-3 EROSION AND SEDIMENT CONTROL Page 3 of 9 1 a) Use 3 to 6 inch aggregate. 2 2) Type 3 Rock Filter Dams 3 a) Use 4 to 8 inch aggregate. 4 2. Wire 5 a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie 6 wires for Types 2 and 3 rock filter dams 7 b. Type 4 dams require: 8 1) Double-twisted,hexagonal weave with a nominal mesh opening of 2'/2 9 inches x 3 1/4 inches 10 2) Minimum 0.0866 inch steel wire for netting 11 3) Minimum 0.1063 inch steel wire for selvages and corners 12 4) Milumum 0.0866 inch for binding or tie wire 13 B. Geotextile Fabric 14 1. Place the aggregate over geotextile fabric meeting the following criteria: 15 a. Tensile Strength of 250 pounds,per ASTM D4632 16 b. Puncture Strength of 135 pounds,per ASTM D4833 17 c. Mullen Burst Rate of 420 psi,per ASTM D3786 18 d. Apparent Opening Size of No.20(max),per ASTM D4751 19 C. Sandbag Material 20 1. Furnish sandbags meeting Section 2.5 except that any gradation of aggregate may 21 be used to fill the sandbags. 22 D. Stabilized Construction Entrances 23 1. Provide materials that meet the details shown on the Drawings and this Section. 24 a. Provide crushed aggregate for long and short-term construction exits. 25 b. Furnish aggregates that are clean,hard, durable and free from adherent coatings 26 such as salt, alkali, dirt, clay,loam, shale, soft or flaky materials and organic 27 and injurious matter. 28 c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. 29 d. The aggregate shall be placed over a geotextile fabric meeting the following 30 criteria: 31 1) Tensile Strength of 300 pounds,per ASTM D4632 32 2) Puncture Strength of 120 pounds,per ASTM D4833 33 3) Mullen Burst Rate of 600 psi,per ASTM D3786 34 4) Apparent Opening Size of No. 40(max),per ASTM D4751 35 E. Embankment for Erosion Control 36 1. Provide rock,loam,clay,topsoil or other earth materials that will form a stable 37 embankment to meet the intended use. 38 F. Sandbags 39 1. Provide sandbag material of polypropylene,polyethylene or polyamide woven 40 fabric with a minimum unit weight of 4 ounces per square yard,a Mullen burst- 41 strength exceeding 300 psi,and an ultraviolet stability exceeding 70 percent. 42 2. Use natural coarse sand or manufactured sand meeting the gradation given in Table 43 1 to fill sandbags. fi 44 3. Filled sandbags must be 24 to 30 inches long, 16 to 18 inches wide, and 6 to 8 45 inches thick. 46 CITY OF FORT WORTH Lake Counh7,500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 312500-4 EROSION AND SEDIMENT CONTROL Page 4 of 9 1 Table 1 2 Sand Gradation Sieve# Maximum Retained %by Weight) 4 3 percent 100 80 percent 200 95 percent 3 G. Temporary Sediment Control Fence 4 1. Provide a net-reinforced fence using woven geo-textile fabric. 5 2. Logos visible to the traveling public will not be allowed. 6 a. Fabric 7 1) Provide fabric materials in accordance with DMS-6230, "Temporary 8 Sediment Control Fence Fabric." 9 b. Posts 10 1) Provide essentially straight wood or steel posts with a minimum length of 11 48 inches,unless otherwise shown on the Drawings. 12 2) Soft wood posts must be at least 3 inches in diameter or nominal 2 x 4 inch 13 3) Hardwood posts must have a minimum cross-section of 1-1/2 x 1-1/2 inch 14 4) T-or L-shaped steel posts must have a minimum weight of 1.3 pounds per 15 foot. 16 c. Net Reinforcement 17 1) Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire 18 mesh,with a maximum opening size of 2 x 4 inch,at least 24 inches wide, 19 unless otherwise shown on the Drawings. 20 d. Staples 21 1) Provide staples with a crown at least 3/4 inch wide and legs 1/2 inch long. 22 2.3 ACCESSORIES [NOT USED] 23 2.4 SOURCE QUALITY CONTROL [NOT USED] 24 PART 3- EXECUTION 25 3.1 INSTALLERS [NOT USED] 26 3.2 EXAMINATION [NOT USED] 27 3.3 PREPARATION [NOT USED] 28 3.4 INSTALLATION 29 A. Storm Water Pollution Prevention Plan 30 1. Develop and implement the project's Storm Water Pollution Prevention Plan 31 (SWPPP)in accordance with the TPDES Construction General Permit TXR150000 32 requirements. Prevent water pollution from storm water runoff by using and 33 maintaining appropriate structural and nonstructural BMPs to reduce pollutants 34 discharges to the MS4 from the construction site. 35 B. Control Measures CITY OF FORT WORTH Lake Counny 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 312500-5 EROSION AND SEDIMENT CONTROL Page 5 of 9 1 1. hnplement control measures in the area to be disturbed before beginning 2 construction,or as directed.Limit the disturbance to the area shown on the 3 Drawings or as directed. 4 2. Control site waste such as discarded building materials, concrete truck washout 5 water, chemicals,litter and sanitary waste at the construction site. 6 3. If,in the opinion of the Engineer,the Contractor cannot control soil erosion and 7 sedimentation resulting from construction operations,the Engineer will limit the 8 disturbed area to that which the Contractor is able to control.Minimize disturbance 9 to vegetation. 10 4. Immediately correct ineffective control measures.Implement additional controls as 11 directed. Remove excavated material within the time requirements specified in the 12 applicable storm water permit. 13 5. Upon acceptance of vegetative cover by the City,remove and dispose of all 14 temporary control measures,temporary embankments,bridges,matting,falsework, 15 piling, debris,or other obstructions placed during construction that are not a part of 16 the finished work,or as directed. 17 C. Do not locate disposal areas, stockpiles, or haul roads in any wetland,water body, or 18 streambed. 19 D. Do not install temporary construction crossings in or across any water body without the 20 prior approval of the appropriate resource agency and the Engineer. 21 E. Provide protected storage area for paints,chemicals,solvents, and fertilizers at an 22 approved location.Keep paints, chemicals,solvents,and fertilizers off bare ground and 23 provide shelter for stored chemicals. 24 F. Installation and Maintenance 25 1. Perform work in accordance with the TPDES Construction General Permit 26 TXR15000O. 27 2. When approved,sediments may be disposed of within embankments,or in areas 28 where the material will not contribute to further siltation. 29 3. Dispose of removed material in accordance with federal, state, and local 30 regulations. 31 4. Remove devices upon approval or when directed. 32 a. Upon removal,finish-grade and dress the area. 33 b. Stabilize disturbed areas in accordance with the permit,and as shown on the 34 Drawings or directed. 35 5. The Contractor retains ownership of stockpiled material and must remove it from 36 the project when new installations or replacements are no longer required. 37 G. Rock Filter Dams for Erosion Control 38 1. Remove trees,brush, stumps and other objectionable material that may interfere 39 with the construction of rock filter dams. 40 2. Place sandbags as a foundation when required or at the Contractor's option. 41 3. For Types 1,2,3,and 5,place the aggregate to the lines,height, and slopes 42 specified,without undue voids. s s CITY OF FORT WORTH Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 4 312500-6 EROSION AND SEDIMENT CONTROL Page 6 of 9 1 4. For Types 2 and 3,place the aggregate on the mesh and then fold the mesh at the 2 upstream side over the aggregate and secure it to itself on the downstream side with 3 wire ties, or hog rings, or as directed. 4 5. Place rock filter dams perpendicular to the flow of the stream or channel unless 5 otherwise directed. 6 6. Construct filter dams according to the following criteria,unless otherwise shown on 7 the Drawings: 8 a. Type 1 (Non-reinforced) 9 1) Height-At least 18 inches measured vertically from existing ground to top 10 of filter dam 11 2) Top Width-At least 2 feet 12 3) Slopes-At most 2:1 13 b. Type 2 (Reinforced) 14 1) Height-At least 18 inches measured vertically from existing ground to top 15 of filter dam 16 2) Top Width-At least 2 feet 17 3) Slopes-At most 2:1 18 c. Type 3 (Reinforced) 19 1) Height-At least 36 inches measured vertically from existing ground to top 20 of filter dam 21 2) Top Width-At least 2 feet 22 3) Slopes -At most 2:1 23 d. Type 4 (Sack Gabions) 24 1) Unfold sack gabions and smooth out kinks and bends. 25 2) For vertical filling, connect the sides by lacing in a single loop—double loop 26 pattern on 4-to 5-inches spacing.At 1 end,pull the end lacing rod until 27 tight,wrap around the end, and twist 4 times.At the filling end,fill with 28 stone,pull the rod tight, cut the wire with approximately 6 inches 29 remaining,and twist wires 4 times. 30 3) For horizontal filling,place sack flat in a filling trough,fill with stone, and 31 connect sides and secure ends as described above. 32 4) Lift and place without damaging the gabion. 33 5) Shape sack gabions to existing contours. 34 e. Type 5 35 1) Provide rock filter dams as shown on the Drawings. 36 H. Construction Entrances 37 1. When tracking conditions exist,prevent traffic from crossing or exiting the 38 construction site or moving directly onto a public roadway,alley, sidewalk,parking 39 area,or other right of way areas other than at the location of construction entrances. 40 2. Place the exit over a foundation course,if necessary. 41 a. Grade the foundation course or compacted subgrade to direct runoff from the 42 construction exits to a sediment trap as shown on the Drawings or as directed. 43 3. At drive approaches,make sure the construction entrance is the frill width of the 44 drive and meets the length shown on the Drawings. 45 a. The width shall beat least 14 feet for 1-way and 24 feet for 2-way traffic for all 46 other points of ingress or egress or as directed by the Engineer. 47 I. Earthwork for Erosion Control CITY OF FORT WORTH Lake Counhy 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 312500-7 EROSION AND SEDIMENT CONTROL Page 7 of 9 1 1. Perform excavation and embankment operations to minimize erosion and to remove 2 collected sediments from other erosion control devices. 3 a. Excavation and Embankment for Erosion Control Measures 4 1) Place earth dikes, swales or combinations of both along the low crown of 5 daily lift placement, or as directed,to prevent runoff spillover. i 6 2) Place swales and dikes at other locations as shown on the Drawings or as 7 directed to prevent runoff spillover or to divert runoff. h 8 3) Construct cuts with the low end blocked with undisturbed earth to prevent 9 erosion of hillsides. 10 4) Construct sediment traps at drainage structures in conjunction with other 11 erosion control measures as shown on the Drawings or as directed. 12 5) Where required,create a sediment basin providing 3,600 cubic feet of 13 storage per acre drained,or equivalent control measures for drainage 14 locations that serve an area with 10 or more disturbed acres at 1 time,not 15 including offsite areas. 16 b. Excavation of Sediment and Debris 17 1) Remove sediment and debris when accumulation affects the performance of 18 the devices, after a rain,and when directed. 19 J. Sandbags for Erosion Control 20 1. Construct a berm or dam of sandbags that will intercept sediment-laden storm water 21 runoff from disturbed areas, create a retention pond, detain sediment and release 22 water in sheet flow. 23 2. Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to 24 allow for proper tying of the open end. 25 3. Place the sandbags with their tied ends in the same direction. 26 4. Offset subsequent rows of sandbags 1/2 the length of the preceding row. 27 5. Place a single layer of sandbags downstream as a secondary debris trap. 28 6. Place additional sandbags as necessary or as directed for supplementary support to 29 berms or dams of sandbags or earth. 30 K. Temporary Sediment-Control Fence 31 1. Provide temporary sediment-control fence near the downstream perimeter of a 32 disturbed area to intercept sediment from sheet flow. 33 2. Incorporate the fence into erosion-control measures used to control sediment in 34 areas of higher flow. Install the fence as shown on the Drawings, as specified in this 35 Section,or as directed. 36 a. Post Installation 37 1) Embed posts at least 18 inches deep, or adequately anchor, if in rock,with a 38 spacing of 6 to 8 feet and install on a slight angle toward the run-off source. 39 b. Fabric Anchoring 40 1) Dig trenches along the uphill side of the fence to anchor 6 to 8 inches of 41 fabric. 42 2) Provide a minimum trench cross-section of 6 x 6 inches 43 3) Place the fabric against the side of the trench and align approximately 2 44 inches of fabric along the bottom in the upstream direction. i 45 4) Backfill the trench,then hand-tamp. 46 c. Fabric and Net Reinforcement Attachment CITY OF FORT WORTH Lake Cotwby 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 t 312500-8 EROSION AND SEDIMENT CONTROL Page 8 of 9 1 1) Unless otherwise shown under the Drawings, attach the reinforcement to 2 wooden posts with staples,or to steel posts with T-clips,in at least 4 places 3 equally spaced. 4 2) Sewn vertical pockets may be used to attach reinforcement to end posts. 5 3) Fasten the fabric to the top strand of reinforcement by hog rings or cord 6 every 15 inches or less. 7 d. Fabric and Net Splices 8 1) Locate splices at a fence post with a minimum lap of 6 inches attached in at 9 least 6 places equally spaced,unless otherwise shown under the Drawings. 10 a) Do not locate splices in concentrated flow areas. 11 2) Requirements for installation of used temporary sediment-control fence 12 include the following: 13 a) Fabric with minimal or no visible signs of biodegradation(weak fibers) 14 b) Fabric without excessive patching(more than 1 patch every 15 to 20 15 feet) 16 c) Posts without bends 17 d) Backing without holes 18 3.5 REPAIRIRESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. Waste Management 25 1. Remove sediment, debris and litter as needed. 26 3.11 CLOSEOUT ACTIVITIES 27 A. Erosion control measures remain in place and are maintained until all soil disturbing 28 activities at the project site have been completed. 29 B. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas, 30 on areas not covered by permanent structures,or in areas where permanent erosion 31 control measures(i.e.riprap,gabions, or geotextiles)have been employed. 32 3.12 PROTECTION [NOT USED] 33 3.13 MAINTENANCE 34 A. Install and maintain the integrity of temporary erosion and sedimentation control 35 devices to accumulate silt and debris until earthwork construction and permanent 36 erosion control features are in place or the disturbed area has been adequately stabilized 37 as determined by the Engineer. 38 B. If a device ceases to function as intended,repair or replace the device or portions 39 thereof as necessary. CITY OF FORT WORTH Lake Comm),500,000 Gallon Elevated Storage Tank Rehabilitalion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 312500-9 EROSION AND SEDIMENT CONTROL Page 9 of 9 1 C. Perform inspections of the construction site as prescribed in the Construction General 2 Permit TXR150000. 3 D. Records of inspections and modifications based on the results of inspections must be e< 4 maintained and available in accordance with the permit. 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 3 t CITY OF FORT WORTH Lake Counny 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 3 t 3201 17-1 PERMANENT ASPHALT PAVING REPAIR Page I of 5 1 SECTION 32 0117 2 PERMANENT ASPHALT PAVING REPAIR 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Flexible pavement repair to include,but not limited to: 7 a. Utility cuts(water, sanitary sewer, drainage,franchise utilities,etc.) 8 b. Warranty work 9 c. Repairs of damage caused by Contractor 10 d. Any permanent asphalt pavement repair needed during the course of 11 construction 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms,and Conditions of the 16 Contract 17 2. Division 1—General Requirements 18 3. Section 03 34 16—Concrete Base Material for Trench Repair 19 4. Section 32 12 16—Asphalt Paving 20 5. Section 32 13 13—Concrete Paving 21 6. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Asphalt Pavement Repair 25 a. Measurement 26 1) Measurement for this Item will be by the linear foot of Asphalt Pavement 27 Repair based on the defined width and roadway classification specified in 28 the Drawings. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 and measured as provided under"Measurement"will be paid for at the unit 32 price bid price per linear foot of Asphalt Pavement Repair. 33 c. The price bid shall include: 34 1) Preparing final surfaces 35 2) Furnishing,loading,unloading, storing,hauling and handling all materials 36 including freight and royalty 37 3) Traffic control for all testing 38 4) Asphalt, aggregate, and additive 39 5) Materials and work needed for corrective action 40 6) Trial batches 41 7) Tack coat CITY OF FORT WORTH Lake Country 500,000 EST Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 w 320117-2 PERMANENT ASPHALT PAVING REPAIR Page 2 of 5 1 8) Removal and/or sweeping excess material 2 2. Asphalt Pavement Repair for Utility Service Trench 3 a. Measurement -, 4 1) Measurement for this Item will be by the linear foot of Asphalt Pavement 5 Repair centered on the proposed sewer service line measured from the face 6 of curb to the limit of the Asphalt Pavement Repair for the main sewer line. 7 b. Payment 8 1) The work performed and materials furnished in accordance with this Item 9 and measured as provided under"Measurement"will be paid for at the unit 10 price bid price per linear foot of"Asphalt Pavement Repair, Service" 11 installed for: 12 a) Various types of utilities 13 c. The price bid shall include: 14 1) Preparing final surfaces 15 2) Furnishing, loading,unloading, storing,hauling and handling all materials 16 including freight and royalty 17 3) Traffic control for all testing 18 4) Asphalt,aggregate, and additive 19 5) Materials and work needed for corrective action 20 6) Trial batches 21 7) Tack coat 22 8) Removal and/or sweeping excess material 23 3. Asphalt Pavement Repair Beyond Defined Width 24 a. Measurement 25 1) Measurement for this Item will be by the square yard for asphalt pavement 26 repair beyond pay limits of the defined width of Asphalt Pavement Repair 27 by roadway classification specified in the Drawings. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 and measured as provided under"Measurement"will be paid for at the unit 31 price bid per square yard of Asphalt Pavement Repair Beyond Defined 32 Width. 33 c. The price bid shall include: 34 1) Preparing final surfaces 35 2) Furnishing, loading,unloading, storing,hauling and handling all materials 36 including freight and royalty 37 3) Traffic control for all testing i 38 4) Asphalt,aggregate, and additive 39 5) Materials and work needed for corrective action 40 6) Trial batches 41 7) Tack coat 42 8) Removal and/or sweeping excess material 43 4. Extra Width Asphalt Pavement Repair i 44 a. Measurement 45 1) Measurement for this Item will be by the square yard for surface repair 46 (does not include base repair)for: 47 a) Various thicknesses 48 b. Payment CITY OF FORT WORTH Lake Country 500,000 EST Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 t a 320117-3 PERMANENT ASPHALT PAVING REPAIR Page 3 of 5 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under"Measurement"will be paid for at the unit 3 price bid per square yard of Extra Width Asphalt Pavement Repair 4 c. The price bid shall include: 5 1) Preparing final surfaces 6 2) Furnishing,loading,unloading,storing,hauling and handling all materials 7 including freight and royalty 8 3) Traffic control for all testing 9 4) Asphalt,aggregate, and additive 10 5) Materials and work needed for corrective action 11 6) Trial batches 12 7) Tack coat 13 8) Removal and/or sweeping excess material 14 1.3 REFERENCES 15 A. Definitions 16 1. H.M.A.C.—Hot Mix Asphalt Concrete 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Permitting 19 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 20 and Public Works Department in conformance with current ordinances. 21 2. The Transportation and Public Works Department will inspect the paving repair 22 after construction. 23 1.5 SUBMITTALS [NOT USED] 24 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 25 A. Asphalt Pavement Mix Design: submit for approval: see Section 32 12 16. 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.11 DELIVERY,STORAGE,AND HANDLING [NOT USED] 30 1.12 FIELD CONDITIONS 31 A. Place mixture when the roadway surface temperature is 45 degrees F or higher and 32 rising unless otherwise approved. CITY OF FORT WORTH Lake Country 500,000 EST Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 320117-4 PERMANENT ASPHALT PAVING REPAIR Page 4 of 5 1 1.13 WARRANTY [NOT USED] 2 PART 2- PRODUCTS 3 2.1 OWNER-FURNISHED [NOT USED] 4 2.2 MATERIALS 5 A. Backfill 6 1. See Section 33 05 10. 7 B. Base Material 8 1. Concrete Base Material for Trench Repair: See Section 03 34 16. 9 2. Concrete Base: See Section 32 13 13. 10 C. Asphalt Paving: see Section 32 12 16. 11 1. H.M.A.C.paving:Type D. 12 2.3 ACCESSORIES [NOT USED] 13 2.4 SOURCE QUALITY CONTROL [NOT USED] 14 PART 3- EXECUTION 15 3.1 INSTALLERS [NOT USED] 16 3.2 EXAMINATION [NOT USED] 17 3.3 PREPARATION 18 A. Surface Preparation 19 1. Mark pavement cut for repairs for approval by the City. 20 2. Contractor and City meet prior to saw cutting to confirm limits of repairs. 21 3.4 INSTALLATION 22 A. General 23 1. Equipment 24 a. Use machine intended for cutting pavement. 25 b. Milling machines may be used as long as straight edge is maintained. 26 2. Repairs: In true and straight lines to dimensions shown on the Drawings. 27 3. Utility Cuts 28 a. In a true and straight line on both sides of the trench 29 b. Minimum of 12 inches outside the trench walls 30 c. If the existing flexible pavement is 2 feet or less between the lip of the existing 31 gutter and the edge of the trench repair,remove the existing paving to such 32 gutter. 33 4. Limit dust and residues from sawing from entering the atmosphere or drainage 34 facilities. 35 B. Removal i CITY OF FORT WORTH Lake Country 500,000 EST Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 1 3201 17-5 PERMANENT ASPHALT PAVING REPAIR Page 5 of 5 1 1. Use care to prevent fracturing existing pavement structure adjacent to the repair 2 area. 3 C. Base 4 1. Install replacement base material as specified in Drawings. 5 D. Asphalt Paving 6 1. H.M.A.0 placement: in accordance with Section 32 12 16 7 2. Type D surface mix 8 3. Depth: as specified in Drawings 9 4. Place surface mix in lifts not to exceed 3 inches. 10 5. Last or top lift shall not be less than 2 inches thick. 11 3.5 REPARURESTORATION [NOT USED] 12 3.6 RE-INSTALLATION [NOT USED] 13 3.7 FIELD QUALITY CONTROL [NOT USED] 14 3.8 SYSTEM STARTUP [NOT USED] 15 3.9 ADJUSTING [NOT USED] 16 3.10 CLEANING [NOT USED] 17 3.11 CLOSEOUT ACTIVITIES [NOT USED] 18 3.12 PROTECTION [NOT USED] 19 3.13 MAINTENANCE [NOT USED] 20 3.14 ATTACHMENTS [NOT USED] 21 22 END OF SECTION 23 24 CITY OF FORT WORTH Lake Country 500,000 EST Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 32 1123-1 FLEXIBLE BASE COURSES Page 1 of 7 1 SECTION 32 1123 2 FLEXIBLE BASE COURSES a 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Foundation course for surface course or for other base course composed of flexible 7 base constructed in one or more courses in conformity with the typical section. f 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 —General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. Measurement for this Item will be by the square yard of Flexible Base Course 18 for various: 19 1) Depths 20 2) Types 21 3) Gradations 22 2. Payment 23 a. The work performed and materials furnished in accordance with this Item and 24 measured as provided under"Measurement"will be paid for at the unit price 25 bid per square yard of Flexible Base Course. 26 3. The price bid shall include: 27 a. Preparation and correction of subgrade 28 b. Furnishing of material 29 c. Hauling 30 d. Blading 31 e. Sprinkling 32 f. Compacting 33 1.3 REFERENCES 34 A. Definitions 35 1. RAP—Recycled Asphalt Pavement. i 36 B. Reference Standards E 37 1. Reference standards cited in this specification refer to the current reference standard 38 published at the time of the latest revision date logged at the end of this 39 specification,unless a date is specifically cited. 40 2. ASTM International(ASTM): CITY OF FORT WORTH Lake Cotattty 500,000 Gallon Elerated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 321123-2 FLEXIBLE BASE COURSES Page 2 of 7 1 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 2 Soil Using Standard Effort(12 400 ft-lbf/ft3 (600 kN-m/m3)) 3 3. Texas Department of Transportation(TXDOT): 4 a. Tex-104-E,Determining Liquid Limits of Soils 5 b. Tex-106-E, Calculating the Plasticity Index of Soils 6 c. Tex-107-E,Determining the Bar Linear Shrinkage of Soils 7 d. Tex-110-E,Particle Size Analysis of Soils 8 e. Tex-116-E,Ball Mill Method for Determining the Disintegration of Flexible 9 Base Material 10 f. Tex-117-E,Triaxial Compression for Disturbed Soils and Base Materials 11 g. Tex-411-A, Soundness of Aggregate Using Sodium Sulfate or Magnesium 12 Sulfate 13 h. Tex-413-A,Determining Deleterious Material in Mineral Aggregate 14 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 15 1.5 ACTION SUBMITTALS [NOT USED] 16 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE [NOT USED] 20 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 21 1.11 FIELD [SITE] CONDITIONS [NOT USED] 22 1.12 WARRANTY [NOT USED] 23 PART 2- PRODUCTS [NOT USED] 24 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 25 2.2 MATERIALS 26 A. General 27 1. Furnish uncontaminated materials of uniform quality that meet the requirements of 28 the Drawings and specifications. 29 2. Obtain materials from approved sources. 30 3. Notify City of changes to material sources. 31 4. The City may sample and test project materials at any time before compaction 32 throughout the duration of the project to assure specification compliance. 33 B. Aggregate 34 1. Furnish aggregate of the type and grade shown on the Drawings and conforming to 35 the requirements of Table 1. 36 2. Each source must meet Table 1 requirements for liquid limit,plastiCity index, and 37 wet ball mill for the grade specified. 38 3. Do not use additives such as but not limited to lime, cement, or fly ash to modify 39 aggregates to meet the requirements of Table 1,unless shown on the Drawings. CITY OF FORT WORTH Lake Country 500,000 Gallon Elerated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 321123-3 FLEXIBLE BASE COURSES Page 3 of 7 1 2 Table 1 3 Material Require ents Property Test Method Grade 1 Grade 2 Master gradation sieve size(%retained 2-1/2 in. — 0 1-3/4 in. 0 0-10 7/8 in Tex-110-E 10-35 — 3/8 in. 30-50 — No.4 45-65 45-75 No.40 70-85 60-85 Liquid limit,%max.' Tex-104-E 35 40 PlastiCi index,max.' Tex-106-E 10 12 Wet ball mill,%max. 40 45 Wet ball mill,%max. Tex-116-E increase passing the 20 20 No.40 sieve Classification' 1.0 1.1-2.3 Min.compressive 1 strength',psi Tex-117-E lateral pressure 0 psi 45 35 lateral pressure 15 psi 175 175 1.Determine plastic index in accordance with Tex-107-E(linear shrinkage)when liquid limit is unattainable as defined in Tex-104-E. 2.When a soundness value is required by the Drawings,test material in accordance with Tex-41 I-A. 3.Meet both the classification and the minimum compressive strength,unless otherwise shown on the Drawings. 4 5 4. Material Tolerances 6 a. The City may accept material if no more than 1 of the 5 most recent gradation 7 tests has an individual sieve outside the specified limits of the gradation. 8 b. When target grading is required by the Drawings,no single failing test may 9 exceed the master grading by more than 5 percentage points on sieves No.4 10 and larger or 3 percentage points on sieves smaller than No. 4. 11 c. The City may accept material if no more than 1 of the 5 most recent plasticity 12 index tests is outside the specified limit.No single failing test may exceed the 13 allowable limit by more than 2 points. 14 5. Material Types 15 a. Do not use fillers or binders unless approved. r 16 b. Furnish the type specified on the Drawings in accordance with the following: 17 1) Type A 18 a) Crushed stone produced and graded from oversize quarried aggregate 19 that originates from a single,naturally occurring source. 20 b) Do not use gravel or multiple sources. 21 2) Type B 22 a) Only for use as base material for temporary pavement repairs. 23 b) Do not exceed 20 percent RAP by weight unless shown on Drawings. 24 3) Type D 25 a) Type A material or crushed concrete. i 26 b) Crushed concrete containing gravel will be considered Type D 27 material. CITY OF FORT WORTH Lake Counny 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 321123-4 FLEXIBLE BASE COURSES Page 4 of 7 1 c) The City may require separate dedicated stockpiles in order to verify 2 compliance. 3 d) Crushed concrete must meet the following requirements: 4 (1) Table 1 for the grade specified. 5 (2) Recycled materials must be free from reinforcing steel and other 6 objectionable material and have at most 1.5 percent deleterious 7 material when tested in accordance with TEX-413-A. 8 C. Water 9 1. Furnish water free of industrial wastes and other objectionable matter. 10 2.3 ACCESSORIES [NOT USED] 11 2.4 SOURCE QUALITY CONTROL [NOT USED] 12 PART 3- EXECUTION 13 3.1 INSTALLERS [NOT USED] 14 3.2 EXAMINATION [NOT USED] 15 3.3 PREPARATION 16 A. General 17 1. Shape the subgrade or existing base to conform to the typical sections shown on the 18 Drawings or as directed. 19 2. When new base is required to be mixed with existing base: 20 a. Deliver,place,and spread the new flexible base in the required amount. 21 b. Manipulate and thoroughly mix the new base with existing material to provide 22 a uniform mixture to the specified depth before shaping. 23 B. Subgrade Compaction 24 1. Proof roll the roadbed before pulverizing or scarifying in accordance with the 25 following: 26 a. Proof Rolling 27 1) City Project Representative must be on-site during proof rolling operations. 28 2) Use equipment that will apply sufficient load to identify soft spots that rut 29 or pump. 30 a) Acceptable equipment includes fully loaded single-axle water truck 31 with a 1500 gallon capacity. 32 3) Make at least 2 passes with the proof roller(down and back= 1 pass). 33 4) Offset each trip by at most 1 tire width. 34 5) If an unstable or non-uniform area is found,correct the area. 35 b. Correct 36 1) Soft spots that rut or pump greater than 3/4 inch 37 2) Areas that are unstable or non-uniform 38 2. Installation of base material cannot proceed until compacted subgrade approved by 39 the City. 40 3.4 INSTALLATION 41 A. General CITY OF FORT WORTH Lake Couniq 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 32 1123-5 FLEXIBLE BASE COURSES Page 5 of 7 1 1. Construct each layer uniformly,free of loose or segregated areas, and with the 2 required density and moisture content. 3 2. Provide a smooth surface that conforms to the typical sections,lines,and grades 4 shown on the Drawings or as directed. r 5 3. Haul approved flexible base in clean, covered trucks. 6 B. Equipment 7 1. General 8 a. Provide machinery,tools, and equipment necessary for proper execution of the 9 work. 10 2. Rollers 11 a. The Contractor may use any type of roller to meet the production rates and 12 quality requirements of the Contract unless otherwise shown on the Drawings 13 or directed. 14 b. When specific types of equipment are required,use equipment that meets the 15 specified requirements. 16 c. Alternate Equipment. 17 1) Instead of the specified equipment,the Contractor may,as approved, 18 operate other compaction equipment that produces equivalent results. 19 2) Discontinue the use of the alternate equipment and furnish the specified 20 equipment if the desired results are not achieved. 21 d. City may require Contractor to substitute equipment if production rate and 22 quality requirements of the Contract are not met. 23 C. Placing 24 1. Spread and shape flexible base into a uniform layer by approved means the same 25 day as delivered unless otherwise approved. 26 2. Place material such that it is mixed to minimize segregation. 27 3. Construct layers to the thickness shown on the Drawings,while maintaining the 28 shape of the course. 29 4. Where subbase or base course exceeds 6 inches in thickness, construct in 2 or more 30 courses of equal thickness. 31 5. Minimum lift depth: 3 inches 32 6. Control dust by sprinkling. 33 7. Correct or replace segregated areas as directed. 34 8. Place successive base courses and finish courses using the same construction x 35 methods required for the first course. 36 D. Compaction 37 1. General 38 a. Compact using density control unless otherwise shown on the Drawings. 39 b. Multiple lifts are permitted when shown on the Drawings or approved. 40 c. Bring each layer to the moisture content directed.When necessary, sprinkle the 41 material to the extent necessary to provide not less than the required density. 42 d. Compact the full depth of the subbase or base to the extent necessary to remain 43 firm and stable under construction equipment. r : 44 2. Rolling s E r CITY OF FORT WORTH Lake Countr7,500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 1 321123-6 FLEXIBLE BASE COURSES Page 6 of 7 1 a. Begin rolling longitudinally at the sides and proceed towards the center, 2 overlapping on successive trips by at least 1/2 the width of the roller unit. 3 b. On superelevated curves,begin rolling at the low side and progress toward the 4 high side. 5 c. Offset alternate trips of the roller. 6 d. Operate rollers at a speed between 2 and 6 mph as directed. 7 e. Rework,recompact, and refinish material that fails to meet or that loses 8 required moisture, density,stability,or finish before the next course is placed or 9 the project is accepted. 10 f. Continue work until specification requirements are met. 11 g. Proof roll the compacted flexible base in accordance with the following: 12 1) Proof Rolling 13 a) City Project Representative must be on-site during proof rolling 14 operations. 15 b) Use equipment that will apply sufficient load to identify soft spots that 16 rut or pump. 17 (1) Acceptable equipment includes fully loaded single-axle water truck 18 with a 1500 gallon capacity. 19 c) Make at least 2 passes with the proof roller(down and back= 1 pass). 20 d) Offset each trip by at most 1 tire width. 21 e) If an unstable or non-uniform area is found,correct the area. 22 2) Correct 23 a) Soft spots that rut or pump greater than 3/4 inch. 24 b) Areas that are unstable or non-uniform. 25 3. Tolerances 26 a. Maintain the shape of the course by blading. 27 b. Completed surface shall be smooth and in conformity with the typical sections 28 shown on the Drawings to the established lines and grades. 29 c. For subgrade beneath paving surfaces, correct any deviation in excess of 1/4 30 inch in cross section in length greater than 16 feet measured longitudinally by 31 loosening, adding or removing material. Reshape and recompact by sprinkling 32 and rolling. 33 d. Correct all fractures, settlement or segregation immediately by scarifying the 34 areas affected, adding suitable material as required. Reshape and recompact by 35 sprinkling and rolling. 36 e. Should the subbase or base course, due to any reason, lose the required 37 stability,density and finish before the surfacing is complete,it shall be 38 recompacted at the sole expense of the Contractor. 39 4. Density Control 40 a. Minimum Density: 95 percent compaction as determined by ASTM D698. 41 b. Moisture content: minus 2 to plus 4 of optimum. 42 E. Finishing 43 1. After completing compaction, clip,skin, or tight-blade the surface with a 44 maintainer or subgrade trimmer to a depth of approximately 1/4 inch. 45 2. Remove loosened material and dispose of it at an approved location. 46 3. Seal the clipped surface immediately by rolling with an appropriate size pneumatic 47 tire roller until a smooth surface is attained. 48 4. Add small increments of water as needed during rolling. CITY OF FORT WORTH Lake Coanto,500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 321123-7 FLEXIBLE BASE COURSES Page 7 of 7 1 5. Shape and maintain the course and surface in conformity with the typical sections, 2 lines, and grades as shown on the Drawings or as directed. 3 6. In areas where surfacing is to be placed,correct grade deviations greater than 1/4 4 inch in 16 feet measured longitudinally or greater than 1/4 inch over the entire 5 width of the cross-section. 6 7. Correct by loosening, adding, or removing material. { 7 8. Reshape and recompact in accordance with 3A.C. 8 3.5 REPAIR/RESTORATION [NOT USED] 9 3.6 RE-INSTALLATION [NOT USED] 10 3.7 QUALITY CONTROL 11 A. Density Test 12 1. City to measure density of flexible base course. 13 a. Notify City Project Representative when flexible base ready for density testing. 14 b. Spacing directed by City(1 per block minimum). - 15 c. City Project Representative determines location of density testing. 16 3.8 SYSTEM STARTUP [NOT USED] u 17 3.9 ADJUSTING [NOT USED] 18 3.10 CLEANING [NOT USED] 19 3.11 CLOSEOUT ACTIVITIES [NOT USED] 20 3.12 PROTECTION [NOT USED] 21 3.13 MAINTENANCE [NOT USED] 22 3.14 ATTACHMENTS [NOT USED] 23 END OF SECTION 24 Revision Log DATE NAME SUMMARY OF CHANGE 25 � 3 r' CITY OF FORT WORTH Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 i 3292 13-1 HYDROMULCHING,SEEDING AND SODDING Page I of 8 1 SECTION 32 92 13 2 HYDROMULCHING, SEEDING AND SODDING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnishing and installing grass sod and permanent seeding as shown on Drawings, 7 or as directed. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0-Bidding Requirements,Contract Forms, and Conditions of the Contract 12 2. Division 1 -General Requirements 13 3. Section 32 91 19—Topsoil Placement and Finishing of Parkways 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Block Sod Placement 17 a. Measurement 18 1) Measurement for this Item shall be by the square yard of Block Sod placed. 19 b. Payment 20 1) The work performed and materials furnished in accordance with this Item 21 and measured as provided under"Measurement"will be paid for at the unit 22 price bid per square yard of Block Sod placed. 23 c. The price bid shall include: 24 1) Furnishing and placing all sod 25 2) Rolling and tamping 26 3) Watering(until established) 27 4) Disposal of surplus materials 28 2. Seeding 29 a. Measurement 30 1) Measurement for this Item shall be by the square yard of Seed spread. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 and measured as provided under"Measurement"will be paid for at the unit 34 price bid per square yard of Seed placed for various installation methods. 35 c. The price bid shall include: 36 1) Furnishing and placing all Seed 37 2) Furnishing and applying water for seed fertilizer 38 3) Slurry and hydraulic mulching 39 4) Fertilizer 40 5) Watering and mowing(until established) 41 6) Disposal of surplus materials 42 3. Mowing 43 a. Measurement CITY OF FORT WORTH Lake Counny 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 329213-2 HYDROMULCHING,SEEDING AND SODDING Page 2 of 8 1 1) Measurement for this Item shall per each. 2 b. Payment 3 1) The work performed and materials furnished in accordance with this Item 4 and measured as provided under"Measurement"will be paid for at the unit 5 price bid per each. 6 1.3 REFERENCES [NOT USED] 7 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 8 1.5 ACTION SUBMITTALS [NOT USED] 9 1.6 INFORMATIONAL SUBMITTALS 10 A. Seed 11 1. Vendors' certification that seeds meet Texas State seed law including: 12 a. Testing and labeling for pure live seed(PLS) 13 b. Name and type of seed 14 2. All seed shall be tested in a laboratory with certified results presented to the City in - 15 writing,prior to planting. 16 3. All seed to be of the previous season's crop and the date on the container shall be 17 within 12 months of the seeding date. 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIVERY, STORAGE,AND HANDLING 22 A. Block Sod 23 1. Protect from exposure to wind, sun and freezing. 24 2. Keep stacked sod moist. 25 B. Seed 26 1. If using native grass or wildflower seed,seed must have been harvested within 100 27 miles of the construction site. 28 2. Each species of seed shall be supplied in a separate,labeled container for 29 acceptance by the City. 30 C. Fertilizer 31 1. Provide fertilizer labeled with the analysis. 32 2. Conform to Texas fertilizer law. 33 1.11 FIELD [SITE] CONDITIONS [NOT USED] 34 1.12 WARRANTY [NOT USED] 35 PART 2- PRODUCTS [NOT USED] 36 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 37 2.2 MATERIALS AND EQUIPMENT 38 A. Materials CITY OF FORT WORTH Lake Counhy 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 329213-3 HYDROMULCHING,SEEDING AND SODDING Page 3 of 8 1 1. Block Sod 2 a. Sod Varieties(match existing if applicable) 3 1) "Stenotaphrum secundatum" (St.Augustine grass) 4 2) "Cynodon dactylon" (Common Bermudagrass) 5 3) "Buchloe dactyloides" (Buffalograss) 6 4) an approved hybrid of Common Bermudagrass 7 5) or an approved Zoysiagrass 8 b. Sod must contain stolons, leaf blades,rhizomes and roots. 9 c. Sod shall be alive,healthy and free of insects,disease,stones,undesirable 10 foreign materials and weeds and grasses deleterious to its growth or which 11 might affect its subsistence or hardiness when transplanted. 12 d. Minimum sod thickness: 3/4 inch 13 e. Maximum grass height: 2 inches 14 f. Acceptable growing beds 15 1) St.Augustine grass sod: clay or clay loam topsoil 16 2) Bermuda grasses and zoysia grasses: sand or sandy loam soils 17 g. Dimensions 18 1) Machine cut to uniform soil thickness. 19 2) Sod shall be of equal width and of a size that permits the sod to be lifted, 20 handled and rolled without breaking. 21 h. Broken or torn sod or sod with uneven ends shall be rejected. 22 2. Seed 23 a. General 24 1) Plant all seed at rates based on pure live seed(PLS) 25 a) Pure Live Seed(PLS)determined using the formula: 26 (1) Percent Pure Live Seed=Percent Purity x[(Percent Germination+ 27 Percent Firm or Hard Seed)+ 100] 28 2) Availability of Seed 29 a) Substitution of individual seed types due to lack of availability may be 30 permitted by the City at the time of planting. 31 b) Notify the City prior to bidding of difficulties locating certain species. 32 3) Weed seed 33 a) Not exceed ten percent by weight of the total of pure live seed(PLS) 34 and other material in the mixture 35 b) Seed not allowed: 36 (1) Jolmsongrass 37 (2) Nutgrass seed 38 4) Harvest seed within 1-year prior to planting 39 b. Non-native Grass Seed 40 1) Plant between April 15 and September 10 41 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) 25 Bermuda(unhulled) cynodon dactylon 85 90 75 Bermuda(hulled) cynodon dactylon 95 90 42 43 2) Plant between September 10 and April 15 44 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) CITY OF FORT WORTH Lake County 500,000 Gallon Elerated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 329213-4 HYDROMULCHING,SEEDING AND SODDING Page 4 of 8 220 Rye Grass lolium multforum 85 90 p 75 Bermuda(unhulled) cynodon dactylon 95 90 1 2 c. Native Grass Seed 1 3 1) Plant between February 1 and October 1. I_ 4 Lbs.PLS/Acre Common Name Botanical Name 1.6 Green Sprangletop Leptochloa dubia 5.5 Sideoats Grama* Boutelorta curtipendula 3.7 Little Bluestein* Schizachyrirmr scopar•irnn 17.0 Buffalograss Buchloe dactyloides 1.8 Indian Grass* Sorghastrum nutans 0.5 Sand Lovegrass* Eragrostis trichodes 6.0 Big Bluestein Andropogon gerardii 8.0 Eastern Grama Tr•ipscacum dactyloides 1.2 Blue Grama Bouteloita gracilis 1.8 Switchgrass Panicuin virgatum 10.0 Prairie Wildrye* Elynnis canadensis 5 6 d. Wildflower Seed 7 1) Plant between the following: 8 a) March 5 and May 31 9 b) September 1 and December 1 10 Lbs.PLS/Acre Common Name Botanical Naine 3.0 Bush Sunflower Sinsia cah,a 5.0 Butterfly Weed Asclepias tuberosa 2.0 Clasping Coneflower* Rudbeckia amplexicaulis 3.0 Golden-Wave Coreopsis basalis 13.4 Illinois Bundleflower Desmanthus illinoensis 13.6 Partridge Pea Cassia fasciculata 2.0 Prairie Verbena Verbena bipinnatifida 8.0 Texas Yellow Star Lindheimeri texana 8.0 Winecup Callirhoe involcr•ata 2.0 Black-eyed Susan Rudbeckia hirta 18.0 Cutleaf Daisy Engelmannia pinnat f da 2.0 Obedient Plant Physostegia intermedia 3.0 Pitcher Sage Salvia azurea 2.0 Plains Coreopsis Coreopsis tinctoria 8.0 Scarlet Sage Salvia coccinea 11 *not to be planted within ten feet of a road or parking lot or within three feet of a 12 walkway 13 14 e. Temporary Erosion Control Seed 15 1) Consist of the sowing of cool season plant seeds. 16 3. Mulch 17 a. For use with conventional mechanical or hydraulic planting of seed. 18 b. Wood cellulose fiber produced from virgin wood or recycled paper-by-products 19 (waste products from paper mills or recycled newspaper). 20 c. No growth or germination inhibiting factors. 21 d. No more than ten percent moisture,air dry weight basis. 22 e. Additives: binder in powder form. CITY OF FORT WORTH Lake Counb),500,000 Gallon Elerated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 329213-5 HYDROMULCHING,SEEDING AND SODDING Page 5 of 8 1 f. Form a strong moisture retaining mat. 2 4. Fertilizer 3 a. Acceptable condition for distribution 4 b. Applied uniformly over the planted area 5 c. Analysis 6 1) 16-20-0 7 2) 16-8-8 8 d. Fertilizer rate: 9 1) Not required for wildflower seeding 10 2) Newly established seeding areas- 100 pounds of nitrogen per acre 11 3) Established seeding areas -150 pounds of nitrogen per acre 12 5. Topsoil: See Section 32 91 19. 13 6. Water: clean and free of industrial wastes or other substances harmful to the 14 germination of the seed or to the growth of the vegetation. 15 7. Soil Retention Blanket 16 a. "Curlex P from American Excelsior, 900 Ave.H East,Post Office Box 5624, 17 Arlington,Texas 76001, 1-800-777-SOIL or approved equal. 18 19 2.3 ACCESSORIES [NOT USED] 20 2.4 SOURCE QUALITY CONTROL [NOT USED] 21 PART 3- EXECUTION [NOT USED] 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION [NOT USED] 24 3.3 PREPARATION 25 A. Surface Preparation: clear surface of all material including: 26 1. Stumps, stones, and other objects larger than one inch. 27 2. Roots,brush,wire,stakes,etc. 28 3. Any objects that may interfere with seeding or maintenance. 29 B. Tilling 30 1. Compacted areas: till 1 inch deep 31 2. Areas sloped greater than 3:1:run a tractor parallel to slope to provide less 32 seed/water run-off 33 3. Areas near trees: Do not till deeper than 1/2 inch inside "drip line" of trees. 34 3.4 INSTALLATION 35 A. Block Sodding 36 1. General 37 a. Place sod between curb and walk and on terraces that is the same type grass as 38 adjacent grass or existing lawn. 39 b. Plant between the average last freeze date in the spring and 6 weeks prior to the 40 average first freeze in the fall. 41 2. Installation CITY OF FORT WORTH Lake County 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 329213-6 HYDROMULCHING,SEEDING AND SODDING Page 6 of 8 4 1 a. Plant sod specified after the area has been completed to the lines and grades 2 shown on the Drawings with 6 inches of topsoil. 3 b. Use care to retain native soil on the roots of the sod during the process of 4 excavating,hauling and planting. 5 c. Keep sod material moist from the time it is dug until planted. 6 d. Place sod so that the entire area designated for sodding is covered. 7 e. Fill voids left in the solid sodding with additional sod and tamp. 8 f. Roll and tamp sod so that sod is in complete contact with topsoil at a uniform 9 slope. 10 g. Peg sod with wooden pegs(or wire staple)driven through the sod block to the 11 firm earth in areas that may slide due to the height or slope of the surface or 12 nature of the soil. 13 3. Watering and Finishing 14 a. Furnish water as an ancillary cost to Contractor by means of temporary 15 metering/irrigation, water truck or by any other method necessary to achieve 16 an acceptable stand of turf as defined in 3.13.13. 17 b. Thoroughly water sod immediately after planted. F 18 c. Water until established. 19 d. Generally, an amount of water that is equal to the average amount of rainfall 20 plus 1/2 inch per week should be applied until accepted. If applicable,plant 21 large areas by irrigation zones to ensure areas are watered as soon as they are 22 planted. 23 B. Seeding 24 1. General 25 a. Seed only those areas indicated on the Drawings and areas disturbed by 26 construction. 27 b. Mark each area to be seeded in the field prior to seeding for City approval 28 2. Broadcast Seeding 29 a. Broadcast seed in 2 directions at right angles to each other. 30 b. Harrow or rake lightly to cover seed. 31 c. Never cover seed with more soil than twice its diameter. 32 d. For wildflower plantings: 33 1) Scalp existing grasses to I inch 34 2) Remove grass clippings,so seed can make contact with the soil. 35 3. Mechanically Seeding(Drilling): 36 a. Uniformly distribute seed over the areas shown on the Drawings or as directed. 37 b. All varieties of seed and fertilizer may be distributed at the same time provided 38 that each component is uniformly applied at the specified rate. 39 c. Drill seed at a depth of 1/4 inch to 3/8 inch utilizing a pasture or rangeland type 40 drill. 41 d. Drill on the contour of slopes 42 e. After planting roll with a roller integral to the seed drill, or a corrugated roller 43 of the "Cultipacker" type. 44 f. Roll slope areas on the contour. 45 4. Hydromulching 46 a. Mixing: Seed,mulch,fertilizer and water may be mixed provided that: 47 1) Mixture is uniformly suspended to form a homogenous slurry. r CITY OF FORT WORTH Lake Counhy 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 329213-7 HYDROMULCHING,SEEDING AND SODDING Page 7 of 8 1 2) Mixture forms a blotter-like ground cover impregnated uniformly with 2 grass seed. 3 3) Mixture is applied within 30 minutes after placed in the equipment. 4 b. Placing 5 1) Uniformly distribute in the quantity specified over the areas shown on the 6 Drawings or as directed. 7 5. Fertilizing: uniformly apply fertilizer over seeded area. 8 6. Watering 9 a. Furnish water by means of temporary metering/irrigation,water truck or by 10 any other method necessary to achieve an acceptable stand of turf as defined in 11 3.13.B. 12 b. Water soil to a minimum depth of 4 inches within 48 hours of seeding. 13 c. Water as direct by the City at least twice daily for 14 days after seeding in such 14 a manner as to prevent washing of the slopes or dislodgement of the seed. 15 d. Water until final acceptance. 16 e. Generally, an amount of water that is equal to the average amount of rainfall 17 plus 1/2 inch per week should be applied until accepted. 18 3.5 REPAUVRESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. Block Sodding 28 1. Water and mow sod until completion and final acceptance of the Project or as 29 directed by the City. 30 2. Sod shall not be considered finally accepted until the sod has started to peg down 31 (roots growing into the soil) and is free from dead blocks of sod. 32 B. Seeding 33 1. Water and mow sod until completion and final acceptance of the Project or as 34 directed by the City. 35 2. Maintain the seeded area until each of the following is achieved: 36 a. Vegetation is evenly distributed 37 b. Vegetation is free from bare areas 38 3. Turf will be accepted once fully established. 39 a. Seeded area must have 100 percent growth to a height of 3 inches with 1 mow 40 cycle performed by the Contractor prior to consideration of acceptance by the 41 City. 42 C. Rejection CITY OF FORT WORTH Lake County 500,000 Gallon Elei,ated Storage Tank Relrabililation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 329213-8 HYDROMULCHING,SEEDING AND SODDING Page 8 of 8 1 1. City may reject block sod or seeded area on the basis of weed populations. 2 3.14 ATTACHMENTS [NOT USED] 3 END OF SECTION 4 k f. K _ fi 4z ; P fn5 t 3`s t` } CITY OF FORT WORTH Lake Country 500,000 Gallon Eleratetl Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 33 11 10-1 DUCTILE IRON PIPE Page 1 of 13 1 SECTION 33 1110 2 DUCTILE IRON PIPE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Ductile Iron Pipe 3-inch through 64-inch for potable water, wastewater and reuse 7 applications 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 I. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 —General Requirements 14 3. Section 33 0131 —Closed Circuit Television(CCTV)Inspection 15 4. Section 33 04 10—Joint Bonding and Electrical Isolation 16 5. Section 33 04 40—Cleaning and Acceptance Testing of Water Mains 17 6. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 18 7. Section 33 05 24—Installation of Carrier Pipe in Casing or Tunnel Liner Plate 19 8. Section 33 1105—Bolts,Nuts, and Gaskets 20 9. Section 33 11 11 —Ductile Iron Fittings 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Ductile Iron Pipe 24 a. Measurement 25 1) Measured horizontally along the surface from center line to center line of 26 the fitting,manhole, or appurtenance 27 b. Payment 28 1) The work performed and materials furnished in accordance with this Item 29 and measured as provided under"Measurement"will be paid for at the unit 30 price bid per linear foot for"DIP"installed for: 31 a) Various sizes 32 b) Various types of backfill 33 c) Various linings 34 d) Various Depths,for miscellaneous sewer projects only 35 e) Various restraints 36 f) Various uses 37 c. The price bid shall include: 38 1) Furnishing and installing Ductile Iron Pipe with joints as specified by the 39 Drawings CITY OF FORT WORTH Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 33 11 10-2 DUCTILE IRON PIPE Page 2 of 13 1 2) Mobilization 2 3) Polyethylene encasement 3 4) Lining 4 5) Pavement removal 5 6) Excavation 6 7) Hauling 7 8) Disposal of excess material 8 9) Furnishing,placement and compaction of embedment 9 10) Furnishing, placement and compaction of backfill 10 11) Trench water stops 11 12) Thrust restraint,if required in Contract Documents 12 13) Bolts and nuts 13 14) Gaskets 14 15) Clean-up 15 16) Cleaning 16 17) Disinfection z 17 18) Testing 18 1.3 REFERENCES 19 A. Definitions 20 1. Gland or Follower Gland 21 a. Non-restrained,mechanical joint fitting 22 2. Retainer Gland 23 a. Mechanically restrained mechanical joint fitting 24 B. Reference Standards 25 1. Reference standards cited in this Specification refer to the current reference 26 standard published at the time of the latest revision date logged at the end of this 27 Specification,unless a date is specifically cited. 28 2. American Association of State Highway and Transportation Officials(AASHTO). 29 3. American Society of Mechanical Engineers(ASME): 30 a. B16.1,Gray Iron Pipe Flanges and Flanged Fittings(Classes 25, 125 and 250). 31 4. ASTM International(ASTM): 32 a. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for 33 High Temperature or High Pressure Service and Other Special Purpose 34 Applications 35 b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High 36 Pressure or High Temperature Service, or Both 37 c. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. 38 d. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi 39 Tensile Strength. 40 e. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for 41 Water or Other Liquids. 42 f. B 117, Standard Practice for Operating Salt Spray(Fog)Apparatus. 43 g. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 44 Steel. i 45 5. American Water Works Association(AWWA): t CITY OF FORT WORTH Lake Countr7,500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 33 11 10-3 DUCTILE IRON PIPE Page 3 of 13 1 a. C203,Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - 2 Enamel and Tape-Hot Applied. 3 b. C600,Installation of Ductile-Iron Water Mains and their Appurtenances. 4 c. M41,Ductile-Iron Pipe and Fittings. 5 6. American Water Works Association/American National Standards Institute 6 (AWWA/ANSI): 7 a. CI04/A21.4, Cement—Mortar Lining for Ductile-Iron Pipe and Fittings. 8 b. CI05/A21.5,Polyethylene Encasement for Ductile-Iron Pipe Systems. 9 c. CI I I/A21.11,Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 10 d. Cl 15/A21.15,Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron 11 Threaded Flanges. 12 e. CI50/A21.50,Thickness Design of Ductile-h•on Pipe. 13 f. C151/A21.51,Ductile-Iron Pipe, Centrifugally Cast,for Water. 14 g. C600,Installation of Ductile-h-on Water Mains and their Appurtenances 15 7. NSF International(NSF): 16 a. 61,Drinking Water System Components-Health Effects. 17 8. Society for Protective Coatings(SSPC): 18 a. PA 2,Measurement of Dry Coating Thickness with Magnetic Gages. 19 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 20 1.5 SUBMITTALS 21 A. Submittals shall be in accordance with Section 01 33 00. 22 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 23 specials. 24 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 25 A. Product Data 26 1. Interior lining 27 a. If it is other than cement mortar lining in accordance with AWWA/ANSI 28 CI04/A21.4,including: 29 1) Material 30 2) Application recommendations 31 3) Field touch-up procedures 32 2. Thrust Restraint 33 a. Retainer glands,thrust harnesses or any other means 34 3. Gaskets 35 a. If hydrocarbon or other special gaskets are required 36 B. Shop Drawings—Furnish for Ductile Iron Pipe used in the water distribution system or 37 for a wastewater force main for 24-inch and greater diameters,including: 38 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 39 Texas including: 40 a. Working pressure 41 b. Surge pressure 42 c. Deflection CITY OF FORT WORTH Lake County 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 33 11 10-4 DUCTILE IRON PIPE Page 4 of 13 1 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed 2 Professional Engineer in Texas, to verify the restraint lengths shown in the 3 Drawings. 4 3. Lay schedule/drawing for 24-inch and greater diameters, sealed by a Licensed 5 Professional Engineer in Texas including: 6 a. Pipe class 7 b. Joints type 8 c. Fittings 9 d. Stationing 10 e. Transitions 11 f. Joint deflection 12 C. Certificates 13 1. Furnish an affidavit certifying that all Ductile Iron Pipe meets the provisions of this 14 Section,each run of pipe furnished has met Specifications, all inspections have 15 been made,and that all tests have been performed in accordance with i 16 AWWA/ANSI C151/A21.51. 17 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE 21 A. Qualifications 22 1. Manufacturers 23 a. Finished pipe shall be the product of 1 manufacturer. 24 1) Change orders,specials, and field changes may be provided by a different 25 manufacturer upon City approval. 26 b. Pipe manufacturing operations(pipe,lining, and coatings) shall be performed 27 under the control of the manufacturer. 28 c. Ductile Iron Pipe 29 1) Manufactured in accordance with AWWA/ANSI C151/A21.51 30 a) Perform quality control tests and maintain results as outlined within 31 standard to assure compliance. 32 2) Subject each pipe to a hydrostatic test of not less than 500 psi for duration 33 of at least 10 seconds. 34 B. Preconstruction Testing 35 1. The City may, at its own cost, subject random lengths of pipe for testing by an 36 independent laboratory for compliance with this Specification. 37 a. The compliance test shall be performed in the United States. 38 b. Any visible defects or failure to meet the quality standards herein will be 39 grounds for rejecting the entire order. 40 1.10 DELIVERY, STORAGE,AND HANDLING 41 A. Storage and Handling Requirements 42 1. Ductile Iron Pipe shall be stored and handled in accordance with the guidelines as 43 stated in AWWA M41. CITY OF FORT WORTH Lake Counny 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 33 11 10-5 DUCTILE IRON PIPE Page 5 of 13 1 2. Secure and maintain a location to store the material in accordance with Section 01 2 6600. 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART 2- PRODUCTS 6 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 7 2.2 EQUIPMENT,PRODUCT TYPES AND MATERIALS 8 A. Manufacturers 9 1. Only the manufacturers as listed in the City's Standard Products List will be 10 considered as shown in Section 0160 00. 11 a. The manufacturer must comply with this Specification and related Sections. 12 2. Any product that is not listed on the Standard Products List is considered a 13 substitution and shall be submitted in accordance with Section 0125 00. 14 B. Pipe 15 1. Pipe shall be in accordance with AWWA/ANSI C111/A21.11,AWWA/ANSl 16 C1 50/A21.15,and AWWA/ANSI C151/A21.51. 17 2. All pipe shall meet the requirements of NSF 61. 18 3. Pipe shall have a lay length of 18 feet or 20 feet except for special fittings or 19 closure pieces and necessary to comply with the Drawings. 20 4. As a minimum the following pressures classes apply. The Drawings may specify a 21 higher pressure class or the pressure and deflection design criteria may also require 22 a higher pressure class,but in no case should they be less than the following: 23 Diameter Min Pressure Class inches (psi) 3 through 12 350 14 through 20 250 24 200 30 through 64 150 24 25 5. Pipe markings shall meet the minimum requirements of AW WA/ANSI 26 C151/A21.51. Minimum pipe markings shall be as follows: 27 a. "DI"or"Ductile"shall be clearly labeled on each pipe 28 b. Weight,pressure class and nominal thickness of each pipe 29 c. Year and country pipe was cast 30 d. Manufacturer's mark 31 6. Pressure and Deflection Design 32 a. Pipe design shall be based on trench conditions and design pressure class 33 specified in the Drawings. CITY OF FORT WORTH Lake Counby 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 33 11 10-6 DUCTILE IRON PIPE Page 6 of 13 1 b. Pipe shall be designed according to the methods indicated in AWWA/ANSI 2 C150/A21.50,AWWA/ANSI C151/A21.51, and AWWA M41 for trench __. 3 construction,using the following parameters: 1 4 1) Unit Weight of Fill(w)= 130 pcf i_ 5 2) Live Load=AASHTO HS 20 6 3) Trench Depth= 12 feet minimum, or as indicated in Drawings 7 4) Bedding Conditions=Type 4 8 5) Working Pressure (P«,)= 150 psi 9 6) Surge Allowance (PS)= 100 psi 10 7) Design Internal Pressure(Pi)=Pw+P,or 2:1 safety factor of the actual 11 working pressure plus the actual surge pressure,whichever is greater. 12 a) Test Pressure= 13 (1) No less than 1.25 minimum times the stated working pressure(187 14 psi minimum)of the pipeline measured at the highest elevation 15 along the test section. 16 (2) No less than 1.5 times the stated working pressure(225 psi 1 17 minimum)at the lowest elevation of the test section. 18 8) Maximum Calculated Deflection(D,,)=3 percent 19 9) Restrained Joint Safety Factor(Sf)= 15 percent 20 c. Trench depths shall be verified after existing utilities are located. 21 1) Vertical alignment changes required because of existing utility or other 22 conflicts shall be accommodated by an appropriate change in pipe design 23 depth. 24 2) In no case shall pipe be installed deeper than its design allows. 25 7. Provisions for Thrust 26 a. Thrust at bends,tees,plugs or other fittings shall be mechanically restrained 27 joints when required by the Drawings. 28 b. Thrust at bends adjacent to casing pipe shall be restrained by mechanical means 29 through casing and for a sufficient distance each side of casing. 30 c. No thrust restraint contribution shall be allowed for the restrained length of 31 pipe within the casing. 32 d. Restrained joints,when required, shall be used for a sufficient distance from 33 each side of the bend,tee,plug,valve or other fitting to resist thrust which will 34 be developed at the design pressure of the pipe. For the purpose of thrust,the 35 following shall apply: 36 1) Valves shall be calculated as dead ends. 37 2) Design pressure shall be greater than the working pressure of the pipe or 38 the internal pressure(Pi)whichever is greater. 39 3) Restrained joints shall consist of approved mechanical restrained or push- 40 on restrained joints as listed in the City's Standard Products List as shown 41 in Section 0160 00. 42 e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to 43 resist thrust in accordance with the Drawings,AWWA M41, and the following: i 44 1) The weight of earth(We)shall be calculated as the weight of the projected 45 soil prism above the pipe,for unsaturated soil conditions. 46 2) Soil density= 130 pcf(maximum value to be used),for unsaturated soil 47 conditions 48 3) If indicated on the Drawings and the Geotechnical Borings that ground 49 water is expected, account for reduced soil density. € CITY OF FORT WORTH Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 33 11 10-7 DUCTILE IRON PIPE Page 7 of 13 1 8. Joints 2 a. General—Comply with AWWA/ANSI C111/A21.11. 3 b. Push-On Joints 4 c. Mechanical Joints 5 d. Push-On Restrained Joints 6 1) Restraining Push-on joints by means of a special gasket 7 a) Only those products that are listed in Section 0160 00 8 b) The working pressure rating of the restrained gasket must exceed the 9 test pressure of the pipe line to be installed. 10 c) Approved for use of restraining Ductile Iron Pipe in casing with a 11 carrier pipe of 4-inches to 12-inches 12 d) Otherwise only approved if specially listed on the Drawings 13 2) Push-on Restrained Joint bell and spigot 14 a) Only those products list in the standard products list will be allowed for 15 the size listed in the standard products list per Section 0160 00. 16 b) Pressure rating shall exceed the working and test pressure of the pipe 17 line. 18 e. Flanged Joints—AWWA/ANSI C115/A21.15,ASME B16.1,Class 125 19 f. Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 125. 20 g. Field fabricated flanges are prohibited. 21 9. Gaskets 22 a. Provide Gaskets in accordance with Section 33 1105. 23 10. Isolation Flanges 24 a. Flanges required by the drawings to be Isolation Flanges shall conform to 25 Section 33 04 10. 26 11. Bolts and Nuts 27 a. Mechanical Joints 28 1) Provide bolts and nuts in accordance with Section 33 11 05. 29 b. Flanged Ends 30 1) Meet requirements of AWWA C115. 31 a) Provide bolts and nuts in accordance with Section 33 11 05. 32 12. Flange Coatings 33 a. Connections to Steel Flanges 34 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 35 Tape System in accordance with Section 33 1105. 36 13. Ductile Iron Pipe Exterior Coatings 37 a. All ductile iron shall have an asphaltic coating,minimum of 1 mil thick, on the 38 pipe exterior,unless otherwise specified in the Contract Documents. 39 14. Polyethylene Encasement 40 a. All buried Ductile Iron Pipe shall be polyethylene encased. 41 b. Only manufacturers listed in the City's Standard Products List as shown in 42 Section 0160 00 will be considered acceptable. 43 c. Use only virgin polyethylene material. 44 d. Encasement for buried pipe shall be 8 mil linear low density(LLD) 45 polyethylene conforming to AWWA/ANSI CI05/A21.5 or 4 mil high density 46 cross-laminated(HDCL)polyethylene encasement conforming to 47 AWWA/ANSI CI05/A21.5 and ASTM A674. CITY OF FORT WORTH Lake Connoy 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 33 11 10-8 DUCTILE IRON PIPE Page 8 of 13 1 e. Marking: At a minimum of every 2 feet along its length,the mark the 2 polyethylene film with the following information: 3 1) Manufacturer's name or trademark 4 2) Year of manufacturer 5 3) AWWA/ANSI CI05/A21.5 6 4) Minimum film thickness and material type 7 5) Applicable range of nominal diameter sizes 8 6) Warning—Corrosion Protection—Repair Any Damage 9 f. Special Markings/Colors 10 1) Reclaimed Water,perform one of the following: 11 a) Label polyethylene encasement with"RECLAIMED WATER", 12 b) Provide purple polyethylene in accordance with the American Public 13 Works Association Uniform Color Code; or 14 c) Attach purple reclaimed water marker tape to the polyethylene_wrap. 15 2) Wastewater,perform one of the following: 16 a) Label polyethylene encasement with"WASTEWATER"; 17 b) Provide green polyethylene in accordance with the American Public 18 Works Association Uniform Color Code; or 19 c) Attach green sanitary sewer marker tape to the polyethylene wrap. 20 g. Minimum widths 21 Polyethylene Tube and Sheet Sizes for Push-On Joint Pipe Nominal Pipe Diameter Min.Width—Flat Tube Min.Width—Sheet (inches) (inches) (inches) 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 ; 16 34 68 18 37 74 20 41 82 24 54 108 4 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 60 108 216 64 121 242 22 15. Ductile Iron Pipe Interior Lining 23 a. Cement Mortar Lining r CITY OF FORT WORTH Lake Coning 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 33 11 10-9 DUCTILE IRON PIPE Page 9 of 13 1 1) Ductile Iron Pipe for potable water shall have a cement mortar lining in 2 accordance with AWWA/ANSI CI04/A21.04 and be acceptable according 3 to NSF 61. 4 b. Ceramic Epoxy or Epoxy Linings 5 1) Ductile Iron Pipe for use in wastewater applications shall be lined with a 6 Ceramic Epoxy or Epoxy lining as designated in the City's Standard 7 Products List as shown in Section 0160 00. 8 2) Apply lining at a minimum of 40 mils DFT. 9 3) Due to the tolerances involved,the gasket area and spigot end up to 6 10 inches back from the end of the spigot end must be coated with 6 mils 11 nominal, 10 mils maximum using a Joint Compound as supplied by the 12 manufacturer. 13 a) Apply the joint compound by brush to ensure coverage. 14 b) Care should betaken that the joint compound is smooth without excess 15 buildup in the gasket seat or on the spigot ends. 16 c) Coat the gasket seat and spigot ends after the application of the lining. 17 4) Surface preparation shall be in accordance with the manufacturer's 18 recommendations. 19 5) Check thickness using a magnetic film thickness gauge in accordance with 20 the method outlined in SSPC PA 2. 21 6) Test the interior lining of all pipe barrels for pinholes with a non- 22 destructive 2,500 volt test. 23 a) Repair any defects prior to shipment. 24 7) Mark each fitting with the date of application of the lining system along 25 with its numerical sequence of application on that date and records 26 maintained by the applicator of his work. 27 8) For all Ductile Iron Pipe in wastewater service where the pipe has been 28 cut,coat the exposed surface with the touch-up material as recommended 29 by the manufacturer. 30 a) The touch-up material and the lining shall be of the same manufacturer. 31 2.3 ACCESSORIES [NOT USED] 32 2.4 SOURCE QUALITY CONTROL [NOT USED] 33 PART 3- EXECUTION 34 3.1 INSTALLERS [NOT USED] 35 3.2 EXAMINATION [NOT USED] 36 3.3 PREPARATION [NOT USED] 37 3.4 INSTALLATION 38 A. General 39 1. Install pipe,fittings, specials and appurtenances as specified herein,as specified in 40 AWWA C600,AWWA M41 and in accordance with the pipe manufacturer's 41 recommendations. 42 2. See Section 33 11 11 for installation requirements for Ductile Iron Fittings. CITY OF FORT WORTH Lake Counh7,500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 33 11 10-10 DUCTILE IRON PIPE Page 10 of 13 1 3. Lay pipe to the lines and grades as indicated in the Drawings. 2 4. Excavate and backfill trenches in accordance with Section 33 05 10. 3 5. Embed Ductile Iron Pipe in accordance with Section 33 05 10. 4 6. For installation of carrier pipe within casing, see Section 33 05 24. 5 B. Pipe Handling i 6 1. Haul and distribute pipe and fittings at the project site. 7 2. Handle piping with care to avoid damage. 8 a. Inspect each joint of pipe and reject or repair any damaged pipe prior to 9 lowering into the trench. 10 b. Do not handle the pipe in such a way that will damage the interior lining. 11 c. Use only nylon ropes,slings or other lifting devices that will not damage the 12 surface of the pipe for handling the pipe. 13 3. At the close of each operating day: 14 a. Keep the pipe clean and free of debris, dirt, animals and trash—during and after " 15 the la operation. p eration. � 16 b. Effectively seal the open end of the pipe using a gasketed night cap. 17 C. Joint Making 18 1. Mechanical Joints 19 a. Bolt the follower ring into compression against the gasket with the bolts 20 tightened down evenly then cross torqued in accordance with AWWA C600. 21 b. Overstressing of bolts to compensate for poor installation practice will not be 22 permitted. 23 2. Push-on Joints 24 a. Install Push-on joints as defined in AWWA/ANSI C111/A21.11. 25 b. Wipe clean the gasket seat inside the bell of all extraneous matter. 26 c. Place the gasket in the bell in the position prescribed by the manufacturer. 27 d. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the 28 gasket and the outside of the spigot prior to entering the spigot into the bell. 29 e. When using a field cut plain end piece of pipe,refinish the field cut and scarf to 30 conform to AWWA C600. 31 3. Flanged Joints 32 a. Use erection bolts and drift pins to make flanged connections. 33 1) Do not use undue force or restraint on the ends of the fittings. 34 2) Apply even and uniform pressure to the gasket. 35 b. The fitting must be free to move in any direction while bolting. 36 1) Install flange bolts with all bolt heads faced in one direction. { i 37 4. Joint Deflection 38 a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 39 and grades and shown in the Drawings. 40 b. The deflection of each joint must be in accordance with AWWA C600 Table 3. i 41 c. The maximum deflection allowed is 50 percent of that indicated in AWWA i 42 C600. 43 d. The manufacturer's recommendation may be used with the approval of the 44 Engineer. 45 D. Polyethylene Encasement Installation CITY OF FORT WORTH Lake Counny 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 f 1 33 11 10-11 DUCTILE IRON PIPE Page 1 I of 13 1 1. Preparation 2 a. Remove all lumps of clay,mud,cinders, etc., on pipe surface prior to 3 installation of polyethylene encasement. 4 1) Prevent soil or embedment material from becoming trapped between pipe 5 and polyethylene. 6 b. Fit polyethylene film to contour of pipe to affect a snug,but not tight encase 7 with minimum space between polyethylene and pipe. 8 1) Provide sufficient slack in contouring to prevent stretching polyethylene 9 where it bridges irregular surfaces such as bell-spigot interfaces,bolted 10 joints or fittings and to prevent damage to polyethylene due to backfilling 11 operations. 12 2) Secure overlaps and ends with adhesive tape and hold. 13 c. For installations below water table and/or in areas subject to tidal actions,seal 14 both ends of polyethylene tube with adhesive tape at joint overlap. 15 2. Tubular Type(Method A) 16 a. Cut polyethylene tube to length approximately 2 feet longer than pipe section. 17 b. Slip tube around pipe,centering it to provide 1-foot overlap on each adjacent 18 pipe section and bunching it accordion-fashion lengthwise until it clears pipe 19 ends. 20 c. Lower pipe into trench and make up pipe joint with preceding section of pipe. 21 d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 22 e. After assembling pipe joint,make overlap of polyethylene tube,pull bunched 23 polyethylene from preceding length of pipe,slip it over end of the new length 24 of pipe and wrap until it overlaps joint at end of preceding length of pipe. 25 f. Secure overlap in place. 26 g. Take up slack width at top of pipe to make a snug,but not tight,fit along barrel 27 of pipe, securing fold at quarter points. 28 h. Repair cuts,teals,punctures or other damage to polyethylene. 29 i. Proceed with installation of next pipe in same manner. 30 3. Tubular Type(Method B) 31 a. Cut polyethylene tube to length approximately 1 foot shorter than pipe section. 32 b. Slip tube around pipe,centering it to provide 6 inches of bare pipe at each end. 33 c. Take up slack width at top of pipe to make a snug,but not tight,fit along barrel 34 of pipe, securing fold at quarter points; secure ends. 35 d. Before malting up joint,slip 3-foot length of polyethylene tube over end of 36 proceeding pipe section,bunching it accordion-fashion lengthwise. 37 e. After completing joint,pull 3-foot length of polyethylene over joint, 38 overlapping polyethylene previously installed on each adjacent section of pipe 39 by at least 1 foot;make each end snug and secure. 40 4. Sheet Type 41 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 42 section. 43 b. Center length to provide 1-foot overlap on each adjacent pipe section,bunching 44 it until it clears the pipe ends. 45 c. Wrap polyethylene around pipe so that it circumferentially overlaps top 46 quadrant of pipe. 47 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. CITY OF FORT WORTH Lake Counny 500,000 Gallon Elerated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 33 11 10-12 DUCTILE IRON PIPE Page 12 of 13 1 e. Lower wrapped pipe into trench and make up pipe joint with preceding section 2 of pipe. 3 f. Make shallow bell hole at joints to facilitate installation of polyethylene. 4 g. After completing joint,make overlap and secure ends. 5 h. Repair cuts,tears,punctures or other damage to polyethylene. 6 i. Proceed with installation of next section of pipe in same manner. 7 5. Pipe-Shaped Appurtenances 8 a. Cover bends,reducers, offsets and other pipe-shaped appurtenances with 9 polyethylene in same manner as pipe and fittings. 10 6. Odd-Shaped Appurtenances 11 a. When it is not practical to wrap valves,tees, crosses,and other odd-shaped 12 pieces in tube,wrap with flat sheet or split length polyethylene tube by passing 13 sheet under appurtenances and bringing it up around body. 14 b. Make seams by bringing edges together, folding over twice and taping down. 15 c. Tape polyethylene securely in place at the valve stem and at any other 16 penetrations. 17 7. Repairs 18 a. Repair any cuts,tears,punctures or damage to polyethylene with adhesive tape 19 or with short length of polyethylene sheet or cut open tube,wrapped around 20 fitting to cover damaged area and secured in place. 21 8. Openings in Encasement 22 a. Provide openings for branches, service taps,blow-offs, air valves and similar 23 appurtenances by making an X-shaped cut in polyethylene and temporarily 24 folding back film. 25 b. After appurtenance is installed,tape slack securely to appurtenance and repair 26 cut, as well as other damaged area in polyethylene with tape. 27 c. Service taps may also be made directly through polyethylene,with any 28 resulting damaged areas being repaired as described above. 29 9. Junctions between Wrapped and Unwrapped Pipe: 30 a. Where polyethylene-wrapped pipe joins an adjacent pipe that is not wrapped, 31 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 32 b. Secure end with circumferential turns of tape. 33 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 34 tape for minimum clear distance of 3 feet away from Cast or Ductile Iron Pipe. 35 3.5 REPAIR/RESTORATION 36 A. Patching 37 1. Excessive field-patching is not permitted of lining or coating. 38 2. Patching of lining or coating will be allowed where area to be repaired does not 39 exceed 100 square inches and has no dimensions greater than 12 inches. 40 3. In general,there shall not be more than 1 patch on either the lining or the coating of 41 any 1 joint of pipe. 42 4. Wherever necessary to patch the pipe: 43 a. Make patch with cement mortar as previously specified for interior joints. 44 b. Do not install patched pipe until the patch has been properly and adequately I 45 cured and approved for laying by the City. CITY OF FORT WORTH Lake Counti7,500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 i i f 33 11 10-13 DUCTILE IRON PIPE Page 13 of 13 1 5. Promptly remove rejected pipe from the site. 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD [oR] SITE QUALITY CONTROL 4 A. Potable Water Mains 5 1. Cleaning, disinfection,hydrostatic testing and bacteriological testing of water mains 6 a. Clean,flush,pig, disinfect,hydrostatic test and bacteriological test the water 7 main as specified in Section 33 04 40. 8 B. Wastewater Lines 9 1. Closed Circuit Television(CCTV)Inspection 10 a. Provide a Post-CCTV Inspection in accordance with Section 33 0131. 11 3.8 SYSTEM STARTUP [NOT USED] 12 3.9 ADJUSTING [NOT USED] 13 3.10 CLEANING [NOT USED] 14 3.11 CLOSEOUT ACTIVITIES [NOT USED] 15 3.12 PROTECTION [NOT USED] 16 3.13 MAINTENANCE [NOT USED] 17 3.14 ATTACHMENTS [NOT USED] 18 END OF SECTION 19 20 CITY OF FORT WORTH Lake Counh),500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 Revised December 20,2012 LAKE COUNTRY 500,000 GALLON ELEVATED STORAGE TANK November 21, 2013 REHABILITATION PROJECT SECTION 02221 -STRUCTURAL DEMOLITION PART 1 - GENERAL 1.1 SUMMARY A. This Section includes demolition and removal of structural items as identified in the plans. 1.2 RELATED WORK A. Specifications: 01 33 00, 05120,05121, and 09871 1.3 DEFINITIONS A. Remove: Detach items from existing facilities and legally dispose of them off-site unless indicated to be removed and salvaged or recycled. B. Existing to Remain: Existing items of facilities that are not to be removed and that are not otherwise indicated to be removed,removed and salvaged, or recycled. 1.4 SUBMITTALS A. Proposed Protection and Control Measures: Submit written plan that indicates the measures proposed for use, proposed locations, and proposed time frame for their operation. Identify options if proposed measures are later determined to be inadequate. Include measures for the following: 1. Regulatory compliance. 2. Safety. 3. Protection of facilities and equipment. y 4. Dust control. 5. Noise control. 6. Storage,loading and hauling. r 7. Off-site disposal. } B. Schedule of Demolition Activities: Indicate detailed sequence of demolition and removal work, with starting and ending dates for each activity. C. Predemolition Photographs and/or Videotape: Show existing conditions of adjoining facilities and site improvements. STRUCTURAL DEMOLITION 02221 - 1 LAKE COUNTRY 500,000 GALLON ELEVATED STORAGE TANK November 21, 2013 REHABILITATION PROJECT D. All structural demolition submittals shall be submitted, reviewed and approved prior to Contractor's mobilization to the site. No structural demolition work shall begin until the structural demolition submittals are approved. 1.5 REGULATORY COMPLIANCE A. Comply with all local,state and federal regulations. B. Comply with governing EPA notification regulations before beginning demolition. C. Comply with hauling and disposal regulations of authorities having jurisdiction. 1.6 PROJECT CONDITIONS A. OWNER assumes no responsibility for buildings and structures to be demolished. Conditions existing at time of bidding will be maintained by OWNER as far as practical. B. Storage of removed items or materials on-site is not permitted. 1.7 COORDINATION A. Arrange demolition schedule to avoid interference with OWNER'S operations. B. Coordinate demolition activities with OWNER's operations. PART 2-EXECUTION 2.1 EXAMINATION A. Survey existing conditions and correlate with requirements indicated to determine extent of demolition required. B. Inventory and record the condition of items to be removed and salvaged. C. When unanticipated mechanical, electrical, or structural elements are encountered, investigate and measure the nature and extent of the element. Promptly submit a written report to Owner. D. Follow all local,state and federal guidelines for safety procedures. 2.2 PREPARATION A. TEMPORARY SHORING 1. Provide and maintain interior and exterior shoring, bracing, or structural support to preserve stability and prevent unexpected movement or collapse of facilities being demolished. STRUCTURAL DEMOLITION 02221 -2 LAKE COUNTRY 500,000 GALLON ELEVATED STORAGE TANK November 21, 2013 REHABILITATION PROJECT 2. Provide and maintain shoring, bracing or structural support for adjacent facilities and equipment as necessary. B. PROTECTION 1. Protect adjacent structures during demolition operations. 2. Protect existing facilities and equipment to remain against damage and soiling during demolition. When permitted by OWNER, items may be removed to a suitable, protected storage location during demolition and reinstalled in their original locations after demolition operations are complete. 3. Erect temporary protection, such as walks, fences, railings, canopies, and covered passageways, where required by authorities having jurisdiction and as indicated. Comply with requirements in Division 1 Section "Temporary Facilities and Controls." Protect existing site improvements, appurtenances, and landscaping to remain. 4. Provide temporary barricades and other protection required to prevent injury to people and damage to adjacent buildings and facilities to remain. 5. Provide protection to ensure safe passage of people around building demolition area and to and from occupied portions of adjacent buildings and structures. Protect walls, windows, roofs, and other adjacent exterior construction that are to remain and that are exposed to building demolition operations. C. DEMOLITION, GENERAL 1. General: Demolish indicated existing structural components completely. Use methods required to complete the Work within limitations of governing regulations and as follows: a. Do not use cutting torches until work area is cleared of flammable materials. b. Maintain portable fire-suppression devices during flame-cutting operations. C. Maintain adequate ventilation when using cutting torches. d. Locate demolition equipment and remove debris and materials so as not to impose excessive loads on supporting walls, floors,or framing. 2. Site Access and Temporary Controls: Conduct demolition and debris-removal operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. a. Do not close or obstruct streets, walks, walkways, or other adjacent occupied or used facilities without permission from OWNER and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. Any impacts to normal traffic patterns shall require a traffic control plan in accordance with the latest edition of the Texas Manual on Uniform Traffic Control Devices to be submitted to the Owner or authorities have jurisdiction. Traffic control plans shall be submitted and approved prior to initiation of demolition activities. b. Use water mist and other suitable methods to limit spread of dust and dirt. Comply with governing environmental-protection regulations. Do not use water when it may damage adjacent construction or create hazardous or objectionable conditions, such as ice, flooding, and pollution. Contractor shall submit plan for review and approval prior to beginning work. STRUCTURAL DEMOLITION 02221 -3 1 E LAKE COUNTRY 500,000 GALLON ELEVATED STORAGE TANK November 21,2013 REHABILITATION PROJECT D. MECHANICAL DEMOLITION 1. Proceed with systematic demolition of structural members one at a time. 2. Remove debris from elevated portions by chute, hoist, or other device that will convey debris to grade level in a controlled descent. 3. Remove structural framing members and lower to ground by method to avoid damage to other portions of the structure. Utilize methods that will convey members to grade level in a controlled descent. 4. Dismantle field connections without bending or damaging steel members. E. EXPLOSIVE DEMOLITION 1. Use of explosives is not permitted. F. REPAIRS 1. Promptly repair any damage caused by demolition operations. 2. Where repairs to existing surfaces are required, patch to produce surfaces suitable for new materials. 3. Restore exposed finishes of patched areas and extend restoration into adjoining construction in a manner that eliminates evidence of patching and refinishing. G. RECYCLING DEMOLISHED MATERIALS 1. Separate recyclable demolished materials from other demolished materials to the maximum extent possible. 2. Separate recyclable materials by type. 3. Provide containers or other storage method approved by OWNER for controlling recyclable materials until they are removed from Project site. 4. Stockpile processed materials on-site without intermixing with other materials. Place, grade and shape stockpiles to drain surface water. Cover to prevent windblown dust. 5. Stockpile materials away from demolition area. Do not store within drip line of remaining trees. Stare components off the ground and protect from the weather. 6. Transport recyclable materials off OWNER'S property and legally dispose of them. 7. Revenues, savings, rebates, tax credits, and other incentives received for recycling building demolition materials shall accrue to CONTRACTOR. STRUCTURAL DEMOLITION 02221 -4 LAKE COUNTRY 500,000 GALLON ELEVATED STORAGE TANK November 21, 2013 REHABILITATION PROJECT H. DISPOSAL OF DEMOLISHED MATERIALS I. Except for items or materials indicated to be reused, salvaged, reinstalled, or otherwise indicated to remain OWNER'S property, remove demolished materials from Project site and legally dispose of them. 2. Do not allow demolished materials to accumulate on-site. 3. Remove and transport debris in a safe and legal manner and prevent spillage on adjacent surfaces and areas. 4. Demolished materials shall not be burned. I. CLEANING 1. Clean adjacent structures and improvements of dust, dirt, and debris caused by demolition operations. Return adjacent areas to equal or better condition existing before demolition operations began. END OF SECTION 02221 1 f STRUCTURAL DEMOLITION 02221 -5 LAKE COUNTRY 500,000 GALLON ELEVATED STORAGE TANK November 21, 2013 REHABILITATION PROJECT SECTION 05120-STRUCTURAL STEEL PART 1 -GENERAL 1.1 SUMMARY A. This Section includes products and procedures for structural steel construction. B. Related work: Specifications: 0133 00, 02221,05121, 09871 1.2 SUBMITTALS A. Product Data: Submit product data for all components required to complete the project. Items shall include,but are not necessarily limited to: 1. Plate materials. 2. Rolled shape materials. 3. Bar and rod materials. 4. Bolts,nuts and appurtenances. B. Shop Drawings: Submit shop drawings for all fabricated components required to complete the project. Items shall include,but are not necessarily limited to: 1. Show fabrication of structural-steel components, including grating, beams, plates, connections,splices,holes,and welds. 2. Door and frame assembly and associated components. 3. Roof plate and associated components. All shop drawings shall be sealed by a Professional Engineer registered to practice in the State of Texas. C. Mill certificates. D. Welding materials and certificates. E. Welder certifications and procedures. 1.3 QUALITY ASSURANCE A. Fabricator Qualifications: A qualified fabricator with five years experience in structural fabrication similar in size and scope of this project with verifiable record of successful performance as well as sufficient production capacity to fabricate structural steel without delaying the work. Testing and inspection requirements of General Conditions Article 13 shall STRUCTURAL STEEL 05120- 1 LAKE COUNTRY 500,000 GALLON ELEVATED STORAGE TANK November 21, 2013 REHABILITATION PROJECT not be measured separately for payment and are incidental to the WORK unless otherwise noted. B. Comply with applicable provisions in AISC "Specification for Structural Steel Buildings- Allowable Stress Design",latest edition. C. Welding: Reference the Specification Section 05121-Welding. 1.4 STORAGE AND PROTECTION A. Store steel members off the ground and protect steel members and packaged materials from corrosion and deterioration. B. All steel stock and fabricated items shall be clearly tagged with their steel type (e.g. A 36, A 325, A316 SS, etc.). Stock and fabricated items of similar metals shall be stored together and shall be kept apart from stock and fabricated items of dissimilar metals. 1.5 MATERIALS A. Structural Steel Shapes,Plates,Rods,and Bars: 1. Carbon Steel: a. All shapes: ASTM A 36. 2. Stainless Steel: a. ASTM A316 SS. B. Bolts: ASTM A325 and ASTM F593 as required. Stainless steel bolts shall be A316. 1.6 FABRICATION A. Fabricate and assemble structural steel in the shop rather than in the field to greatest extent possible. Fabricate structural steel according to AISC specifications referenced in this Section and in Shop Drawings. 1. Comply with fabrication tolerance limits in AISC "Code of Standard Practice for Steel Buildings and Bridges" for structural steel,latest edition. 2. Weld Connections: Reference Specification Section 051217Welding. 1.7 SOURCE QUALITY CONTROL A. CONTRACTOR shall be required to provide quality control inspection of all fabrication and construction. t STRUCTURAL STEEL 05120-2 LAKE COUNTRY 500,000 GALLON ELEVATED STORAGE TANK November 21,2013 REHABILITATION PROJECT B. OWNER may engage an independent testing and inspecting company to perform shop tests and observations and to prepare test reports. PART 2-EXECUTION 2.1 ERECTION A. Erect structural steel accurately in locations and to elevations indicated and according to AISC specifications referenced in this Section. B. Maintain erection tolerances of structural steel within AISC "Code of Standard Practice for Steel Buildings and Bridges",latest edition. 1. Weld Connections: Reference Specification Section 05121-Welding. 2.2 FIELD QUALITY CONTROL A. OWNER will engage a qualified testing and inspecting company to perform field tests and observations and to prepare test reports. 1. Correct deficiencies in or remove and replace structural steel that test reports and observations indicate do not comply with specified requirements. 2. Additional testing, at CONTRACTOR'S expense, will be performed to determine compliance of corrected work. 3. Welded connections will be tested and observed according to AWS D1.1 procedures. 2.3 PRIMER A. Refer to Specification 09871. 2.4 SHOP PRIMING A. Refer to Specification 09871. END OF SECTION 05120 STRUCTURAL STEEL 05120-3 LAKE COUNTRY 500,000 GALLON ELEVATED STORAGE TANK November 21, 2013 REHABILITATION PROJECT SECTION 05121 -WELDING F PART I -GENERAL 1.1 SUMMARY A. This specification applies to new and existing welds. B. All welding shall conform to the latest edition of AWWA D-100. All equipment used for welding and cutting shall be designed and manufactured to allow all qualified welders to follow F the procedures and attain the results specified herein. C. All welders shall pass welding test that simulates production connections using materials on the same grade that will be used during construction. These tests must be performed at the job site and observed by the Owner. All welders and welding procedures shall be certified in accordance with AWS prior to beginning work on the project. D. No welding will be allowed when the air temperature is lower than 32° F at the work area. No welding will occur when the steel or the welding operators are exposed to inclement weather including rain,snow, or high wind. E. Any moisture present at the point of welding shall be driven off by heat before welding commences. Wind breaks shall be required for the protection of all welding operations. F. When low hydrogen type electrodes are used, a suitable oven capable of maintaining a minimum temperature of 250° F shall be provided and used under the direction of the welding supervisor to control moisture levels of the electrodes. G. Certified welders shall make all welds, including tack welds that are to be incorporated into the final welds. Defective, cracked,or broken tack welds shall be removed before final welding. H. Depressions, undercuts, or gouges in the base metal or weld metal caused by the removal of staging clips, lugs,braces,etc.,shall be filled with sound continuous weld metal and ground to a smooth surface even with the plate surface. { I. Related work: Specifications: 0133 00, 02221, 05120, 07721,and 09871 1.2 SUBMITTALS A. The CONTRACTOR shall submit the following(if applicable): 1. Mill test reports for all materials supplied,where applicable. i 2. Provide descriptions of welding techniques and type of process to be used. � r 3. Copies of Charpy impact tests for weld, heat affected zone, and base metals as specified in AWWA D-100, where applicable. E WELDING 05121 - 1 LAKE COUNTRY 500,000 GALLON ELEVATED STORAGE TANK November 21,2013 REHABILITATION PROJECT 4. Welding procedure specifications as per ASME BPV-IX, Article II and/or AWS D1.1 as applicable. The CONTRACTOR shall qualify the welding procedure specification by taking welding test coupons, performing testing of these specimens and submit record data and test results in accordance with the ASME BPV-IX, "procedure qualification record"and/or AWS D1.1 when applicable. 5. Variable welding data as required by ASME BPV-IX, article IV, and/or AWS as applicable, when a change is made in the welding process submitted in the paragraph above. 6. Qualifications of all welders. The CONTRACTOR shall complete and submit ASME BPV-IX and/or AWS D1.1 Welder Qualifications as applicable. 7. Written reports at the conclusion of the work as specified in the latest version of AWWA D-100, Section 11.2. 8. Certification to the OWNER of compliance with AWWA D-100, observation requirements. Use standard format specified in AWWA D-100. 1.3 QUALITY ASSURANCE: QUALIFICATIONS OF WELDERS AND PROCEDURES A. The CONTRACTOR shall submit a list of all welders and provide a copy of current welding certifications for each welder prior to beginning construction. All welders shall be qualified in accordance with the current ASME-BPV-IX for pipe welding. All welders performing structural steel plate welding and/or repair work shall be qualified in accordance with the latest edition of AWS D1.1. All welders shall have passed welder qualification tests within the previous six months. B. The CONTRACTOR shall submit written welding procedures to the OWNER, for review, at least five(5)working days prior to the specific construction or repair. C. The written welding procedures shall include joint types to be used, sequence of placing weld metal,type of electrodes of AWS designation, size of electrodes,methods of cleaning(gouging, chipping, grinding, etc.), positioning and type of jigs for automatic welding, type of equipment to be used, wire type and size, type and grade of fluxing material, volts, amperes and speed of travel used for welding and for making qualification test, copies of all required qualification test; method by which low hydrogen electrodes will be stored and/or heated for moisture control; and other pertinent information necessary for the welded fabrication as required by ASME-BPV-IX and/or AWS D1.1. D. The OWNER'S representative will review welding procedures and may require additional field welder qualification tests. 1.4 TESTING AND OBSERVATION A. Observation and testing of materials and welds shall be as provided in the latest edition of AWWA D-100, Section 11, except where specified otherwise herein. Weld connections will be tested and observed according to AWS D1.1 and/or ASME BPV procedures as applicable. The OWNER'S representative shall complete final observation and testing prior to coating of welds. WELDING 05121 -2 LAKE COUNTRY 500,000 GALLON ELEVATED STORAGE TANK November 21, 2013 REHABILITATION PROJECT B. The OWNER shall be allowed free access to all work and shall receive notice, by the CONTRACTOR in writing, at least (3) three days in advance of the start of all fabrication operations. C. The OWNER shall be notified, by the CONTRACTOR, three (3) days in advance of weld observations on the job site. If without fiirther notification,welding requirements have not been completed for observation as scheduled,the additional cost to the OWNER'S testing laboratory shall be borne by the CONTRACTOR as a re-test item. All welding and fabrication equipment used shall conform to the standard requirements of the latest AWS Specifications for such equipment. D. The CONTRACTOR shall submit proof of conformance with latest AWS Specifications of all welding and fabrication equipment to the OWNER before any welding or cutting begins. E. When the quality of a welder's work appears to be below the requirements of these specifications,the OWNER may require testing for re-qualification. a F. After completion of field fabrication, erection and field coating, the tank shall be filled with water to check water tightness (during tank disinfection). Any leaks detected shall be repaired by cutting out defective welds and re-welding. Coatings damaged in repairing the leaks shall be repaired by the CONTRACTOR at no additional cost to the OWNER. No welding repair work shall be done unless the water is completely drained from the tank. 1.5 WELD QUALITY A. The CONTRACTOR will be responsible to perform quality control inspections of his work prior to the OWNER performing observations. B. The OWNER will perform observations of welds to determine compliance with applicable codes. 1. All weld metal shall be sound throughout and there shall be no cracks in any weld or weld pass. 2. All welds shall be free from overlap with no undercutting allowed. 3. All craters shall be filled to the frill cross-section of the weld. 4. The CONTRACTOR shall inspect all welds and remove weld scale or slag, spatter,burrs, and other sharp or rough projections in a manner that will leave the surface suitable for any required non-destructive testing and the subsequent cleaning,blasting,and coating. 1.6 CORRECTIONS A. When welding is unsatisfactory or indicates poor workmanship, as determined by the OWNER'S representative,the following corrective measures will be required. ' B. Where requirements prescribe the removal of part of the weld or a portion of the base metal, such removal shall be by chipping or grinding. Gouging may be performed only with the WELDING 05121 -3 LAKE COUNTRY 500,000 GALLON ELEVATED STORAGE TANK November 21,2013 REHABILITATION PROJECT specific approval of the CONTRACTOR'S welding foreman and OWNER. Where corrections require the deposition of additional weld metal,the sides of the area to be welded shall have not less than a one to one slope to allow sufficient room for depositing new metal. C. Defective or unsound welds shall be corrected either by removing and replacing the entire weld, or as follows: 1. Excessive convexity,reduce size of excess weld metal by grinding. 2. Shrinkage cracks, crack in base metal, craters, and excessive porosity. Remove defective portions of base metal by grinding to sound metal and deposit additional sound weld metal. 3. Undercutting, undersize, and excessive concavity. Clean and deposit additional weld metal. 4. Overlapping and incomplete fission,remove and replace the defective portion of weld. 5. Slag inclusions, remove those parts of the weld containing slag and fill with sound weld metal. 6. Removal of adjacent base metal during welding, clean and form full size by depositing additional weld metal. D. Where corrections require the deposition of additional weld metal, the electrode used shall be the same size or smaller than the electrode used for making the original weld. The surface shall be cleaned thoroughly before re-welding. E. A cracked weld shall be removed throughout its length. The weld or base metal, as applicable, shall be gouged to sound metal 2"beyond each end of the crack. F. Where work performed subsequent to the making of a deficient weld has rendered the weld inaccessible or has caused new conditions ineffectual, the original conditions shall be restored by removal of welds or members or both before making the necessary corrections or the deficiency shall be compensated by additional work according to the revised design approved by the OWNER. G. hnproperly fitted and mis-aligned parts shall be cut apart and re-welded. Members distorted by the heat of welding shall be straightened by mechanical means or by the carefully supervised application of a limited amount of localized heat. Heated areas shall not exceed 1200 degrees Fahrenheit measured by tempilsticks. Parts to be heated for straightening shall be substantially free of stress from external forces except when mechanical means are used in conjunction with the application of heat. CONTRACTOR shall provide a plan for distortion. H. In the event that faulty welding or its removal for re-welding damages the base metal in the judgment of the OWNER,the CONTRACTOR shall remove and replace the damaged material or shall compensate for the deficiency in a manner acceptable to the OWNER. WELDING 05121 -4 LAKE COUNTRY 500,000 GALLON ELEVATED STORAGE TANK November 21, 2013 REHABILITATION PROJECT 1.7 WRITTEN REPORTS A. The CONTRACTOR shall refer to Section 01 33 00 for all criteria pertaining to observations F and detailed written reports. PART 2—EXECUTION 2.1 MATERIALS:ELECTRODES A. Welding electrodes shall be as follows: STEEL WELDING ELECTRODE SCHEDULE MATERIAL ELECTRODE TYPE CARBON STEEL TO CARBON STEEL AWS E-7018 AISI 304L TO CARBON STEEL AWS E-309-Cb AISI 304L TO AISI 304L AWS E-308L AISI 316L TO CARBON STEEL 1AWS E-310-Mo AISI 316L TO AISI 316E JAWS E-316L f 2.2 REPAIRS A. The CONTRACTOR shall submit their proposed method of repairs of welded seams, pits and patch repair to the OWNER for their review and approval before beginning blasting. Repairs shall meet or exceed the following requirements for the roof plates: 1. All pits with a remaining wall of 3T/5 or less or pit depth of 1/16" or greater shall be re- welded incorporating patch plates. 2. All pits with a remaining wall from 3T/5 to 3T/4 shall be epoxy filled flush to the surface ° of the shell plates.Epoxy shall be compatible with the coatings to be installed. 3. All pits with a remaining wall greater than 3T/4 require no filling. 4. Linear corrosion defects adjacent to welds in excess of 1/16"deep shall be re-welded if: a. The length exceeds 1 inch on 3/8"plate and the bottom 1/4"plates. b. The length exceeds 2 inches on the top 1/4"plates. 5. Linear corrosion defects in welds, adjacent to welds and in plates greater than 3/8" thickness shall be repaired by welding if the depth of corrosion is equal to or greater than 0.2T. t 6. Use criteria of 2 and 3 above for corrosion defects which do not require welding adjacent to welds. : 1 WELDING 05121 -5 LAKE COUNTRY 500,000 GALLON ELEVATED STORAGE TANK November 21, 2013 REHABILITATION PROJECT 2.3 MISCELLANEOUS WELDING A. The CONTRACTOR shall add to his base bid an allowance prescribed in the Proposal Form for miscellaneous welding. END OF SECTION 05121 WELDING 05121 -6 Potable Water Tank Recoating Specification Part 1: GENERAL 1.00 Scope of Work 2 This specification shall be used for surface preparation and re-coating of steel ground storage tanks, elevated y storage tanks, and hydropneumatic tanks. NOTE: THE LAKE COUNTRY ELEVATED TANK EXTERIOR COATING HAS A LEAD BASED PRIMER. 1.01 Related Work P, A. 01 25 00 Substitution Procedures B. 01 3300 Submittals C. 02221 Structural Demolition D. 05120 Structural Steel E. 05121 Welding F. Other related work as may be designated or called for on the design DRAWINGS and/or other related TECHNICAL SPECIFICATIONS 1.02 Definitions A. Near White Blast Cleaning SSPC-SP10, NACE 2 is defined as; a near-white metal blast cleaned surface, when viewed without magnification, shall be free of all visible oil, grease, dust, dirt, mill scale, rust, coating, oxides, corrosion products, and other foreign matter. Random staining shall be limited to no more than five (5) percent of each unit area of surface (approximately 5,800 mm [9.0 in Z] (i.e., a square 76 mm x 76 mm [3.0 in x 3.0 in]), and may consist of light shadows, slight streaks, or minor discolorations caused by stains of rust, stains of mill scale, or stains of previously applied coating. B. Commercial Blast Cleaning SSPC-SP6, NACE 3 is defined as; a commercial blast cleaned surface, when viewed without magnification, shall be free of all visible oil, grease, dust, dirt, mill scale, rust, coating, oxides, corrosion products, and other foreign matter. Random staining shall be limited to no more than thirty-three (33) percent of each unit area of surface (approximately 5,800 mm2 [9.0 in2]) (i.e., a square 76 mm x 76 mm [3.0 in x 3.0 in]) and may consist of light shadows, slight streaks, or minor discolorations caused by stains of rust, stains of mill scale, or stains of previously applied coating. C. The terms "coat, coating, re-coat, re-coating and over coating" are synonymous and refer to the protective coatings specified herein. D. Lining is defined as the tank interior and pipe interior coating. E. The high water level in the tank is defined as; being at the top of the overflow structure. F. Outside air shall refer to the ambient air outside the tank. G. Inside air shall refer to the ambient air inside the tank. H. Process air shall refer to the air discharged directly out of a dehumidification (DH) unit. I. CONTRACTOR'S Inspector is defined as; the duly designated person who acts for, and in behalf of, the CONTRACTOR on all inspection, testing and quality matters within the scope of the Contract Documents. J. OWNER'S Representative is defined as; the duly designated person who acts for, and on behalf of, the OWNER or Engineer for all observation, testing and quality matters within the scope of the Contract Documents. i 1 of 29 Potable Water Tank Recoating Specification Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation November 20,2013 Project No.2139 i 1.03 Applicable Standards and Codes: The CONTRACTOR shall adhere to the latest Standards and Codes for work associated with coating and recoating as published by the following organizations. In the event there is a conflict between these Specifications and the Standards, and Codes, these Specifications shall govern. The OWNER'S decision shall be final regarding interpretation and/or conflict resolution between these Specifications and the referenced Standards and Codes. The latest revisions of the referenced Standards and Codes shall be used. A. ANSI (American National Standards Institute) ANSI/ASC 29.4 Exhaust Systems Abrasive Blasting Operations - Ventilation and Safe Practice ANSI/NSF, Standard 61 Drinking Water Components B. ASTM (American Society for Testing and Materials) ASTM D 520 Standard Specifications for Zinc Dust Pigment (if Zinc Pigmented Coating is used) ASTM D 4417 Standard Test Methods for Field Measurement of Surface Profile of Blast Cleaned Steel ASTM D 4285 Standard Test Method of Indicating Oil and Water in Compressed Air ASTM E 337 Standard Practice Test Method for Measuring Humidity with a Psychrometer ASTM E 84 Standard Test Method for Surface Burning Characteristics of Building Materials ASTM D 2200 Standard Pictorial Surface Preparation Standards for Painted Steel Surfaces ASTM D 4541 Standard Method for Pull-Off Strength of Coatings Testing Adhesion of Applied Coating Using Portable adhesion Tester ASTM D 5162 Standard Practice for Discontinuity (Holiday) Testing of Nonconductive Protective Coating on Metallic Substrates C. AWWA(American Water Works Association) AWWA D 100 Welded Steel Tanks for Water Storage AWWA D 102 Coating Steel Water Storage Tanks AWWA C 652 Disinfection of Water Storage Facilities AWWA Standard for Steel Water-Storage Tanks AWWA M42 D. Consumer Product Safety Act, Part 1303 2 of 29 Potable Water Tank Recoating Specification Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation November 20,2013 Project No.2139 E. EPA(Environmental Protection Agency) Regulations found under 40CFR216 Subpart B-Criteria for identifying the Characteristics of Hazardous Waste and for Listing Hazardous Waste F. NACE (NACE International) NACE Publication TPC 2 Coating and Lining for Immersion Service: Chapter 1 Safety, Chapter 2 Surface Preparation, Chapter 3 Curing, and Chapter 4 Inspection NACE Standard SP0178 Standard Practice - Design, Fabrication and Surface Finish Practices for Tanks and Vessels to be Lined for Immersion Service NACE Standard SP0188 Standard Practice - Discontinuity (Holiday) Testing of New . Protective Coatings on Conductive Substrates NACE Standard RP0287 Field Measurement of Surface Profile of Abrasive Blast-Cleaned Steel Surface Using a Replica Tape NACE Standard RP0288 Inspection of Linings on Steel and Concrete G. OSHA(Occupational Safety& Health Administration) 1915.35Standards -29CFR Painting H. SSPC (The Society for Protective Coatings) SSPC-VIS 1 Guide and Reference Photographs for Steel Surfaces Prepared by Dry Abrasive SSPC-VIS 3 Guide and Reference Photographs for Steel Surfaces Prepared by Hand and Power Tool Cleaning SSPC Volume 1 Good Painting Practices SSPC Volume 2 Systems and Specifications including but not limited to the following: SSPC-SP 1 Solvent Cleaning SSPC-SP 2 Hand Tool Cleaning SSPC-SP 3 Power Tool Cleaning SSPC-SP 11 Power Tool Cleaning to Bare Metal SSPC-PA 1 Shop, Field and Maintenance Painting of Steel SSPC-PA 2 Procedure for Determining Conformance to Dry t ' Coating Thickness Measurements SSPC-PA 3 Guide to Safety in Paint Application 3 of 29 Potable Water Tank Recoating Specification Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation November 20,2013 Project No.2139 i SSPC-Guide 6 Guide for Containing Surface Preparation Debris Generated during Paint Removal Operations SSPC-Guide 7 Guide for Disposal of Lead-Contaminated Surface Preparation Debris SSPC-Guide 12 Guide for Illumination of Industrial Painting Projects I. SSPC/NACE Joint Standards SSPC-SP5/NACE 1 White Metal Blast Cleaning SSPC-SP10/NACE 2 Near White Metal Blast Cleaning SSPC-SP6/NACE 3 Commercial Blast Cleaning SSPC-SP7/NACE 4 Brush-Off Blast Cleaning J. TCEQ(Texas Commission on Environmental Quality) Division 1: Emissions Events and Scheduled Maintenance, Startup, and Shut Down Activities Chapter 111, Subchapter A: Control of Air Pollution and Visible Emissions from Particulate Matter Division 3: Abrasive Blasting of Water Storage Tanks Performed by Portable Operations 111.131, 111.133, 111.135, 111.137, and 111.139. 1.04 Quality Assurance A. The CONTRACTOR shall hold current SSPC "QP 1" and "QP 2" Certifications. This Certification shall remain valid for the duration of the project. All documents required by the "QP 1" and "QP 2" Certifications shall be on site from the start of the project and must remain on site to the end of the project. The CONTRACTOR shall adhere to all of the requirements of its"QP 1" and "QP 2" Certification Program. This requirement shall not relieve the CONTRACTOR from adhering to all other requirements in these Specifications. The CONTRACTOR'S "QP 1" and "QP 2" Certification documents shall be available at any time for review by the OWNER and/or the OWNER'S Representative. Should the CONTRACTOR'S Certification become voided during the project, the CONTRACTOR shall notify the OWNER and the OWNER'S Representative immediately. The OWNER reserves the right to stop the CONTRACTOR'S work on the project if the CONTRACTOR'S "QP 1" and/or"QP 2" Certification expires or becomes voided during the project. Contract time will continue even if the CONTRACTOR'S work is stopped. B. The CONTRACTOR shall submit information regarding their Company and Superintendent's experience in water tank coating removal and recoating within the past five (5) years. Information to be submitted shall follow the requirements in Section 00 45 11 BIDDERS PREQUALIFI CATIONS. C. The OWNER and/or the OWNER'S Representative(s) reserves the right to disqualify the CONTRACTOR'S painting technician(s)for lack of proficiency in application of any of the coatings and/or linings for this project. D. The following Coating Manufacturers are approved Coating Manufacturers for this project. Products from other Coating Manufacturers shall not be submitted and will not be considered. The Coating Manufacturer proposed for coating materials shall be submitted with the Bid. 1. Carboline Company, Inc. (Carboline) 2. PPG Industries, Inc. (PPG) 3. The Sherwin-Williams Company, Inc. (Sherwin-Williams) 4 of 29 Potable Water Tank Recoating Specification Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation November 20,2013 Project No.2139 4. or EQUAL E. All coating and caulking materials shall be free of heavy metals such as Arsenic, Barium, Cadmium, Chromium, Lead, Mercury, Selenium and Silver. Coatings and products used on all internal surfaces shall be certified by the National Sanitation Foundation (NSF), Standard 61, for direct contact with potable water. All surfaces shall be prepared and coatings applied in strict conformance with the Manufacturer's published requirements and with this Specification. F. To ensure coating compatibility, CONTRACTOR shall use products of a single Coating Manufacturer for all coatings applied to the tank or its components, unless prior approvals are obtained in writing from the OWNER. G. All materials shall be delivered to the job site in original sealed containers with the date of manufacture and batch number stamped thereon by the Coating Manufacturer. The batch numbers and dates of manufacture shall be clearly identifiable to the OWNER and/or the OWNER'S Representative. Materials shall be subject to random observations by the OWNER and/or the OWNER'S Representative. H. No coating shall be used which has an expired shelf life or pot life. I. All coating material containers shall be properly stored for protection from freezing, moisture, excessive heat, outside adulteration and vandalism. Storage conditions shall be in compliance with the Coating Manufacturer's requirements. Coatings that have been damaged due to exposure to the elements or from any other source shall not be applied to any surfaces. Damaged coatings shall be replaced with coatings for which submittals have been received and that are in compliance with project specifications. Damaged coatings shall be immediately removed from the project site. J. No coating submitted or used on this project shall have a VOC (volatile organic content) in excess of 360 grams/liter or 2.8 lbs./gal. K. Since the time period to complete this project is critical and the work will occur during potentially low temperature conditions, the CONTRACTOR shall submit coatings that can be applied and continue to cure to forty (40) degrees Fahrenheit air and steel temperatures. Maximum and minimum temperature for air or surface as noted in the published recommendations of the Coating Manufacturer shall not be exceeded during application, drying time and curing time. L. CONTRACTOR shall immediately make known to the OWNER and OWNER'S Representative upon discovery, any conflicts between Specifications and Coating Manufacturer's product information/application literature as required by Section 00 21 13 INSTRUCTION TO BIDDERS, Paragraph 4.1.8. 1.05 Submittals A. All submittals are due prior to order or delivery of materials to the project site. The CONTRACTOR shall provide a Submittal Schedule that includes all submittals for the project. Submittals shall be submitted as required by Section 01 33 00 SUBMITTALS. The following is a list of submittal items that shall be submitted at the Preconstruction Meeting for review: 1. List of the quantities, types, and descriptions of all coatings to be used for each part of the project. No coatings shall be shipped/delivered to the site until the list of coatings has been provided with the Coating Manufacturer's instructions and the MSDS to the OWNER'S Representative for review. F 2. Coating Manufacturer's color selection literature for selection by the OWNER for each and all coating materials. 3. Coating data sheets complete with a graduated scale or curve, produced by the Coating Manufacturer, with curing characteristics and recommendations regarding complete coating curing. The data sheets and scales or curves shall include specific cure times over a wide range of temperatures. This data shall include adjustments for weather conditions. 5 of 29 r= Potable Water Tank Recoating Specification Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation t November 20,2013 Project No.2139 4. Manufacturer's Product Information and application instructions for each coating material. Product Information shall include the following: a. Manufacturer's published instructions for use in specifying and applying all proposed coatings. b. Instructions shall include and conform to the following: I. Instructions shall have been written and published by the Coating Manufacturer for the purpose and with the intent of giving complete instructions for the application of the proposed coating in the geographical location of the project and for the conditions in this Specification. II. All limitations, precautions and requirements that may adversely affect the coating, which may cause unsatisfactory results after the application or that may cause the coating not to serve the purpose for which it was intended, shall be clearly and completely stated in the instructions. Limitations and requirements shall include, but are not necessarily limited to the following: i. Surface preparation ii. Method(s) of application iii. Thickness of each coat(maximum and minimum) iv. Drying and curing time of each coat, including primer V. Time (minimum and maximum) allowed between coats vi. Thinner and use of thinner vii. Proper mixing of coating before application viii. Weather limitations during and after application (temperature and humidity, time weighted) ix. Physical properties of coating, including percent solids content by volume X Equipment settings (air cap, fluid tip, equipment pressure settings, etc.) A. Pot life at various temperatures and humidity 5. Recoat schedule on the submitted coating materials. 6. Coating Manufacturer's written recommended repair procedures. 7. Methods and equipment to be used for power tool cleaning. 8. Detailed procedures for all surface preparation and application of coating, including touch-up procedures. 9. Materials to be used for protection of surrounding exterior surfaces, and that allow for recovery and disposal of paint scraps and blast media. 10. Evidence of notification to the appropriate office of the Texas Commission on Environmental Quality (TCEQ) prior to abrasive blasting. TCEQ notification shall be in accordance with requirements of TCEQ Regulations, Chapter 101, Section 101.7. 11. The CONTRACTOR shall provide a worker protection plan. This plan shall be in accordance with the requirements of all applicable OSHA regulations in accordance with 29 CFR 1926.62 for Lead. 12. Information on the CONTRACTOR'S competent person(s) that will to be on site at all times during construction. The competent person must meet OSHA requirements for a competent person. The submittal must contain documentation for the competent person(s) that demonstrates adequate training and certification to meet OSHA requirements. 13. Method(s) of emission containment - The method of emission containment must meet the requirements of the EPA, OSHA, TCEQ, local, state and federal regulations. 6 of 29 Potable Water Tank Recoating Specification Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation November 20,2013 Project No.2139 14. Emissions Monitoring Plan - The monitoring plan must be sufficient to demonstrate that the containment system is operating satisfactorily. The monitoring plan must include sampling parameters, methods, intervals, durations, action levels and reporting procedures. 15. Abatement Plan for removal of Lead coatings—The plan shall be in accordance with SSPC-Guide 6, Specifying Containment Systems Class 1A-A2 and 1 P (Chapter 9), and shall include: a. Plan for protecting surrounding properties including, but not limited to, the Police and Fire Station buildings, ventilation systems, garage, emergency generator, door openings and antennas during blasting and coating operations. b. Methods and procedures for coating removal, coating containment, dust and debris collection and filtration. c. Methods and procedures for the prevention of tracking dust, removed coating, and abrasives attached to or on materials, equipment and clothing from the contained area to other areas. d. Plan detailing the methods and procedures for testing, handling, storage, manifesting, and disposing of any hazardous wastes. The plan shall meet the requirements of the EPA, OSHA, TCEQ, local, state and federal regulations. e. Containment shroud system (system) dimensioned design drawings showing how the system will be constructed and installed with documentation identifying: I. System materials and installation configuration II. Equipment Manufacturer, size and literature as it pertains to equipment use III. Operating, testing and monitoring plan The Abatement Plan for removal of Lead coatings shall meet the requirements of the EPA, OSHA, TCEQ, local, state and federal regulations. 16. Proposed dehumidification and ventilation configuration for the interior of the tank, including but not limited to: a. Calculations for dehumidification and ventilation requirements. b. Fans and their locations. c. Dimensions of equipment. d. Maximum capacities of equipment. e. Emission control devices. f. Method of filtration of exhausted tank air. g. EMD-continuous electronic monitoring device. 17. Methods and materials for attaching temporary security covers to the tank openings. 18. Method of preventing workers or any other person on the project from falling into open pipes or floor openings. 19. Project Safety Plan 20. Confined Space Entry Program 21. Project Schedule 22. Type, description and color of coatings used for the Ft. Worth Logo, Exhibit A. Logo coating must be compatible with exterior coating system EN-01 and supplied by the same coating manufacturer as x other coatings used on the project. 22. Any other submittal requested by OWNER or necessary to clarify work by CONTRACTOR. 7 of 29 Potable Water Tank Recoating Specification Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation November 20,2013 Project No.2139 I B. Following is a list of other submittals required for the project that may be submitted to the OWNER'S Representative after the Preconstruction Meeting for review; submittals shall follow the requirements as per Section 01 31 19: 1. Coating Manifest-Within forty-eight (48) hours of coating delivery to the job site, the CONTRACTOR shall record the batch number, date of manufacture stamped on each coating and reducer container and submit a typed list to the OWNER'S Representative. Minimum information required is listed below. a. Date of delivery to job site. b. Name and signature of Superintendent recording the data. c. List of batch number including corresponding coating identification, color, date of manufacture and volume of each container. d. Quantity in gallons of each coating and reducer delivered to the job site. List shall include a running total of the quantities of the materials delivered. 2. Provide technical data from Manufacturer for equipment to control interior surface conditions and Coating Manufacturer approval of use of equipment in writing. Submission to be received a minimum of fourteen (14) days before interior surface preparation or coating is to be applied. 3. Coatings mock-ups shall be provided prior to any surface preparation and remain on site until project completion. Sample and surfaces of each coat must be of adequate size to allow for the OWNER and/or the OWNER'S Representatives to perform adhesion and chemical tests on each coat that ensure conformance with these Specifications and Manufacturer's requirements. The mock up shall be exposed to the same environment that the prepared and coated surfaces the tank are exposed to. The minimum 4 ft x 4 ft mock-ups shall be completed before any surface preparation or coating is to be applied and shall include the following: a. Exterior mockup: I. 2 ft x 2 ft approved sample of SSPC-SP6 Commercial Blast Cleaned Steel protected with a clear spray varnish II. 2 ft x 2 ft approved samples of exterior coating systems showing each coat b. Interior mockup: I. 2 ft x 2 ft approved sample of SSPC-SP10 Near White Metal Blast Cleaned Steel protected with a clear spray varnish II. 2 ft x 2 ft approved samples of interior coating systems showing each coat 4. Blast Abrasives—To be submitted for review before any blasting operations begin. a. MSDS and furnish certification from the Abrasive Supplier stating that the abrasive(s) to be supplied satisfies the requirements of this Specification. b. Worker protection measures - These measures shall stipulate specific procedures to be followed to protect all workers and all other persons on site from exposure to its use as stipulated by Federal, State and other governing authorities having jurisdiction. C. Silica sand or products producing free silica when used as a blast abrasive will not be allowed on the project. d. Copper slag abrasives will not be allowed on the project. 5. Daily recordings of tank interior air quality including carbon monoxide. The CONTRACTOR shall provide calibrated air quality monitoring equipment, with continuous readings. Copies of the readings shall be given to the OWNER'S Representative each day with the CONTRACTOR'S daily inspection reports. A current calibration report for the monitoring equipment shall be included with the 8 of 29 Potable Water Tank Recoating Specification Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation November 20,2013 Project No.2139 CONTRACTOR'S reports once per week and shall be made available for review by the OWNER or the OWNER'S Representative upon request. 6. All psychometric readings shall be recorded daily. Copies of the readings shall be given to the OWNER'S Representative each day with the CONTRACTOR'S daily inspection reports. 7. Catalytic exhaust purifier for internal combustion engines fired with gasoline or diesel that will be used inside the tank. This submittal will not be required if the CONTRACTOR ventilates the exhaust from gasoline or diesel fired engines no less than ten (10) feet above the highest point of the tank roof, or no less than forty(40)feet laterally from the tank. 8. Results of pre-construction and post-construction soil background tests at ten (10) locations around the base of the tank for total Lead content and a map of the test locations with dimensions to the OWNER and/or OWNER'S Representative. Locations of soil sampling shall be the same for pre- construction as for post-construction. Soil testing requirements are detailed in Section 3.02, A. Environmental Testing. 9. Product data and MSDS for fresh calcium hypochlorite and quantity required for disinfection of the tank thirty(30) days prior to disinfection of tank for OWNER review. 10. Results of preconstruction soil background tests and post construction soil tests at ten (10) locations around the base of the reservoir for total Lead content and a map of the test locations with dimensions to the OWNER. 11. Any other submittal requested by OWNER or necessary to clarify work by CONTRACTOR. 1.06 Warranty A. Interior and Exterior of Tank: 1. CONTRACTOR shall issue to the OWNER a two (2)-year warranty for workmanship and materials beginning on the date of Substantial Completion, as determined by the OWNER. 2. Coating Manufacturer shall issue to the OWNER a two (2)-year warranty for materials beginning on the date of Substantial Completion, as determined by the OWNER. f B. CONTRACTOR and Coating Manufacturer shall coordinate warranty work requested by OWNER at any time during warranty period. OWNER is only required to contact CONTRACTOR to initiate warranty work. 1.07 Maintenance Material A. At the end of the project and before final payment, the CONTRACTOR shall provide the OWNER with Coating Manufacturer's or Coating Supplier's vouchers equivalent in value of five (5) one (1) gallon cans of each type and color of coating, primer, thinner, and other coatings used in the field including multiple component materials. Upon request by OWNER, the material shall be delivered in unopened, typed- labeled cans (including color, batch number and manufacturer date),just as it comes from the factory. If the Coating Manufacturer does not package the material in one (1) gallon cans, and in the case of special colors, the materials may be delivered in new larger containers, properly closed with typed, color, batch numbers and manufacture date. The Coating Manufacturer's directions for use and literature describing the materials shall also be furnished to the OWNER in three bound copies with a typed inventory list at the time of delivery. These vouchers shall remain valid for ten (10)-years from date of issuance, date of issuance not to occur before Final Completion. l F Part 2: COATING SCHEDULE 2.01 IW-01 Interior Wet Coating System,Tank Roof,Shell and Floor 9 of 29 Potable Water Tank Recoating Specification Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation November 20,2013 Project No.2139 Two coat system (AWWA D102 Inside Lining (Coating) System No. 1) to be one of the following OR EQUAL and of the same manufacturer of all other coating products used on this project: Prime Coat: Ployamide Epoxy @ 6.0-8.0 mils DFT Carboline Carboguard 61 PPG Amerlock 2-400 Sherwin-Williams Macropoxy 646 NSF Stripe Coat: Ployamide Epoxy @ 5 mils DFT minimum Carboline Carboguard 61 PPG Amerlock 2-400 Sherwin-Williams Macropoxy 646 NSF Finish Coat: Ployamide Epoxy @ 6.0-8.0 mils DFT Carboline Carboguard 61 PPG Amerlock 2-400 Sherwin-Williams Macropoxy 646 NSF Color: As approved by OWNER Coating System Thickness: 12 to 16 mils total dry film thickness 5 mils-minimum any single coating layer Surface Preparation: Near White Blast Cleaning per SSPC-SP10, NACE 2 Existing and new weld profiles shall conform to NACE SP0178, Profile C or better. Surface Profile: Manufacturer's requirement but not less than 2 mils for power tool cleaned and/or blasted surfaces.Anchor pattern shall be angular, not peened. Special Note 1: The interior coating system shall include all associated surfaces therein. Special Note 2: Prime coat and finish coat shall be of contrasting colors. Special Note 3: Stripe Coat shall be applied on all weld seams and edges and shall be applied between the prime and second coat. Stripe coat may be the same color as the finish coat. Observation of the stripe coat by the OWNER'S Representative is required before the next layer of coating may be applied. Special Note 4: CONTRACTOR shall make provisions to prevent dirt and debris from becoming adhered to the surface of any coating layer or imbedded in the coating during application and through cure time. EN -01 Exterior Dry Coating System Two-coat system (AWWA D102 Outside Coating System No. NA)to be one of the following OR EQUAL and of the same Manufacturer as all other coating products used on this project: Prime Coat: Organic Zinc Rich Primer(Minimum 80%Zinc by Weight) @ 3.0-4.0 mils DFT Carboline Carbozinc 859 PPG Amercoat 68HS Sherwin-Williams Corothane I GalVaPac Zinc Primer(NSF) 10 of 29 Potable Water Tank Recoating Specification Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation November 20,2013 Project No.2139 Stripe Coat: Polysiloxane, High Gloss Carboline Carboxane 2000 PPG PSX 700 Sherwin-Williams Polysiloxane-XLE 80 Finish Coat: Polysiloxane, High Gloss @ 5.0-7.0 mils DFT Carboline Carboxane 2000 PPG PSX 700 Sherwin-Williams Polysiloxane-XLE 80 Color: As approved by OWNER Coating System Thickness: 8 to 11 mils total dry film thickness 3 mils -minimum any single coating layer with exception of the prime coat. Surface Preparation: Commercial Blast Cleaning per SSPC-SP 6, NACE 3 Existing and new weld profiles shall conform to NACE SP0178, Profile C or better. Surface Profile: Coating Manufacturer's requirement but not less than 2 mils for power tool cleaned and/or blasted surfaces. Anchor pattern shall be angular,.not peened. Adhesion: The coating system shall have a minimum adhesion of no less than six hundred (600) psi or the Coating Manufacturer's minimum adhesion requirements whichever is greater, (average of five (5) tests) as tested per ASTM D 4541 when applied to SSPC-SP6 Commercial Blast Cleaned steel and after 17 days cure at forty(40) degrees Fahrenheit. Special Note 1: The exterior coating system shall include coating the exterior portion of the overflow piping and flap valve, roof railing, roof hatch and roof vents. Special Note 2: Do not paint stainless steel bolts/nuts, aluminum items or brass gate valve on washout line. Special Note 3: Prime coat and finish coat shall be of contrasting colors. Special Note 4: Stripe Coat shall be applied on all weld seams and edges and shall be applied between the prime and second coat. Observation of the stripe coat by the OWNER'S Representative is required before the next layer of coating may be applied. Special Note 5: CONTRACTOR shall make provisions to prevent dirt and debris from becoming adhered to the surface of any coating layer or imbedded in the coating during application and through cure time. The CONTRACTOR shall also make provisions to prevent cured coating from becoming stained or otherwise damaged by CONTRACTOR work. Special Note 6: Contractor shall protect the double door in the base of the pedestal from abrasive blasting and dust. Double door exterior shall be prepared by SSPC-SP2 hand tool cleaning and SSPC-SP3 power tool cleaning as necessary and coated with the exterior coating system. 11 of 29 Potable Water Tank Recoating Specification Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation November 20,2013 Project No.2139 Special Note 7: Contractor shall apply two (2) Fort Worth "Molly" Logos to the tank exterior as described in Exhibit A of these specifications. Logo coating must be compatible with the exterior coating system EN-01. EN -02 Interior Dry Coating System,Components Inside Pedestal Two-coat system (AWWA D102 Inside Coating System No. NA) to be one of the following OR EQUAL and of the same manufacturer of all other coating products used on this project: Primer Coat: Two-Component epoxy @ 4.0-6.0 mils DFT Carboline Carboguard 60 PPG Amerlock 2-400 Sherwin-Williams Macropoxy 646 Finish Coat: Two-Component epoxy @ 4.0-6.0 mils DFT ° Carboline Carboguard 60 PPG Amerlock 2-400 Sherwin-Williams Macropoxy 646 Color: As approved by OWNER Coating System Thickness: 8 mils-minimum 12 mils total dry film thickness -maximum 2 mils-minimum any single coating layer Surface Preparation: Power Tool Cleaning per SSPC-SP3 and/or Hand Tool Cleaning SSPC- SP2 as applicable Existing and new weld profiles should conform to NACE SP0178, Profile C or better Surface Profile: Coating Manufacturer's requirement. Adhesion: The coating system shall have a minimum adhesion of no less than six hundred (600) psi, after seventeen (17) days cure at forty (40) degrees Fahrenheit. Special Note 1: Stripe Coat on all weld seams and edges may be applied during application of the primer coating and/or finish coating. Special Note 2: Valves and other components that are not to be prepared or coated shall be protected from the operations. 2.02 Caulk Schedule: In all cases of application, Manufacturer's instructions shall be followed. IC-01 Interior System: SikaFlex-1A, or Equal IC-02 Interior System:Not Used EC-02 Exterior System: SikaFlex-1A, or Equal Pedestal Base Plate: A. CONTRACTOR shall remove existing caulk and/or grout between tank pedestal base plate and the foundation ring to a minimum of one quarter(1/4) inch distance underneath the outside edge of the base 12 of 29 Potable Water Tank Recoating Specification Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation November 20,2013 Project No.2139 plate all around. All caulk and loose grout shall be removed. All areas where the base plate under the fluted pedestal is not supported shall be re-grouted with a non-shrink high strength grout. Caulk shall be applied after coating and any new grout has fully cured. Product data for this material shall be submitted to the OWNER and/or OWNER'S Representative for review. B. After removal of the existing caulk and any needed grout has been installed the IC - 01 Interior System and EC - 02 Exterior System as applicable shall be installed between the pedestal base plate and foundation ring all around. The caulk shall be installed at least one quarter(1/4) inch under the plate and shall be sloped outside the plate at a (forty-five) 45-degree angle from the top of the plate down to the concrete. C. CONTRACTOR shall make provisions to prevent dirt and debris from becoming adhered to the surface of the caulk or imbedded in the caulk during application and through cure time or becoming damaged by CONTRACTOR work. If dirt and debris become adhered to or embedded in the caulk or if the caulk is damaged by CONTRACTOR work, the caulk shall be removed and replaced. D. Color of caulk shall be as approved by the OWNER. E. Surface preparation and installation of caulk and grout shall follow the Manufacturer's written instructions. Concrete Expansion Joints Around The Tank: A. NA Flanges and Dresser Sleeves on Pipes and Valves: A. NA Part 3: EXECUTION 3.00 General A. Food and drink (with exception of water), and the use of tobacco products will not be allowed inside the tank, tank pedestal or the immediate area outside of the tank at any time and is, therefore, prohibited. Food, drink and tobacco products may be consumed and used in a designated break area as determined by the OWNER.All refuse generated on the project shall be disposed of properly. The OWNER reserves the right to prohibit the use of tobacco products on the project site at any time. B. All coating materials shall be handled and applied in accordance with the Coating Manufacturer's recommendations. No coating shall be applied while water is in the tank. C. With exception of caulking materials, CONTRACTOR shall use products of a single coating Manufacturer for all coating applied to the tank or its components. ii D. All coating material for the exterior topcoat shall be mixed from one batch number. Batching shall occur so that the shelf life extends beyond the end of the project. E. All blasting and coating equipment shall be in first class condition and comply with all recommendations of the Coating Manufacturer and these Specifications. The OWNER and/or the OWNER'S iE Representative reserves the right to have the CONTRACTOR immediately repair, modify or remove equipment functioning poorly or creating a nuisance as determined by the OWNER and/or the OWNER'S Representative. F. The CONTRACTOR shall provide workers who perform professional and quality work and who are experienced and knowledgeable in surface preparation and mixing and application of high performance F coating systems. 13 of 29 Potable Water Tank Recoating Specification Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation November 20,2013 Project No.2139 i G. The OWNER and/or the OWNER'S Representative reserves the right to disqualify the CONTRACTOR'S painting technician(s) for lack of proficiency in surface preparation and application of any of the coatings for this project. H. Coating application procedures shall conform to the standards of craftsmanship as discussed in the Steel Structures Painting Manual,Volume 1 "Good Painting Practice". I. All thinning of coatings shall be as per the Coating Manufacturer's recommendations. Use only those thinners expressly approved by the Manufacturer for the coatings used on this project. All thinners used with interior surface coatings shall be those tested and approved by NSF in conjunction with the NSF approved coating materials. Thinners shall not be stored in unmarked containers at any time. J. Proper illumination equipment shall be provided by the CONTRACTOR in accordance with SSPC Guide 12. Explosion-proof lights and electrical equipment shall be provided. Whenever required by the OWNER and/or OWNER'S Representative the CONTRACTOR shall provide additional illumination and necessary supports to cover all areas to be observed and/or tested. The level of illumination for observation and/or testing purposes shall be determined by the OWNER and/or OWNER'S Representative. Project lighting shall not interfere with existing residences or businesses. Complaints from adjacent residential neighbors or businesses shall require CONTRACTOR to modify lighting plan to the satisfaction of the complainant(s). Project lighting is considered subsidiary work relating to various Bid items of the Contract. K. The CONTRACTOR'S Inspector shall perform quality control observations and tests to ensure that the requirements of these Specifications have been met prior to the CONTRACTOR setting a schedule or schedules for the OWNER'S Representative to perform verification observations and tests. L. The CONTRACTOR, at his option, may install painter's couplings in the roof of the tank for the purpose of supporting staging equipment inside the tank for abrasive blasting and paint operations. The couplings, if installed shall remain part of the tank after construction is finished on the project. Welded installation and protection of the couplings shall be in accordance CONTRACTOR'S Engineer design drawings. Location of installation for the couplings shall be the responsibility of the CONTRACTOR. Location for installation shall be detailed in shop drawings and submitted to the OWNER and the OWNER'S Representative for review prior to installation. Costs for materials and labor to install the couplings shall be subsidiary to other bid items. Under no circumstances will CONTRACTOR equipment be allowed to be supported from any part of the tank interior roof structure or shell. M. Cathodic Protection System (CPS) Hand Holes: The existing CPS hand hole cover plates and all associated hardware shall be removed from the tank before surface preparation in the area begins. In addition, and prior to surface preparation, carbon steel cap plates shall be welded over the CPS handholes and any other holes that are result of the CPS removal. All welded cap plates shall be seal welded on both the inside and outside surfaces of the tank. 3.01 General Surface Preparation and Profile A. The CONTRACTOR shall provide to the OWNER and the OWNER'S Representative written protective measures and procedures regarding workers and other persons on the site as required in Section 1.05 Submittals, paragraph A. 11, and paragraph B. 4 b. of these Specifications. B. CONTRACTOR shall, at a minimum, prepare all surfaces to receive coating per Coating Manufacturer's requirements, see Coating Schedule for minimum surface profile requirements. C. Plastic sheeting covered with an absorbent material shall be placed under all equipment capable of leaking oil, gasoline, diesel fuel or hydraulic fluid onto the ground or pavement. ANY AREAS OF THE GROUND OR PAVEMENT DAMAGED OR CONTAMINATED DUE TO CONTRACTOR LEAKING EQUIPMENT SHALL BE REPLACED BY THE CONTRACTOR AT THE CONTRACTOR'S EXPENSE AND TO THE SATISFACTION OF THE OWNER. 14 of 29 Potable Water Tank Recoating Specification Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation November 20,2013 Project No.2139 D. Equipment with water and/or oil leaks will not be allowed inside or on the tank at any time during the project. IT E. All surfaces shall be free of dirt, dust, oil, grease, welding slag and other debris prior to coating. All applicable equipment shall be electrically grounded as required and shall have clean operating gauges, moisture traps, etc. F. Effective oil and water separators combined with after coolers or deliquescent dryers shall be used in compressed air lines serving abrasive blasting operations to remove detrimental oil and moisture from the air. Separators shall be placed as far as practical from the compressor. Compressors may be tested periodically by the OWNER and/or OWNER'S Representative for oil and water contamination of compressed air. Testing shall follow ASTM D4285 "Standard Test Method of Indicating Oil and Water in Compressed Air". All compressor units found to produce unacceptable amounts of oil and/or water, as determined by results of ASTM D4285 test data and interpretation of data by the OWNER and/or OWNER'S Representative, shall be replaced with a compressor that is acceptable to the OWNER and/or OWNER'S Representative. The CONTRACTOR, at a minimum, shall test the compressed air once per day in accordance ASTM D4285. Cloths used for the test shall be made available to the OWNER and/or OWNER'S Representative for review. Test results shall be recorded on the CONTRACTOR'S daily QC report. G. No surface preparation shall begin or coating applied: a. When the surface, air or material is below or above the Manufacturer's printed instructions for wet or damp surfaces or,in rain, snow, fog or mist. b. When the air or steel temperature is less-than or equal to five (5) degrees Fahrenheit above the dew point temperature. c. If the relative humidity is above eighty-five(85) percent. d. If inclement weather (rain, hail, snow, etc.) is expected in the area within eight (8) hours after applications of coating. e. When it is expected that the air and/or surface temperature will be below or above the Coating Manufacturer's recommended temperatures within eight (8) hours after applications of coating. Additionally, if the above conditions are prevalent, surface preparation and coating shall be delayed or postponed until conditions are favorable. Each day's coating shall be completed in time to permit the film sufficient drying time to help prevent damage caused by atmospheric conditions. H. Care shall be taken not to allow detrimental solvent or detergent residues to remain on any surfaces. I. For abrasive blasting removal of coatings the CONTRACTOR shall include in their Bid for removal of all coatings regardless of the thickness encountered. J. Areas to be power tool cleaned shall not exceed two (2)feet in diameter or two (2)square feet. l K. All pre-assembled shop primed items shall be blasted in accordance with these specifications and observed and/or tested by the OWNER'S Representative before and after priming. L. For both immersion and non-immersion service, all sharp edges and welds shall be ground smooth to a rounded contour, and all weld spatter and welding slag shall be removed prior to abrasive blasting. i Additionally, any oil or grease that may be present shall be removed from the surfaces prior to abrasive } blasting. Costs for grinding and removal of welding slag, and removal of oil and grease shall be subsidiary to other bid items in the bid form. M. ABRASIVE MATERIALS: Abrasive materials used shall be non-carcinogenic when properly used. The abrasive materials shall also be properly graded, be sharp, have proper angularity, and be clean and free of contaminants including Arsenic, Lead, Chlorides, dirt, oil, etc. The grade shall be of such size as to 15 of 29 Potable Water Tank Recoating Specification Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation November 20,2013 Project No.2139 I achieve an acceptable anchor pattern or surface profile as required by the Coating Manufacturer. Additionally, the CONTRACTOR shall adhere to the following: 1. Shrouding and recovery of all blast material will be mandatory during all exterior blasting. See Section 3.10 Protection of Existing Structures, of these Specifications. 2. All open abrasive blasting shall be finished and blasting abrasive shall be removed from the interior of the tank prior to application of the interior coating. The CONTRACTOR shall be responsible for covering surfaces inside the tank to prevent coating overspray from adhering to tank surfaces. 3. The CONTRACTOR'S abrasive blasting operations shall not cause staining of any applied coating. 4. The TCEQ has established, under 111, subchapter A, Control of Air Pollution and Visible Emissions from Particulate Matter and TCEQ 111.131, 111.133, 111.135, 111.137, and 111.139 titled "Abrasive Blasting of Water Storage Tanks Performed by Portable Operations". All work shall be performed in accordance with these regulations as applicable and are hereby made part of this Specification by reference. Questions and information regarding these regulations should be addressed to: Texas Commission on Environmental Quality P.O. Box 13087 Austin, Texas 78711-3087 (512) 908-1000 5. The CONTRACTOR shall contain all waste and process discharge in accordance with the accepted methods for the process and materials that are in abatement. 6. Under no circumstances will any waste materials or its packaging be removed from the site without the OWNER'S written permission. 7. All waste shall be contained and characteristics determined in accordance with EPA regulations found under 40CFR216 Subpart B-Criteria for identifying the Characteristics of Hazardous Waste and for Listing Hazardous Waste and applicable TCEQ regulations. 8. IN ALL CASES THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROTECTING HIS WORKERS DURING REMOVAL OF THE LEAD BASED COATINGS, CONTAINMENT OF THE COATINGS AND DISPOSAL OF THE COATINGS IN ACCORDANCE WITH SSPC STANDARDS, OSHA, EPA, TCEQ, LOCAL STATE AND FEDERAL REGULATIONS. THE OWNER SHALL NOT BE RESPONSIBLE FOR ANY COSTS ABOVE THAT LISTED IN THE BID FORM FOR LEAD ABATEMENT ON THE PROJECT. CHANGE ORDERS FOR ADDITIONAL COSTS INCURRED BY THE CONTRACTOR WILL NOT BE CONSIDERED. 9. THE CONTRACTOR SHALL COMPLY WITH ALL REQUIREMENTS OF OSHA, EPA AND OTHER GOVERNING REGULATIONS FOR WORKER, MATERIALS AND EQUIPMENT DECONTAMINATION PRIOR TO WORKERS, MATERIALS OR EQUIPMENT LEAVING THE SITE EACH DAY. 10. Air filtration/dust collectors shall be used in conjunction with the dehumidification and/or ventilation equipment during interior abrasive blasting and coating operations. 11. Where abrasive blast cleaning will not remove or properly prepare metal surfaces, hand and/or power tool cleaning shall be used to remove such conditions as weld spatter, laminations and radius-sharp edges, see also Section 3.01 L. Hand tool or power tool cleaning shall be used on areas two (2)feet in diameter or two (2) square feet or smaller, or on corners and edges of the tank and its internal support members. The OWNER'S Representative shall determine areas to be hand and/or power tool cleaned. 12. After abrasive blast cleaning, dust and spent abrasive shall be removed from the surfaces by air blasting and sweeping. The prime coat shall be applied as soon as possible after the blasting and 16 of 29 Potable Water Tank Recoating Specification Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation November 20,2013 Project No.2139 surface cleaning is completed, observed, tested and determined to be in compliance by the OWNER'S Representative. 13. All abrasive blast equipment shall be equipped with, including but not limited to the following: a. Noise reducing devises b. Hose coupling separation restraints(safety devices) c. Electrical grounding devices d. Moisture traps and filters e. Fresh air hoods for all abrasive blasting personnel f. "Dead Man"switches on all blast hoses g. Air Dryers N. All applicable equipment shall be electrically grounded as required and shall have clean operating gauges, moisture traps, etc. O. A Preliminary Evaluation and Assessment Report for the project is included in the Appendix. It is recommended that the CONTRACTOR review and understand this report. 3.02 Tank Exterior Surface Preparation and Profile A. Environmental Testing: 1. The CONTRACTOR shall perform background soils testing for total lead and heavy metals content (RCRA 8) before construction. After construction the Contractor shall perform soils tests for total lead and heavy metals at the same ten (10) locations that were tested before construction. Testing after construction shall be performed before site restoration begins. The testing shall be performed to establish pre-construction and post-construction site conditions. Collection of the soil samples for testing shall be in accordance with Method E of the SSPC Guide 6. Results of the tests and a map of the test locations with dimensions shall be submitted to the OWNER and the OWNER'S Representative within fourteen (14) days of the time the samples were collected. The OWNER reserves the right to perform periodic testing during construction. Soil sample laboratory analysis for Lead content shall be performed in accordance with EPA Method 3050B for Total Metals. The CONTRACTOR shall provide to the OWNER for approval the proposed Laboratory to be used for the analysis. 2. The CONTRACTOR shall use ground covers to prevent contamination of soils or pavement surfaces. 3. The CONTRACTOR shall monitor emissions during construction to ensure no hazardous materials jeopardize worker health and that no contamination of air or soils occurs. Monitoring of emissions shall be in accordance with Methods A Visible Emissions, C Occupational Monitoring of Area Emissions for Lead, D EPA Ambient Air Monitoring for Toxic Metals and G Visual Assessment of Site Cleanliness of the SSPC Guide 6. 4. The CONTRACTOR shall remove visual contaminates from the site prior to beginning of CONTRACTOR work. B. Open Abrasive Blast Cleaning with Expendable Abrasives: 1. Water shall be incorporated into the blast stream. A rust inhibiting additive must be added to the water. Water and waste from the blasting process shall not be allowed to escape the containment system. 2. The CONTRACTOR shall install and maintain an exterior containment shroud system (system) for open abrasive blasting and spray application of coatings. The system must meet the following requirements: a. The system shall be in accordance with Class 1A Type A2 of SSPC Guide 6. 17 of 29 Potable Water Tank Recoating Specification Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation j November 20,2013 Project No.2139 r b. The system must have ninety-five (95) percent shade factor and be of flexible shrouding material supported by a flexible structure capable of being lowered and raised according to wind speed. The joints in the shrouding must be fully sealed and the entryway re-sealable. c. The system must include ground covers to protect the soil and pavement surfaces around the tank from contamination. The ground covers must be designed and constructed such that wastes are not allowed to escape the system. d. The system must be designed and constructed to protect all properties including, but not limited to, the existing Police and Fire Station buildings adjacent to the tank. The system shall be constructed so that it does not interfere with Police and Fire Station operations. The system shall not be connected to the Police and Fire Station buildings. Any damage caused to any structures or properties by the system and/or any part of the CONTRACTOR'S work shall repaired by the CONTRACTOR at the CONTRACTOR'S and to OWNER'S satisfaction. e. The CONTRACTOR must inspect the system daily to ensure the system is properly supported. f. Removal or operation of the system shall not damage the new coating system. g. The system shall be designed by a Professional Engineer(PE) employed by the CONTRACTOR and registered in the State of Texas. The drawings for the system shall be sealed by the design PE. Written certification shall be provided and sealed by the design PE that loading of the shrouding apparatus and associated equipment will not harm the structural integrity or in any way change the aesthetic appearance of the tank. The design drawings shall include ALL details necessary for erection and operation of the shrouding. The written certification and drawings shall be submitted to the OWNER for review before beginning exterior blasting operations. C. Closed Abrasive Blast Cleaning with Recyclable Abrasives: 1. Where the surfaces permit, this type of blasting may be performed with centrifugal wheels within a vacuum assembly to propel abrasives to the surface and simultaneously remove the abrasive and debris. The vacuum assembly must include mask that seals the assembly to the substrate. The seal must be maintained between the assembly and the surface to create a completely closed blasting cycle. The system must remove paint debris from the abrasive before it is re-circulated for use. 2. Ground covers shall be used to prevent all blasting abrasive and waste from contaminating the soil around the tank and the paved surfaces. D. Power Tool Cleaning: 1. Power tool cleaning may be performed on areas as described in Section 3.01 L and M 10 of this Specification. The areas to be power tool cleaned shall be presented by the CONTRACTOR and agreed upon by the OWNER and/or the OWNER'S Representative. 2. Power tools that may be used for spot cleaning shall be used inside the containment shroud system or shall be fitted with integral vacuum equipment. A brush or rubber sleeve that conforms to the substrate may be required to enhance the control of the dust and debris collection. 3.03 Tank Interior Surface Preparation and Profile A. CONTRACTOR equipment used in the tank before, during and after surface preparation shall not leave any oily residue from exhaust or other sources. Internal combustion driven equipment other than that powered by bottled gas shall have externally vented exhaust that is leak proof, and extends no less than 10 feet above the highest point of the tank roof, or no less than forty (40) feet laterally from the tank. In lieu of this, the CONTRACTOR may submit for review equipment utilizing a catalytic exhaust purifier. This equipment shall not produce a carbon monoxide concentration of fifteen (15) PPM or greater. 18 of 29 Potable Water Tank Recoating Specification Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation November 20,2013 Project No.2139 B. The use of fuel burning heating equipment inside the tank wet and dry areas is prohibited. C. The CONTRACTOR shall provide covers and plugs for the inlet/outlet piping, overflow piping and drain line at the point where the pipe enters the tank to prevent debris, or any other foreign matter from entering the lines/pipes. The covers and plugs shall be installed before any CONTRACTOR work is allowed inside the tank. The covers and plugs shall remain in place from beginning of the job until just prior to filling the tank for disinfection. The CONTRACTOR shall be responsible for removal of debris, e dirt, dust, etc. from the pipes that were deposited by the CONTRACTOR'S work. Removal shall occur prior to the OWNER "back flushing" the pipes. Cleanliness of the pipes shall be acceptable to the OWNER and the OWNER'S Representative. 3.04 Application A. All surfaces shall have been prepared as required in Section 3.02 and 3.03 of this Specification and shall be free of dirt, dust, oil, grease, other debris prior to coating. B. Abrasive blasted or otherwise prepared surfaces shall be coated before rust forms on the surface. All blasted or otherwise prepared surfaces shall be coated to within six (6) inches of the edge of a blasted area. No visible rust shall be coated under any circumstances, including rust bloom or if discoloration has occurred, regardless of elapsed time between surface preparation and coating. For exterior surfaces and/or interior surfaces that are not protected by DH, the surfaces shall be coated within eight (8) hours after being blasted. Surfaces not coated within this eight(8) hour period shall be re-blasted prior to being coated. In all cases, tank surfaces not protected by DH shall be coated the same day as prepared. If the prepared surfaces are left overnight without being coated, the surfaces shall be re-blasted by the CONTRACTOR and re-observed by the OWNER'S Representative prior to being coated. C. The CONTRACTOR shall apply each coat at the rate and in the manner specified by the Coating Manufacturer, except as may be modified herein. If material must be diluted for application, coating shall be built up to the same dry film thickness as specified for each coat of the complete system. D. The coating curing period shall be adjusted to compensate for less than adequate weather conditions, as recommended by the Coating Manufacturer, for complete curing of the entire coating system. E. Successive layers of coating shall be tinted to make each coat easily distinguishable from the previous. Coating shall be continuous and shall be accomplished in an orderly manner to facilitate proper inspection and observation. F. Where a brush or roller is used to apply the coating, additional coats may be necessary to achieve the recommended dry film thickness and/or to achieve total coverage of the underlying surface. Coated surfaces shall be totally free of all brush bristles and brush marks, and roller nap and #' roller marks. If bristles or roller nap are discovered after the coating has dried,the bristles or nap shall be removed and the area correctly re-coated at no additional cost to the OWNER. G. To the furthest extent possible, the interior and exterior of all piping entering the tank shall be blasted and recoated the same as their respective walls. The interior of piping entering through the tank floor shall be blasted and recoated the same as the interior of the tank. Methods of recovering blast material from the inside of the pipes shall be submitted to the OWNER's Representative for review one (1) week prior to i beginning blasting operations. H. All metal surfaces inside and outside of the tank shall be coated including, but not limited to: 1. Inside of the overflow weir box and four(4) inches into the overflow weir piping 2. Inside the inlet/outlet pipe to a depth of no less than four(4)feet 3. Overflow piping and flap valve 4. Exterior of drain line i All coatings shall be monolithic and all interior coatings shall be Holiday free. 19 of 29 Potable Water Tank Recoating Specification Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation i November 20,2013 Project No.2139 However, the following surfaces will not require coating and shall be protected from blasting and coating including, but not limited to: 1. All stainless steel above the high water line 2. Saf-T-Climb Rail and attachment hardware 3. All aluminum I. Drying time between coats, both minimum and maximum, shall be as per the Coating Manufacturer's recommendations with variables including temperature and humidity taken into account. 3.05 Stripe Coat A. See Coating Schedule 2.01, IW-01 and EN-01 for specific stripe coating requirements. B. Stripe coat shall be applied to all welds, weld seams, and tack welds (new and old), edges, bolts, rivets, ladder rails and rungs, seamed corners, joints of any kind and locations where brackets, lugs and other difficult to coat surfaces exist. Stripe coat on all welds and weld seams shall extend two (2) inches minimum above, below and beyond all welded sections. C. Interior and exterior dry surface stripe coating may be accomplished with a brush or roller. Stripe coating shall be performed by moving the brush or roller back and forth in a scrubbing motion working primer into all crevices. Stripe-coat shall be performed with a high quality bristle brush or roller using coating that has been thinned according to Manufacturer's instructions. Bristles or roller nap left on the surface shall be removed before the coating dries. If bristles or roller nap are discovered after the coating has dried, the bristles or nap shall be removed and the area correctly re-coated at no additional cost to the OWNER. D. Stripe coat shall occur in coating system layering as stated in Coating Schedule. E. Exterior stripe coating shall be tinted such that it can be easily distinguished from the other coats. 3.06 Finish A. All prime, intermediate and finish coats shall be inspected by the CONTRACTOR'S Inspector prior to observation by OWNER'S Representative and before application of the next coating and shall be free of ALL sags, runs, bubbles, drips, waves, laps, unnecessary brush marks, over spray, environmental contaminants or other physical defects, including shadows, and shall be UNIFORM in color, texture and gloss. Thus, all coatings shall be applied in a professional manner to achieve the specified dry film thickness (DFT) leaving a smooth and uniform coating. Sanding shall be performed between coats to remove over spray and dry fall. B. Cleaning and coating shall be scheduled such that dust and other materials from adjoining work will not contaminate wet or newly coated surfaces. 3.07 Special Surface Preparation &Coating A. Geo-textile fabric approved by the Coating Manufacturer may be used inside the tank wet area over sharp edges in conjunction with 100% solids lining. If the fabric is used it shall be completely imbedded in an initial application of the 100% solids lining and then completely covered with application of the 100% solids lining. B. In all cases, all unsealed joints inside the tank wet area shall be sealed with the 100% solids lining. The use of geo-textile fabric by the CONTRACTOR shall be at no additional cost to the OWNER. 3.08 Ventilation A. From the beginning of interior wet and/or dry surface coating application and until this coating is cured, the CONTRACTOR shall monitor and record in the daily reports the air for the lower explosion limit(LEL) 20 of 29 Potable Water Tank Recoating Specification Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation November 20,2013 Project No.2139 as published in the Coating Manufacturer's product MSDS. CONTRACTOR shall submit to the OWNER'S Representative for review, the air monitor technical literature. The OWNER and/or OWNER'S representatives shall be allowed to check and observe the monitor at any time. B. During any time persons are inside the tank, the level of Carbon Monoxide(CO) shall not be allowed to exceed a threshold limit value of twenty-five(25) ppm as an eight(8) hour time weighted average. C. Continuous forced fresh air ventilation at a rate of no less than one (1) air change per hour shall be provided from beginning of the tank interior surface preparation through final coating operations and coating curing. Air shall be exhausted from the lowest portions of the tank. Unless dehumidification equipment is used to provide ventilation of the tank interior, the roof vents and hatches shall be kept open and clear. All tank openings susceptible to emissions during blasting, cleaning, and coating operations shall be properly fitted and secured with suitable dust collection devices to help reduce the release of emissions. For tank interior wet area required air changes when dehumidification equipment is used, see Section 3.09 Dehumidification, paragraph E,Air Change of this Specification. D. The above ventilation requirements are minimum requirements of the OWNER. It is the responsibility of the CONTRACTOR to verify that the flow rate provided through the tank meets the curing requirements of the Coating Manufacturer and these Specifications. Should additional ventilation be required by the Coating Manufacturer, the CONTRACTOR shall furnish additional ventilation at no additional cost to the OWNER. E. Throughout the duration of ventilation; containment of blasting abrasives, removed coating, and applied coatings shall be maintained by use of proper filtration. 3.09 Dehumidification A. Dehumidification equipment shall be used to control the environment in the tank wet area and roof twenty-four (24) hours a day during blast cleaning, coating application and coating cure. Automatic real time environmental monitoring equipment shall be provided and shall be used when no CONTRACTOR personnel are on site to monitor the equipment and conditions. B. Desiccant dehumidifiers are required and shall be a solid desiccant design having a single rotary desiccant wheel capable of fully automatic continuous operation. No liquid, granular, or loose lithium chloride drying systems will be accepted. The desiccant wheel shall be made of a fire retardant material tested to ASTM standard E 84. Air conditioning units may be used only if in combination with Desiccant units to control temperature. C. The CONTRACTOR shall furnish all labor, materials, equipment, fabrication and quality control observations, and all other incidentals required to control and maintain the environment of the tank within the parameters stated in this Specification and shall incorporate these and any other expenses into his bid. D. The OWNER reserves the right, in the event the dehumidification equipment is not performing to the minimum requirements stated in this Specification, to require the CONTRACTOR to modify and/or add additional equipment to satisfy the conditions of this Specification, at the sole cost to the CONTRACTOR. It is the CONTRACTOR'S responsibility to provide adequate dehumidification equipment to meet this Specification and Coating Manufacturer's requirements. E. Coating Manufacturer's minimum limits of surface temperature, interior tank air temperature and relative humidity requirements shall govern if more stringent than the requirements stated within this Specification: Surface Temperature Tank Interior Wet Area: 1. Abrasive cleaning operations: a. Dew point-minimum of seventeen (17) degrees Fahrenheit below the surface temperature. i 21 of 29 Potable Water Tank Recoating Specification Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation November 20,2013 Project No.2139 i 2. Coating operations: a. Surface temperatures shall be maintained at a minimum of forty (40) degrees Fahrenheit or the published Coating Manufacturer's recommendations. Coating Manufacturer's recommendations shall govern if minimum temperature required is greater than forty (40) degrees Fahrenheit. The maximum air and surface temperature shall not exceed the published recommendation of the Coating Manufacturer. b. Dew point-minimum of seventeen (17) degrees Fahrenheit below the surface temperature. 3. Coating curing: a. Dew point-minimum often (10) degrees Fahrenheit below the surface temperature. Relative Humidity Tank Interior Wet Area: 1. Abrasive cleaning operations: a. The relative humidity (RH) of the ambient air shall not exceed fifty-five (55) percent RH as measured by a sling psychrometric or another measuring device such as a continuous EMD (electronic monitoring device). b. The ambient air shall be maintained, as stated in the preceding paragraph, until the abrasive cleaning operations have been completed and coating operations have covered all bare substrates. 2. Coating operations: a. During coating operations the relative humidity shall not exceed fifty-five (55) percent RH as measured by a sling psychrometric or another measuring device such as a continuous EMD (electronic monitoring device). 3. Coating curing: a. During coating curing the relative humidity shall not exceed seventy-five (75) percent RH as measured by a sling psychrometric or another measuring device such as a continuous EMD (electronic monitoring device). Air Change: 1. Abrasive cleaning and coating operations: a. The equipment shall be sized so that it is capable of changing the volume of the air inside the entire tank wet area a minimum of one (1) time per hour during abrasive blasting and coating operations. 2. Coating curing: a. During coating curing and when no coatings are being applied inside the tank the equipment shall be sized so that it is capable of changing the volume of the air inside the entire tank wet area a minimum of one(1)time per hour. Air Distribution: 1. The process air shall be distributed so as to be able to contact the entire tank interior wet area. If necessary, special equipment shall be provided to achieve this requirement. 22 of 29 Potable Water Tank Recoating Specification Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation November 20,2013 Project No.2139 2. To prevent the introduction and distribution of moisture into the controlled environment during the abrasive cleaning operation, air compressors shall be operated with after coolers or deliquescent dryers for moisture removal. 3. Air filtration/dust collectors shall be used in conjunction with the dehumidification equipment during blasting operations. k Power: 1. See Division 01 50 00 for specific Temporary Electric availability. Use of air conditioning to achieve dehumidification will not be allowed. 3.10 Protection of Existing Structures A. The CONTRACTOR shall take every precaution available while preparing surfaces and during coating operations to prevent dusting or spraying the tank property, nearby residences, buildings, businesses, properties and vehicles with either blast debris or over-spray coating. A CONTAINMENT SHROUDING SYSTEM (SYSTEM) IS MANDATORY FOR EXTERIOR ABRASIVE BLASTING AND FOR SPRAY APPLICATION OF COATINGS. All shrouding, containment and disposal of waste shall be in conformance with EPA, OSHA, TCEQ, local, state and federal regulations. The CONTRACTOR shall be responsible for properly loading, securing, transporting and disposing of all waste. B. The OWNER will require the CONTRACTOR to provide written certification with design drawings sealed by a by a Professional Engineer registered in the state of Texas, that the loading of the system and associated equipment will not harm the structural integrity or in any way change the aesthetic appearance of the tank. The design drawings shall include ALL details necessary for erection and operation of the system. The written certification and drawings shall be submitted to the OWNER for review and approval before beginning surface preparation operations. C. The CONTRACTOR shall submit to the OWNER and OWNER'S Representative for review the containment system to be used during all coating removal and coating operations, see Section 1.05 Submittals, item A. 15 of these Specifications for requirements. D. Prior to any surface preparation or coating application, the ground surrounding the tank shall be covered with tarps or a similar ground cover that will allow for recovery of old paint scraps, blast media and new paint materials. Similarly, adequate protection of all buildings and areas surrounding the tank shall be provided during coating application. E. If, in the opinion of the OWNER or OWNER'S Representative, modifications or repairs are necessary to the system or ground cover apparatus to provide improved containment of blasting or coating operations, blasting and coating operations shall stop until the OWNER or OWNER'S Representative indicates to the CONTRACTOR that adequate repairs have been made. F. The CONTRACTOR is responsible for complete clean-up of all blasting abrasive, blasting abrasive dust or coating deposited on surfaces that are not be blasted or coated. The CONTRACTOR shall be responsible for all costs for the removal. Clean-up and removal shall be acceptable to the OWNER. G. The CONTRACTOR is responsible for any and all damages to on-site facilities, residences, vehicles and/or public health, including any fines or penalties resulting from improper containment during coating removal or coating operations. I H. All security and electrical equipment (generator, light poles, camera poles, microwave beam poles, control panels, etc) shall be protected by construction of temporary fences or barricades around above ground devises. Four (4) feet shall remain clear of construction materials and activities around all IF security equipment devices. r 3.11 Securing Tank Openings E 23 of 29 Potable Water Tank Recoating Specification Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation s November 20,2013 Project No.2139 J t A. Grating or grills shall be securely attached to all openings not otherwise secured at the end of work each day until work commences again. Gratings or grills shall be used on all openings until the tank is secured for service. Grates or grills shall be of at least one quarter (1/4) inch wire mesh, with a minimum of two (2) square inch mesh openings and a maximum of six (6) square inch openings, to allow adequate free air passage and tank protection. 3.12 Testing/Observation A. The CONTRACTOR'S Inspector shall perform quality control tests and inspections of the work as it progresses. B. Verification tests and observations shall be conducted by the OWNER'S Representative. The CONTRACTOR'S Inspector shall accompany the OWNER'S Representative when requested to do so by the OWNER'S Representative. Final tests and inspections shall be performed in the presence of the OWNER and/or the OWNER'S Representative and the CONTRACTOR'S Inspector and Superintendent. All materials and equipment used in the accomplishment of testing and inspection are subject to observation at any time by the OWNER and/or OWNER'S Representative. Periodic testing and observation times will be agreed upon by the OWNER'S Representative and CONTRACTOR, and approved by the OWNER. The CONTRACTOR shall furnish all equipment necessary for the OWNER and/or OWNER'S Representative to perform their observation and testing. The equipment shall be acceptable to the OWNER and/or OWNER'S Representative. If the equipment is not acceptable, it shall be replaced to the satisfaction of the OWNER and/or OWNER'S Representative. The CONTRACTOR shall also provide all requested assistance to the OWNER and/or OWNER'S Representative for tests and observations. C. The OWNER and/or the OWNER'S Representative may conduct tests and observations to verify the Coating Manufacturer's data. If the coating testing results fall below the test requirements or observation, the OWNER reserves the right to have the CONTRACTOR change coating materials and/or Coating Manufacturers to a coating that will meet ALL stated requirements in this Specification. D. All steps of the coating system will be subject to Hold Point testing and observation prior to progression to succeeding steps. Phases of Hold Point testing and observation shall include, but not limited to: 1. Pre-cleaning (before surface preparation) survey of surfaces to be coated 2. During surface preparation and prior to coating application 3. During and immediately after each coating application 4. Final coating observation 5. Pre-disinfection E. The CONTRACTOR shall provide the OWNR'S Representative a minimum of a 48 hour notice for Hold Point test and observations. Any work that has been covered by other work prior to tests and observations being performed by the OWNER'S representative shall be uncovered for the OWNER's Representative to perform the required tests and observations. Removal and replacement of work to provide access to the OWNER'S Representative shall be at no additional cost to the OWNER. F. The CONTRACTOR shall not move or remove scaffolding, ladders or other fixtures necessary to provide proper testing and observation until such work has been tested and observed by the OWNER'S and/or the OWNER'S Representative. G. Any work found to be deficient, damaged, or otherwise unacceptable shall be repaired in accordance with the Coating Manufacturer's latest written repair recommendations at no additional cost to the OWNER. H. The OWNER and OWNER'S Representative will make every attempt to minimize damage to newly coated areas during testing and observation activities, but any damage caused, regardless of by whom, shall be repaired by the CONTRACTOR at no additional cost to the OWNER. I. Acceptance of CONTRACTOR'S work by OWNER and OWNER'S Representative in no way releases CONTRACTOR from any of the terms and conditions of the Contract Agreement. 24 of 29 Potable Water Tank Recoating Specification Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation November 20,2013 Project No.2139 J. The following test and observations shall be performed: 1. Surfaces of all steel shall first be cleaned and observed by the CONTRACTOR'S Inspector to ensure that all grease, oil, and other foreign materials have been removed before coating. Any area found to be improperly cleaned, shall be recleaned to the OWNER'S Representative's satisfaction. Final surface preparation shall be as outlined in The Society for Protective Coatings Surface Preparation r Specifications SSPC SP1 through SP11, as applicable. Prior to tests and observations of interior and exterior surfaces by OWNER'S Representative, CONTRACTOR'S Inspector shall test and inspect the surfaces to confirm readiness for the OWNER'S Representative to perform tests and observations. 2. The pattern depth of the abrasive blasted surface shall be as specified by the Coating Manufacturer's written surface profile recommendations, see Coating Schedule Section for minimums. The profile shall be measured by a Testex Tape in accordance with ASTM D4417. SSPC-Vis-1 Guide and Reference Photographs shall serve as guides and in arbitration to determine the degree of surface preparation. Each and every square foot of the tank surface interior and exterior shall be prepared as required by these Specifications. 3. Before and during blasting and coating operations the CONTRACTOR shall test the tank interior ventilation flow rates at least once per week. Test results shall be recorded on the CONTRACTOR'S daily QC report. A field observation and possibly a field test of ventilation flow-rates may be performed by the OWNER and/or the OWNER'S Representative at any time to verify that the ventilation requirements are being provided. 4. Measurement of the dry film thickness shall be made in accordance with SSPC-PA2 (latest edition) with magnetic or digital gauges. Measurements of the actual dry film thickness of the various coating layers applied shall be made first by the CONTRACTOR'S Inspector. The CONTRACTOR shall assist the OWNER'S Representative with dry film thickness measurements of the various applied layers of coatings. Final dry film thickness measurements shall be made at such locations as designated by the OWNER and/or OWNER'S Representative. References in SSPC-PA2 which allow 80% of the minimum thickness specified WILL NOT be allowed for this project. Additional coating shall be applied to areas of deficient coating thickness. The final dry film thickness shall be at least the minimum required in the Coating Schedule. All costs, including actual labor and materials for retesting by the OWNER'S Representative, shall be borne by the CONTRACTOR and will be deducted from the Contract Value by Change Order. 5. After the final lining has cured as required by the Coating Manufacturer, all tank interior wet surfaces shall be tested for Holidays using a high voltage Holiday detector (voltage set at approximately 100 volts per mil thickness of the coating). During testing, defective areas shall be marked for repair. All repaired Holidays and re-coated areas shall have cured as required by the Coating Manufacturer prior to re-testing the repairs. Holiday testing and re-testing shall continue until the interior surfaces are found to be Holiday free. The OWNER'S Representative will begin Holiday testing at random spot locations. If Holidays are noted in twenty-five (25) percent of the locations tested the CONTRACTOR will have the following options: a. Have the OWNER'S Representative stop testing so that the CONTRACTOR may retest one hundred (100) percent of the surfaces and make needed repairs prior to the OWNER'S k Representative testing one hundred (100) percent of the surfaces. b. Have the OWNER'S Representative continue testing one hundred (100) percent of the surfaces at the CONTRACTOR'S expense. r C. No pinholes, Holidays, or other irregularities will be permitted in the final interior coating. d. All costs, including actual labor and materials for retesting by the OWNER'S Representative, shall be borne by the CONTRACTOR and will be deducted from the Contract Value by Change Order. i 25 of 29 Potable Water Tank Recoating Specification Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation November 20,2013 Project No.2139 i' 6. On days when blasting and/or coating is being performed, the CONTRACTOR shall monitor and record tank interior and exterior ambient climatic conditions as applicable. Monitoring and recording shall be as follows: a. Air temperature, steel surface temperature, humidity and dew point shall be measured and recorded daily by the CONTRACTOR prior to beginning of blasting and prior to application of coating. Surface temperature shall be measured using gages acceptable to the OWNER and/or the OWNER'S Representative. Temperature of both the sunny side and shady side of the tank shall be recorded periodically each day. The tank surface temperatures, relative humidity, dry bulb, wet bulb and dew point temperatures on both the interior and exterior are to be recorded at least every three (3) hours. The dew point shall be measured by use of a sling psychrometer in conjunction with U.S. Department of Commerce Weather Bureau Psychrometric Tables. The CONTRACTOR shall use a form reviewed by the OWNER'S Representative for recording this data. The completed forms shall be kept on the job site at all times from the time abrasive blasting begins to the time coating is first applied and until the coating system is cured. 7. Adhesion testing of the coating systems shall be performed in accordance with ASTM D4541 Standard Test Method for Pull-Off Strength of Coatings Using Portable Adhesion Testers. a. A minimum of five (5), adhesion tests shall be performed on each layer of coating for the exterior coating system. b. A minimum of ten (10) adhesion tests shall be performed on the interior coating system. c. If test results do not meet the requirements of the minimum values as stated in these Specifications and/or those of the Coating Manufacturer, additional tests will be performed as deemed necessary by the OWNER. CONTRACTOR shall repair, to the OWNER'S satisfaction, all test areas where coating has been damaged and repair all areas where adhesion of coating is below the Coating Manufacturer's minimum stated values. Repairs shall be made by the CONTRACTOR at no additional cost to the OWNER. Non-compliant test areas will be re-tested and shall continue to be re-tested until adhesion of the coating meets the requirements of these Specifications. All costs, including actual labor and materials for retesting by the OWNER'S Representative, shall be borne by the CONTRACTOR and will be deducted from the Contract Value by Change Order. 8. All coatings submitted shall pass a seven (7) day chemical spot test to the following chemicals with no cracking, blistering or delamination: a. 1,1,1 Trichloroethane b. Methyl Ethyl Keytone(MEK) c. Ethanol 9. Testing of Abrasive Blasting Waste: a. All waste testing shall be performed by the CONTRACTOR using a third party testing company reviewed by the OWNER. Reports shall be submitted to the OWNER for review prior to removal of waste from the site. If the waste is not a hazardous waste under the regulations that govern and is eligible for disposal in a city landfill, it shall be the CONTRACTOR'S responsibility to properly load, secure, transport, and dispose of all such waste. The CONTRACTOR shall submit a copy of all waste transportation invoices to the OWNER within seven (7) calendar days of waste removal. b. If the waste is found to have one (1) of the eight(8) characteristics of hazardous waste or to be a listed hazardous waste, the CONTRACTOR shall secure the materials and containerize them providing labels and markings in accordance with the EPA, OSHA, TCEQ, Texas DOT, local, state and federal regulations. 26 of 29 Potable Water Tank Recoating Specification Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation November 20,2013 Project No.2139 K. In all cases the CONTRACTOR shall be responsible for compensation to the OWNER for the OWNER'S cost for re-tests and re-observations of repairs of non-compliant work and for the OWNER'S or the OWNER'S Representatives standby time during repairs performed by the CONTRACTOR. 3.13 Repair of Defects A. All defects in the coating discovered by the OWNER and/or the OWNER'S Representative, or CONTRACTOR requiring repair shall be repaired in accordance with the Coating Manufacturer's written repair methods. B. All repaired finish coats will be observed visually and shall be free of all sags, runs, bubbles, drips, waves, laps, unnecessary brush marks, over spray, environmental contaminants or other physical defects and shall be uniform in color, gloss and texture. 3.14 Reporting/Records A. All work, including tests and inspections, shall be recorded daily by the CONTRACTOR. A copy of each daily report shall be placed in a file kept on the job site. Reports for the previous week shall be delivered to the office of the OWNER'S Representative by 8:00 AM on each Monday or by 8:00 AM on Tuesday if Monday is a holiday. The reports shall include, but not necessarily limited to, the following information: 1. Date. 2. Project Manager Name. 3. CONTRACTOR and Subcontractor name (where applicable). 4. OWNER'S Representative name (where applicable). 5. Work Identification. 6. Type of work performed. 7. Location of work performed, indicated on generalized drawings of the tank, shall include estimated square foot area blasted and/or painted and approximate percentage of total square foot area of surface being prepared and painted: a. Generalized drawings shall include b. Plan view of tank c. Profile view of tank d. Plate location e. North arrow f. Any other drawings that will help to indicate location of work performed 8. Time of day each portion of the work was started and finished. 9. Weather conditions, including corresponding time of day, before during and after work begins including: a. Temperature(air and surface) E b. Humidity/dew point c. Wind velocity/direction d. Remarks and results of work e. CONTRACTOR signature B. CONTRACTOR shall update and maintain a record set of construction drawings and shop drawings. Updates shall be made in the form of annotations so that the updates can be easily distinguished from 27 of 29 Potable Water Tank Recoating Specification Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation November 20,2013 Project No.2139 E t the original details. Upon completion of all tank coating, the CONTRACTOR shall provide a clean and legible set of record drawings to the OWNER per Section 01 78 39. 3.15 Cleaning And Disinfection Of Tank A. Cleaning: 1. After all tank interior wet surface coatings have been applied and cured, and all openings (except the tank floor drain and roof hatch) closed and sealed, CONTRACTOR shall thoroughly wash all dust, grit, and dirt from all interior surfaces. After washing all surfaces, the CONTRACTOR shall where needed perform a thorough spot cleaning (wet mop) of all wall and floor surfaces. Interior tank surfaces shall be free of all dirt, foreign materials, and contaminants to the OWNER'S satisfaction prior to initiating the disinfection process. B. Disinfection and Testing: 1. Shall be accomplished by the Owner. 2. Achieving a successful bacteriological test and placing the tank in service is one of the essential tasks in reaching Substantial Completion. 3.16 Anniversary Observation A. The CONTRACTOR shall inspect all surfaces of the tank with the OWNER on or before the last day of the twelfth (12th) month and then again on or before the last day of the twenty-fourth (24th) month after the tank work has been accepted for Substantial Completion. If an observation date has not been established by the last day of the twenty-fourth (24th) month after Substantial Completion, the anniversary observations shall be considered waved, except in the event the City is unable to remove the tank from service due to long dry climate conditions or otherwise adverse weather conditions or due to unexpected breakdowns in the City's distribution system. The date of anniversary observation may be extended for a period of time not to exceed thirty(30)months beyond the date of Final Completion. B. If failures in any portion of the tank surface exceeds five (5) percent of that portion, as determined by the OWNER and/or the OWNER'S Representative, then for that portion, the entire coating system shall be completely removed, re-coated and re-tested in accordance with these Specifications. In the event any portion of the tank surface requires repair, partial or complete, an additional anniversary observation shall be made unless the OWNER otherwise deems it not to be necessary. If subsequent anniversary observations are made, time stipulations, coating removal, repair and re-testing requirements shall be the same as provided for in this Specification. Each subsequent repair will have a warranty observation to occur after the repair is completed as stated above. C. The OWNER will isolate the tank from the distribution system, drain the tank, open, clean out, and rinse the tank prior to each anniversary observation. After observation of the tank is complete and repair work accepted by OWNER, the CONTRACTOR shall follow cleaning procedures as specified in Section 3.15 A. Cleaning of this Specification. D. The CONTRACTOR shall provide suitable and adequate equipment including, lighting, ventilation, rigging, cable climbers, mirrors, inspection equipment, and sufficient man-power to clean, disinfect and move equipment and tools around the tank, etc., as may be necessary to facilitate complete observations of all interior surfaces. The CONTRACTOR shall bear all costs of the anniversary observations and shall incorporate such costs into his bid. The OWNER may, at its own discretion, decide to hold two (2) ep rcent of the Bid amount until anniversary repairs have been completed to the OWNER'S satisfaction. E. Any location, including but not limited to locations where a coating has peeled off, bubbled, blistered, chipped, or cracked, etc., or where pinholes and/or Holidays are present and locations where rusting or corrosion is evident, will be considered a failure or defect of the coating system and shall be repaired as required. Repairs shall be made at areas or locations where coating failures are found, even though metal surfaces may be cathodically protected. 28 of 29 Potable Water Tank Recoating Specification Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation November 20,2013 Project No.2139 F. Methods of testing for coating failure which may or may not be evident, shall include but not be limited to adhesion tests, film thickness measurement, Holiday testing, etc. Testing may be non-destructive or destructive. The CONTRACTOR, at his expense, shall repair all areas where destructive tests are performed. G. The anniversary repair work shall be completed within an agreed time period as determined by the OWNER and CONTRACTOR. All repairs shall be made as per the Coating Manufacturer's written repair work instructions or that which is acceptable to the OWNER and completed within ninety (90) calendar days of the anniversary observations. Holiday testing will be used to check all tank interior coating repairs, including the interior roof. H. The CONTRACTOR shall be responsible for compensation to the OWNER for the OWNER'S cost for observations and tests of the anniversary repair work and all subsequent anniversary observations, tests and repair work, including and not limited to all costs associated with OWNER'S Representative. Part 4: Measurement and Payment All pay items related to this section shall be Lump Sum, unless noted otherwise in the Proposal Form. f END SECTION i i 29 of 29 Potable Water Tank Recoating Specification Lake Country 500,000 Gallon Elevated Storage Tank Rehabilitation November 20,2013 Project No.2139 f ? EXHIBIT A co tw ca E cn o w s M � , L 0 0 U i O m v1 r 0 O 4Z 0 ° E U Q w n j _ APPENDIX ° 1. Project Construction Plans 2. PDyWHvdrnotonageFabrication Plans, 1878 u 3. Preliminary Evaluation and Assessment Report— Lake Country Elevated Storage Tank _ & 4. 3O13 Wage Rates ^ ' CITY oF FORT WORTH Lake cmm^r5o0,mm Gallon Elevated Storage Tank xommmmo»n STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2/ev 1. Project Construction Plans THIS REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Lake Counti),500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 FORTWORTH THE CITY OF FORT WORTH , TEXAS WATER DEPARTMENT WATER LAKE COUNTRY 500,000 GALLON ELEVATED STORAGE TANK REHABILITATION PROJECT APPROVED FOR BIDDING BY: SHEET INDEX Capital Project 2139 SHEET NO. SHEET TITLE - fj? l II l 01 SITE PLAN , 1'OlU1 tNU"+•I S1 STRUCTURAL GENERAL NOTES � i y __ _ j/jr� ��ar� s ll , 44 S. Frank Crumb P.E. Date S2 EXISTING TANK ELEVATION AND ROOF PLAN 5 !.�� �'h• :,- - -I _ - _ _ i� _ �, , Dir , t Dep r#me S3 ROOF PLATE PLANS AND SECTIONS S4 CROWS NEST PLANS AND SECTIONS :, E1 ELECTRICAL PLAN LAKE 1� 1 .u!1+i'+ -.�5 COUNTRY ;; �- Chairly Angadicheril, Date ti TANK SITE i' - Assistant Director, Water Department BETSY PRICE MAYOR - � • ...� i Ini _ t*aJat �crt r t IT SUBMITTED BY: � ,•iiE���!t '�" -''rf',�`�� art • f TOM HIGGINS _ CITY MANAGER f 1 ..Y ` �,�� ` 'r ll J1 gt�cCjO�FIbTF.gs}�,/ Hel++� j'l � L,?cv j %....ti15AM L1flS0Y....i (7f 1;• - _ �i`y .�? l 1.. I+u,.fir:�(F /i 111535 K ���T•1� �tI tU_ i' �y �:,° (` �f 1..!,+�!ii_' l y,SSroHa �°�a yl l•Lo•13 FERNANDO COSTA }4° � �r - I T Lisa M. Larson, P.E. ASSISTANT CITY MANAGER ." *60. i . '- f Kleinfelder Central, Inc. s w °u j.AUDFlEY D.CiALQMU� it 15...E 06282...�...�i 11,`�s�':�/fie '.c5��' I�? 5 l FSS > iD NATHAN D. MAIER KL E/NFEL®ER Audrey D. Saldana P.E. Nathan D. Maier Consulting Engineers, Inc. CONSULTING ENGINEERS, INC. Bright People. Right Solutions. 8080 Park Lane, Suite 600 _ 1826 Kramer Lane, Suite M Dallas, Texas 75231 Austin, TX 78758 214.739.4741 +1 512.926.6650 www.kleinfelder.com q' �z�N Texas Registered Engineering Firm No. F-356 Texas Registered Engineering Firm No. F-5592 � '•„°� `"� ���% s '.'v ... '•o�'.`� 3 q'nr r n n,ttt\. Robert L. Boswell, CWI, NACE Level III NOVEMBER 2013 Boswell Consulting Testing Services O LEGEND Q w KEEP CLEAR-NO PARKING AREA 'V11 � o OREVEGETATION REQUIRED KEE POLICE CLEA AND FIRE H VEHICLE INGRESS/EGRESS KEEP STATION J CLEAR EXISTING TREES PERIMETER EMERGENCY OF TANK GENERATOR —•—•— PROPOSED LIMIT OF CONSTRUCTION ^ N �., ❑ PROPOSED SILT FENCE FIRE EEP STATION I a ?I 1 igiul Ji5:r V�:F!�uof' CLEAR NO-40 I TANK I ¢ CONTACTS: l+rx" iN•"•4-� FIRE HOUSE NO.20- t s .;�;.••`o i Z GARAGE 1 I PEDESTAL / ,t1� CAPTAIN AARON GILMORE ���� �__•� _ 817-392-6940 {IL. —'—'— MARK CONE-A SHIFT U) KYLE FAULKNER-B SHIFT 31' EAGLE MOUNTAIN VOLUNTEER FIRE DEPARTMENT- / ALLEN BLAKEMAN 817-368-3049 w NOTES: 1. WORK IS LIMITED TO THE HOURS OF 7:00 AM-8:00 PM MONDAY-FRIDAY. WEEKEND ❑ APPROX.125' WORK WILL REQUIRE PRIOR APPROVAL FROM THE CITY OF FORT WORTH WATER. 2. PROVIDE ACCESS TO FIRE DEPARTMENT DUMPSTER THROUGHOUT THE PROJECT. SITE PLAN - CONTRACTOR IS NOT PERMITTED TO USE FIRE DEPARTMENT DUMPSTER. 20 0 20 40 BO HORIZONTAL 1"=20' z o 0 a o U > W K 6•_O. < 2-7' 2-10' z-7' ASPHALT PAVEMENT TYPED, ASPHALT BASE TYPE B PER SEE SPECIFICATION 32 01 29. SECTION B,SEE d 2.26; MATCH EXISTING THICKNESS MATCH SPECIFICATION 3 THICKNESS z FORT WORTH MATCH � o i EXISTING GRADE z.zs m t °z j / w m ow 5 LAKE COUNTRY TANK REHA 2.5'-4 o a CONTRACT AMOUNT: $XXXXXXX i EXISTING BASE,SEE This project is managed by the Water Department SPECIFICATION 3211 23 Questions on this project,call(817)392-8293 NOTE: After hours water and sewer emergencies,call(817)392-8280 AFTER TANK WORK IS COMPLETED,REMOVE EXISTING ASPHALT,FILL IN AND P LEVEL EXISTING BASE AND RECOMPACT. REPAVE AREA PER TYPICAL PAVING ( DETAIL,THIS SHEET. z M 3•R( .) 3- Z O H TYPICAL PAVING DETAIL (ASPHALT) U w � 1 1 SCALE:NTS �°o � w Z a LL WHITE L--PMS 288(BLUE) o O Q FORT WORTH WORTH LOGO-CHELTENHAM BOLD a - a D_ ALL OTHER TEXT-ARIAL p O W LOGO COLORS: F L, (— FORT WORTH-PMS 288(BLUE) Fw-=z'H- I¢- LONGHORN LOGO-PMS 725(BROWN) QO ¢ J CITY OF FORT WORTH,TEXAS once PPR.zG1D O w m z PROJECT SIGN-4'x8' w E2-1 CONSMucnON (FOR C.I.P PROJECTS) WTR-034 ¢w PROJECT SIGN DETAIL FORTWORTH SCALE:NTS 9 °e j SHEET of& 0 WATER C1 i wz STRUCTURAL GENERAL NOTES Q� W� a � GENERAL REQUIREMENTS: PIPE NOTES: �<z ' u°i -J¢ Lu o ti. �1 q 1. THE GENERAL STRUCTURAL NOTES ARE INTENDED TO AUGMENT THE DRAWINGS AND 1. COORDINATE LOCATION OF 4"DIA D.I.DRAIN PIPE AND GATE VALVE LOCATION INSIDE THE Z 7 m 6 I, PEDESTAL WITH FORT WORTH WATER AND OWNER'S REPRESENTATIVE. Q-- `�d' `4 SPECIFICATIONS. SHOULD CONFLICTS EXIST BETWEEN THE DRAWINGS,THE F m^ o� Z SPECIFICATIONS AND THE GENERAL STRUCTURAL NOTES,THE STRICTEST PROVISION ='� m�- w 2. VERIFY WASHOUT AND DRAIN PIPE CONNECTIONS AT THE PEDESTAL BASE WITH FORT : a SHALL GOVERN. �' WORTH WATER. Q 7- W C co m v 2. IT IS THE CONTRACTOR'S SOLE RESPONSIBILITY TO DETERMINE DEMOLITION AND Z U m ERECTION PROCEDURE AND SEQUENCE TO ENSURE THE SAFETY OF THE TANK AND IT'S 3. 3"AND 4"GATE VALVES SHALL BE U.S.PIPE AND FOUNDRY CO.MODEL:METROSEAL 250, COMPONENT PARTS DURING DEMOLITION AND ERECTION,AND TO PROVIDE TEMPORARY REQUIREMENTS SPL#73 OR EQUAL. GATE VALVES SHALL BE SUBMITTED FOR APPROVAL. BRACING,GUYS,OR TIE-DOWNS AS NECESSARY FOR COMPLETION OF THE WORK.SUCH / MATERIAL SHALL BE REMOVED FROM THE SITE AND REMAIN THE CONTRACTOR'S PROPERTY AFTER COMPLETION OF THE WORK. CONTRACTOR SHALL SUBMIT DEMOLITION AND ERECTION PROCEDURE AND SEQUENCE FOR APPROVAL,INCLUDING ANY PROPOSED PENETRATION DETAILS FOR THE ROOF. NO SQUARE CORNERS OR PENETRATIONS WILL BE ALLOWED AND STAINLESS STEEL NIPPLES MUST BE USED. 3. CONTRACTOR SHALL FOLLOW ALL APPLICABLE SAFETY CODES AND REGULATIONS DURING ALL PHASES OF CONSTRUCTION. 4. CONTRACTOR SHALL VERIFY ALL CONDITIONS AND DIMENSIONS PERTAINING TO EXISTING UTILITIES AND STRUCTURES TO REMAIN AT THE SITE PRIOR TO THE START OF CONSTRUCTION.ALLAPPLICABLE EXISTING DIMENSIONS SHALL BE FIELD VERIFIED PRIOR >> TO THE FABRICATION OF ALL COMPONENTS REQUIRED FOR THE PROJECT. °'y'•I I �,; i� 5. EQUIPMENT WEIGHTS AND STRUCTURAL ITEMS IN ANY WAY RELATED TO THE SUPPORT OF i Fr Noo / ,N F•i4 EQUIPMENT OR OPENINGS ARE INDICATED FOR BIDDING PURPOSES ONLY. CONTRACTOR /o[ 16i�o i /im;• i I°Wa SHALL VERIFY AND COORDINATE SIZE,LOCATION AND QUANTITY OF OPENINGS AND EQUIPMENT WEIGHTS REQUIRED FOR REPAIRS. 6. EXISTING VENT NECK MATERIAL ON INTERIOR OF ROOF STRUCTURE AT ABANDONED VENT SHALL BE REMOVED PRIOR TO BLASTING THE INTERIOR OF THE TANK. a 0 7. ROOF RIBS SHALL BE REVIEW BY THE OWNER'S REPRESENTATIVE AFTER BLASTING PROCEDURES ARE COMPLETE. OWNER'S REPRESENTATIVE SHALL MAKE THE FINAL DETERMINATION AT THAT TIME TO IDENTIFY THE SPECIFIC ROOF RIBS TO BE REMOVED AND REPLACED UNDER THIS CONTRACT. DESIGN CRITERIA: z a o REFERENCE STANDARDS: N ' w IBC 2012 INTERNATIONAL BUILDING CODE,WITH CITY OF FORT WORTH AMENDMENTS AISC MANUAL OF STEEL CONSTRUCTION,ALLOWABLE STRESS DESIGN,9TH EDITION AISC STEEL CONSTRUCTION MANUAL,14TH EDITION AWS DIA.2010 STRUCTURAL WELDING CODE-STEEL AWWA D-100-11 WELDED STEEL TANKS FOR WATER STORAGE,INCLUDING SECTION 14 STEEL MATERIALS: z _ ALL SHAPES-ASTM A36 MISCELLANEOUS STEEL-ASTMA36 V s STAINLESS STEEL(SS)-ASTM A666 A316 1. WELDED STEEL GRATING:W-19-4(1 x 46)STEEL IN ACCORDANCE WITH NAAMM MBG 531, q SEVENTH EDITION . BOLTS-ASTM F593 STAINLESS STEEL A316.3/4"DIAMETER MINIMUM,UNLESS NOTED OTHERWISE z m 1. BOLTED CONNECTIONS SHALL BE FULLY TENSIONED IN ACCORDANCE WITH AISC BY 'm o TURN-OF THE NUT METHOD. � u WELDING CONTRACTOR IS RESPONSIBLE FOR ALL DISTORTION CONTROL OF ALL WELDING. STEEL WELDING ELECTRODE SCHEDULE MATERIAL ELECTRODE TYPE LU F- CARBON STEEL TO CARBON STEEL AWS E-7018 Z cv O 5 A151 304L TO CARBON STEEL AWS E-309{b Y N Z J A151304LTOAlSI304L AWS E-308L �� U AIS1316LTO CARBON STEEL AWS E-310-Mo no w w 0 ANSI 316L TO AISI 316L AWS E-316L 0 UU o�x Z n Lspa- W o>.NO CD e WF"°~ �� � 3�a Wm w w FORTWORTH U) R R 9 SH ET 2 of WATER si U W Z vi EXISTING w o a 4',0"DIA TANK ROOF HATCH EXISTING ROOF Z $ 4-Q —_ PLATES Z co r ACCESS TUBE u� N n u7 LL, 4 I I I EXISTING TENSION = F 4 q HIGH WATERLINE RING L4"x4"x�" qd,m `,- i ¢° aboNlm NEW 3"DIA.GALV. I( I Z U -I- 1 / \ WASHOUT PIPE,SEE / I \ DETAIL4/S4 I=T / \ 4'-0"DIA.ACCESS TUBE / IS I I 49-6'DIA- EXISTING I I I DOLLAR PLATE ti ti^ r I LOW WATER LINE r rr Pl NEW 4"DIA.D.I.DRAIN J^ _ PIPE,CONNECT TO —+f § EXISTING 4"STEEL NEW 4APIGATE VALVE I. I EXISTING 4"DRAIN O� AT PEDESTAL LADDER I I/[ND GATE VALVE NOTE: I ITT COORDINATE LOCATION OF 4"DIA D.I. \ .o _ I I DRAIN PIPE AND GATE VALVE LOCATION 9 EXISTING ROOF iv I HATCH TOP INSIDE THE PEDESTAL WITH FORT WORTH � WALKWAY WATER AND OWNER'S REPRESENTATIVE. L I � \ / N NEW 3"DIA GALV. � w \ / H D 4" DIA D.I.DRAIN a \ / PIPE \\ // EXISTING TENSION RING \ / INTERIOR I PEDESTAL \ / W LADDERS M S ROOF PLATE TO BE REMOVED AND i REPLACED.SEE y 9 DETAILS SHEET 83 k � i TOP OF BASE PLATE PENETRATE PEDESTAL FOR NEW t TANK 3"DRAIN AND 4"WASHOUT PIPE, m 1 EXISTING TANK ROOF PLAN SEE DETAIL&S4 0 EXISTING TANK ELEVATION 2" 8 Z s 3"DIA.GALV. S WASHOUT PIPE Y N ~ kJ < z 143 ` Luc f°W' J g 3' 3' 3'--- r-S O O w 0- �$pa YO u°I> z Z EXISTING ROOF PLATES \` // \\ O[r O F Q 1"LAP TYPICAL \ / wa _p: EXISTING RADIAL ROOF FORTWORTH R RIBS L3}"x3"xt' STANK 3 SECTION"A-N' 4 PLAN VIEW—WALKWAY SET of WATER s2 U LL!? p 8'-4"DIAMETER Q w W a FIELD VERIFY EXISTING BOLTS EQ.SPACED h (RADIALLY)TO BE REMOVED 3 Z ®{ 4'-7"DIA }6 AND REPLACED WITH NEW 8 EQ.SPACED "DIA.HOLES _ 11 FIELD VERIFY ASTM F593 SS A316}"DIA. TO MATCH EXIST LOCATIONS U z .E� 19 2'-6" V a � 2'-6"CLEAR BOLTS(8 REQUIRED) Z c d EXISTING ROOF HATCH OPENING I Q `,g n EXIST ROOF DOLLAR EXIST-ROOF PLATES =I F PLATES PLATE 'j / LAP I 1-AP / Q p EXI57.COMPRESSION RING. —I \ Z U 3 \ F---FIELD I (2 PCS) FIELD--I z L..w I-u /JJ EXIST ROOFRIBL3}''x3"x}" VERIFY I VERIFY tH o ¢� p / / \ \ 1 g TO BE REMOVED AND I I EXIST ROOF RIB L 3}"x 3"x t' g I"' wH- t- / / I a_� REPLACED ONE AT A TIME NEW PLATE ATOP OF TO BE REMOVED AND ° ~f° ( I / \ \ ( p i ACCESS TUBE 4'-7"DIA. I Ir g� WITH V-9'PENETRATION I REPLACED ONE AT A TIME Z 3U 2 I I .I I. I I p� I 0 9 zLL a ( 1 \ I 11 I c9 9 ul CLTANK I 4'-0"DIA.ACCESS TUBE 'T 4a (DRYWELL) `A `To 1 ROOF PLATE DETAIL COMPRESSION RING L4"x4"x� S3 ,»=1,-0" 94"DIA.(2 PCS) TANK ' ` Ti LA13„� u� J `N' I EXISTING ROOF I PLATES TANK 2 ROOF PLATE DETAIL 14 of a CONNECTION PLATE TO BE � S3 - REMOVED AND REPLACED ,:,•, WITH ROOF RIBS ° NEW ROOFRIBL3}x3"x}" TO BE REMOVED AND ROOF RIBS L W x 3}"x}"TO BE REMOVED REPLACED ONE AT A TIME AND REPLACED ONE AT A TIME as EXISTING TENSION a RING L4 x4 x} f/ 3 EXISTING ROOF DETAIL F EXISTING ROOF PLATES NEW CONNECTION PLATE ��. t``� }"x 3"x 12 (LENGTH TO BE a }» EAL �.`z I FIELD VERIFIED) 6 }" TYP EXISTING ROOF PLATES - - _ z __—— _ TEAL V-0"DIA,.CLEAR , EXISTING COMPRESSION m RING L4"x4"x� �� u NEW ROOF RIB NEW CONNECTION PLATE L 3}"x 3"x T' EXISTING COMPRESSION }"x3"%17'(LENGTHTOBE RING L4"x4"xt" FIELD VERIFIED) 4 NEW ROOF RIB DETAIL _ S S3 N.T.S. \ 5 Z !2 O g LIMIT OF REMOVAL AND REPAIR 3"MIN. WMIN. a ' w$�~� Z TYP }" LIMIT OF DETERMINED CORROSION EXISTING ROOF I �O(,O Z SEE STRUCTURAL GEN.NOTE 8 PLATE �JQ a 0_O NEW SPLICE PLATES AT I o0 0 U SIDE AND BOT.OF ROOF W< g W f RIBS,}"x2}x12"(TYP) --— — o a � w o_ NEW ROOF RIB L3kx3"x}" EXISTING ROOF O 1`TVV. RIB SPLICE TYP I FORTWORTH EXISTING ROOF }�• RIB L3}"x3"x}" gTANK R 5 PARTIAL ROOF RIB REPLACEMENT 6 ROOF RIB DETAIL AT COMPRESSION RING SHEET d S3 ,}•_,-0" S3 r=1'-a' WATER S3 wz � � DOOR AND FRAME ASSEMBLY BY � , 2'-0"CLEAR STANDARD EQUIPMENT CO.,INC. W EXISTING DRAWING#7,GAS AND WEATHER w 3 OVERFLOW EXISTING RAILING-TYP. TIGHT,2 DOG,316 STAINLESS STEEL, z g 4 WEIR — RIGHT HAND DOOR,OR EQUAL. a :?. J a PROVIDE SUBMITTAL FOR APPROVAL w g REMOVE EXISTING Z(D m r c 4 PLATFORM IN z Z pp ACCESS TUBE �� Q ti d 4'-0"DIA.ACCESS / \\ // \ =a TUBE / __ \\ � // \ REMOVE EXISTING - Q Z / \ ACCESS DOOR SEE DETAIL 0 0 `V / \ \ 2/84 FOR NEW DOOR AND I I Z U w~ J ' / I FRAMEASSEMBLY 2 DOG DOOR � EXISTING 4'4Y'DIA NEW GRA NG 4 I I ( I I § ACCESS TUBE N -v> 3 �Z��111J I S4 A316 SS L W x 3"x}" 1(� °�4�''.•f�,.,K�y�II'1 NEW SSA318 i mw';r1J GRATING ACCESS TUBE FRAME Z-9'CLEAR w+a� REMOVE EXISTING CROWS \ / / p NESTPLATFORM SEAL SEAL WELD- / 9 WELD V STAGGERISTICH flis"•` i"1R°='.' Sq io TO PREVENT EXISTING LADDER __ - T DISTORTION. IN 1 AND OUT,TYP r ) 1 3 LEAVEOUT SHALL MATCH EXISTING SIZE AND LOCATIONS STANK b� W` T. °o w I O.GRATING t�Iq `^F FIELD VERIFY �1 1 CROWS NEST PLAN - S4 "=,'a' NOTES: 3 DOOR AT CROWS NEST-SECTION 1. HASP AND GRAB HANDLE NOT SHOWN FOR CLARITY. 2. STANDARD EQUIPMENT CO.,INC.CONTACT NO.: NEW INTERIOR 800-239-3442 ACCESS DOOR REF. 3. THE EXISTING OPENING DIMENSIONS SHALL BE FIELD 2 2IS4 VERIFIED, 0 EXISTING HANDRAIL (. ~ NEW PLATE 9'x W x}" T-W SEE NOTE 1 2 DOOR AT CROWS NEST Z SEAL WELDED TO INSIDE S4 1 -1 0 m z OF ROOF PLATE-TYP 4-0"DIA ACCESS iL TUBE WALL � - � o EXTERIOR FACE OF INSIDE AND OUT to EXISTING PEDESTAL " COAT SLEEVE / \ / I a TO MATCH TANK I / e SUPPORT PIPE ———— ——— / T TO EXISTING m ____ ___ \ REMOVE EXISTING VERTICAL 0 PLATFORM AND ANGLE RAILING POST o 1 ° SUPPORT WITH L 4X3X}X6" w $ LAP R}"x 12"DIA. TYP FULL FILLET WELD TO }" s NEW A316 SS TANK-MATCH RADIUS WELD SLEEVE TO R GRATING T.O.GRATING WALL BEFORE q INSTALLING LAP PLATE 7 TYPICAL COVER PLATE DETAIL NEW L4"x4"x}" 5 TYPICAL PIPE PENETRATION DETAIL w a $4 314"=1,-0., S g o v Fi NEW 3"DIA GALV. EXISTING CROWS NEW 4"DI WASHOUT PIPE NEST BRACING NEW 3"GALV. }�� TYP DRAIN PIPE WASHOUT PIPE }" d INSTALL PIPE SLEEVE 6^ SEE NOTE 2 AT CENTER OF AN O o 3 INNER FLUTE MP). I I X a z uj g Z "'oww 0 EXTERIOR FACE I $o O )--• OF PEDESTAL �z W U NOTES: NEW 3"GATE VALVE ' nix N O Z uJ NEW 4"GATE VALVE o 1. NEW 3'DUI SS WASHOUT PIPE WITH FEMALE NPT ANO A 2 K'MALE NHT ON OUTLET. w�ui¢ U 3"FEMALE NPT THREADED PIPE ~7 F-~ Z INCLUDE A 2 W NHT CAP WITH CHAIN ATTACHMENT.(ALIGN THE OUTLET PARALLEL TO ¢p¢,� THE RAILING) AND 2}"FEMALE NUT SWIVEL I 3c0 m U Q NOTES: 4"FEMALE NPT THREADED ,l// id� m 2. THE NEW T DIA.WASHOUT PIPE SHALL PENETRATE THROUGH THE V ACCESS TUBE 1. ALL PIPE FITTINGS SHALL BE BRASS. PIPE AND 4"MALE W STAND-OFF ¢ U i WALL ABOVE THE OVERFLOW BOX ELEVATION AND BELOW THE CROWS NEST ADAPTER X FEMALE NPT WIRELESS VERIFY WASHOUT AND DRAINPIPE WALL MOUNT FOR T IIIIII WO RT H WALKWAY.TRANSITION FROM GALV.PIPE TO SS 316 PIPE PRIOR TO PIPE ENTERING 2. THE TANK CONNECTIONS AT THE PEDESTAL BASE MATH BY SITE PRO 1 d FORT WORTH WATER. OR EQUAL R DRAIN PIPE AND 4 CROWS NEST DETAIL 6 WASHOUT PIPE PLAN r8 ANTENNA MOUNT DETAIL EET S4 314"=1'-0" S4 31W'=V-0" S4 N.T.S. WATER S4 ELECTRICAL NOTES 6.RELOCATE FORT WORTH WATER DEPARTMENT ANTENNA FROM ROOF OF FIRE 1. CONTRACTOR SHALL COORDINATE ALL WORK WITH FORT WORTH STATION GARAGE TO THE NEWLY INSTALLED MOUNT ON THE TANK PEDESTAL $ WATER,POLICE AND FIRE DEPARTMENTS PRIOR TO DISCONNECTING AFTER APPLICATION OF EXTERIOR COATING AND REMOVAL OF THE TANK AND RECONNECTING ELECTRICAL POWER AND COMMUNICATION SHROUD. THE NEWANTENNA MOUNT SHALL BE LOCATED SO THAT THE ANTENNAS. ANTENNA ELEVATION AND DIRECTION REMAINS THE SAME. SEE DETAIL 8/84 O p 2. DISCONNECT EMERGENCY GENERATOR PRIOR TO THE START OF FOR NEW ANTENNA MOUNT DETAIL. EXISTING EAGLE EXTERIOR BLASTING. PROVIDE PROTECTION FOR EMERGENCY 7.EAGLE MOUNTAIN VOLUNTEER FIRE DEPARTMENT COMMUNICATION MOUNTAIN FIRE GENERATOR DURING ALL BLASTING AND COATING OPERATIONS,AND ANTENNAS MOUNT ED ON THE TANK ROOF SHALL REMAIN IN SERVICE DEPARTMENT WHILE THE CONTRACTOR'S SHROUD IS IN PLACE. THROUGHOUT THE DURATION OF THE PROJECT. CONTRACTOR IS COMMUNICATION Z 3. PROVIDE A TEMPORARY EMERGENCY GENERATOR TO MATCH THE RESPONSIBLE FOR TEMPORAP"' ;Pno-r HE ANTENNAS DURING ANTENNA(TYP) OUTPUT OF THE EXISTING GENERATOR AND CONNECT TO THE EXTERIOR BLASTING AND G" IONS. TEMPORARY ANTENNA SEE NOTE 7 PERIMETER OF TANK W EXISTING GENERATOR POWER LINE. CONTRACTOR SHALL FIELD SUPPORTS S r<UCTED IN A MANNER SO THAT THE ANTENNAS " VERIFY CONNECTION AND TRANSFER SWITCH LOCATION PRIOR TO DO NOT INTE, ERE WITH THE TANK ROOF SHROUDBONNET OR SHROUD EXISTING ANTENNA DISCONNECTING THE EXISTING GENERATOR. CONTRACTOR IS OPERATION.ANTENNAS SHALL BE REINSTALLED AT THE ORIGINAL LOCATIONS CABLE(TYP.)SEE NOTE 8 A RESPONSIBLE FOR TESTING,MAINTENANCE AND FUEL FOR UPON REMOVAL OF THE TANK SHROUD/BONNET TEMPORARY EMERGENCY GENERATOR DURING ALL EXTERIOR 8.DISCONNECT EXISTING ANTENNA CABLES AND REINSTALL THROUGH NEW 1" EXISTING AVIATION BLASTING AND COATING OPERATIONS AND/OR WHILE THE SHROUD IS PENETRATIONS. SEE DETAIL THIS SHEET FOR 1"COUPLING PENETRATION OBSTRUCTION LIGHTS IN PLACE. LOCATIONS. SEE NOTE 9 R #lash#I T EXISTING GENERATOR SPECIFICATIONS: 9.AVIATION OBS'' SAND PHOTO CELL MOUNTED ON THE TANK ONAN 35KW ROOF SHALL REMAIN IN SE.,vICE THROUGHOUT THE DURATION OF THE DGGD-5748509 PROJECT. CONTRACTOR IS RESPONSIBLE FOR TEMPORARY SUPPORT OF THE EXISTING COUPLING I �� - 1�v, 41 LIGHTS DURING EXT=RIOR BL4�T'r AND COATING OPERATIONS. PROVIDE SEE NOTE 8 8 A060879104 TEMPORARY SUPPGR1 S SO-i i HE OBSTRUCTION LIGHTS DO NOT DETAIL THIS SHEET 4. AFTER COMPLETION OF ALL TANK BLASTING,COATING AND REMOVAL INTERFERE WITH THE TANK SHROUD/BONNET. AVIATION OBSTRUCTION OF THE CONTRACTOR'S SHROUD,THE CONTRACTOR SHALL LIGHTS SHALL BE REINSTALLED AT THE ORIGINAL MOUNTING POST UPON A EXISTING AVIATION RECONNECT THE EXISTING EMERGENCY GENERATOR AND RUN THE REMOVAL OF THE TANK SHROUD/BONNET. A OBSTRUCTION LIGHT REQUIRED TESTS TO ASSURE PROPER OPERATION.OPERATION SHALL BE ACCEPTABLE TO THE POLICE AND FIRE DEPARTMENTS. CONDUIT CONTACTS: 5. TEMPORARILY RELOCATE FORT WORTH FIRE DEPARTMENT FIRE HOUSE NO.40- COMMUNICATION ANTENNAS MOUNTED TO THE FIRE STATION SO CAPTAIN AARON GILMORE THAT ANTENNAS DO NOT INTERFERE WITH THE TANK SHROUD. 817-392-6940 RELOCATION SHALL BE ACCEPTABLE TO THE FIRE DEPARTMENT. EXISTING ANTENNAS SHALL REMAIN IN SERVICE THROUGHOUT THE DURATION MARK CONE-A SHIFT ROOF HATCH EXISTING o OF THE PROJECT. ANTENNAS SHALL BE REINSTALLED AT THE KYLE FAULKNER-B SHIFT HAND RAIL ORIGINAL LOCATION UPON REMOVAL OF THE TANK SHROUD. EAGLE MOUNTAIN VOLUNTEER FIRE DEPARTMENT- ALLEN BLAKEMAN 817-368-3049 EXISTING ROOF VENT ° z rcvi 0 U > N W W K POLICE AND FIRE STATION F e E d z A A \ ROOF ELECTRICAL PLAN g SCALE:1/4"=T a LOCATION OF NEW 1" EXISTING FORT r o ANTENNA COUPLING w WORTH FIRE (TYP)SEE NOTE 8 0' w w DEPARTMENT o a o v LL w FIRE STATION NO.40 GARAGE / \ COMMUNICATION REMOVE EXISTING / ANTENNAS ANTENNA COUPLING ' SEE NOTE 5 SEE NOTE 8 B TYP o TANK PEDESTAL EMERGENCY 16° 'S EXISTING FORT WORTH I GENERATOR WATER COMMUNICATION SEE NOTES 2.4 ANTENNA SEE NOTE 6 / z M A O Z N Z / Z F (9 U g A EXISTING AVIATION wo w w a OBSTRUCTION LIGHT °o p J s CONDUIT. ¢°o a Q \ o�N0 _U $ ROOF HATCH r o r F- zwQ F- a \� QOM zi W NEW ANTENNA MOUNT // �w ¢ 'C LOCATION. SEE NOTE 6 AND \ PERIMETER Y w w W 8/S4 FOR ANTENNA MOUNT OF TANK g DETAIL FORITWORD, 9 y�- o SITE ELECTRICAL PLAN f 6 S E1 SHEET 6 SCALE*1/8" r ANTENNA COUPLING DETAIL SCALE:NTS 2. PDM Hydrostorage Fabrication Plans, 1978 THIS REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Lake Coning 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 _ , , ti . , , F_ ,. .. a . , 4 F5G ...OIJ O a R s ?J ' ale x�w6�E-3F __. ,11 I IN r --- ._ Sh11RRP0 gR6i1 SLiiVr.1 0,4 II,S :: :. .`.o. * : _ - -1. b' ! 1 a o_ .> :. '__ = I �: • :>- -., r. ..... >-, h ._ .. _ 1.- J.:: -2, �V_C-��'IPt. __ .. :-: :. , ,. - - - - - ., - _ _. _ ` v JG\ •a NrR 4 #,A _. r-sasc_4F .z 1 . 14 o zYr ,. L f ,, ; g N o fpi _ .7 ';TYP .-.•. - m. . ;� c,-; - .. - Ru- R O 9 v L V 1 U y 1 9 Rs ti a p D 1 s -11-:p z°d PVG PIPE -� 9 ... .. .. R- :.. z. O , „ , _ _ f 7' Y J- , It.. ,.- 1 „ -. -,I I- t ' . y .� ' . r` .. - - ,., - .:;r. S ERECToN PFD:368 01nG!6.1R 11 , o _ .. r -. __ ...T . .. _- t , _: , _, 1,P° , _ .. „ -< - 1. a J „ :.m • , -- - - - ..:,: - __ ., ::i .,,,:. - y , i _ _ - - - - -1.r - - - ...- '� _ -.11 i. _ P 4_.. :., .: ,_ ICE ,.,r. .. - , - - _ .T _ _ _:._,_ _ „ ., ,,.- = < - __ ;, - _ _y.- I I _. '<-1 I !; n m : .';: _: _ ,., �_ :- o:. r i '- F / Hf�R P RN '�R..L'O 0 2.- , 1, I _ -- . �- _ ,_ _ r.,.. - _.. ,.Z4, I It�t CH CATI N °6 - .,.y r_- - .. ., , , n - - a b_ . :..�,_ 2. , 1 . ,.._. ,._,. .� �- a , _ .t. , .. - _ „.._, rip,:- - - O� ;_ 9 n /, _ _ _ -_ _ - - T to153 J. _ ^ z .ELEV. U.o ..-%c. M /... r . s>, I92 .u�'PEQ SPACE➢ G I Q FACF� t ` r Wks W�NIShi evp LCY.�1�lAL -,.. _. _. 4 - - N - tr 8 Q VQPI(OEDIl:2Lp.:: „;_. r r C 2 .:-- a I A _ ,..., „ G� ti ., -_..:. ,_ ,.. ,.. - -:, ..,_.-; 8 ..,.S.EPIi11Hi1CU5.( 9. IFRC.E)' ... u•°7.. __,, „ J .: .. i. ... - ., a.:- t{SjFSL�I�hI� _ .:,,.� - - ., _,., - _ r tl�a ,;: `�% . TG.IE�! - '- 3-1 1 (q e �n 7R:'7-L�NTINFIOUS.T ,M19 tRP �� '� 34 "$TRGGRR go 'SIaHC .'�b MtN' . i , 9 1 ,.' o.SP�x E r�� ` s = - - C{ i p'PRC&p ii - _ r liFa1!Y r �J, ,e S�i Lp nc € ;. T�I-�n b: 9 ri+N;NtI'i n 8 I = ,- K utw.r wvwuo r „7 Id - �,� W?AV•P' ,, -I'- 1,` __. ►IYD'R '3TO•R INC. rueaitoeilf.�Y I 11 CONSTRLIGTID%W T MAYBE .USER.IP•PRoPERt.�t:,KEYEc ,:,,,: ,, ,.._... . . .. , ;, - ...:_: - _ - -s.. : - - - _ fAlflfEOEItAiE DAIY! lRMIKII�I aFNN..97061 otuWN,.Cl DOWEI.E� _ - _ _ - _ SECT1n R' A'[C(P) , s. ,., - ..,.. : _ h - IFIONE:I61'A T90.Vi11.' - - . ..,, �. : _:,- c �_, ..._._�, .- - - - - CHECKED, BECTON Q-8 I, KPM W , - L�J. i 415E 2�,Rego ( 11 E* _111—tur -En pt aRhJ , _-., oRhN7t1a;-, �l / � Hti11w SON-* ±�f�p CY N?!�#SIT I" I . -4:- - sr:. _ ' _- .:f'i�D ?GqL HY StO PILLFlR - _ t 11 - - - - _ - -;p;� - .. f.<. ._. -_ _"': , ._..'. _ - - CDNiMCf-N0. Li v , 6SNFZW'�6 -_ �..._ ,.�� x �,, - - ri v, -,_ „_ A4 RN- _... ._ �����---z _, _ _.._ _..� _ _.-.. _:, a b'T7t�N�At'1 N. d F4FIR:-i3t15 C4.._, _-. '..r. - --- _ , :.. :..-. --'.. . - .r , - � i411�M�1.,.. _ .. _ y .. _ r _...._.: .-. _ :..: ..,.-. _:.zN_ -, �....:..:.. _ r .., s z..,:...c._. _.� _. ___ -... __: - r ,#r ti - .,.,_. .- ,- _.�-..�. �.. .y -._ _. _ --f .. -.; t. ._.� ,, .:.�. :._.._... :.., .. ,. ,. _.. _..._ ,-_... .. >_. ., _---.Wiz,.,-. � _.:�-t.__ �,-..__.> _. �� , 1 . .. _ -11 <-a a y.x� s -�m= .' a :>y '6 �DC3�.Et�iifa' ..._ <.7 nip•eo��isar�as�s��,>. y ash`°"` „ �31E-oY"ziag lrn.�Ima�3�Lpd _ t ,; cr�aef°awla,.fYa:�aotLr .r~yw�ge -, ,. 1aaTinA1 -b�L�ud � -_-SEPAR9ZEt.'f.USiKfs 5cE^f HS,SFIO,YN .-..: -. ...=. : __ '.: - : -: �'. ,�. is �_- •' `;;; -'.:- ,.� -�__ i_ ' mR PttocF¢�Oouvt�S a: �, : ,,:.. :...: .,, .:, .._.,,.,,. '-., .. .. ,. . ::•: ,-; ... �-.,, ate."s�cSnpaF� ,. � - 1 0 M OL:ZZ) G „ BE -1- s - 2o__et2 n _�tAGidl �I�3F {�IEi B p El -'PIP �17RN1S13ED"8Y FiYDR63?C�RAGE iNSTHLIEO BY _.:�. :�. ...:' ... "_.. -�. - -,: ''�= .-•.-:_ --�--=-„,. - ' -. .. S _'4... 1 E ., ,. ...: : �"� .::. .., ::,:. „ ..._.:, :.:,,.:•. :.-.-_ ...., :-:--. .::,,.-��L��.vrEIGRT�.D_QG"is.RCO - - F RNISI-IED HNP.INSTAIIE9.SY FOc1t1UATdJ ..,. - ->. . ...:.�; , - _•::`:: -,::,. .. ._-.. �' ..1 _�_�:- - - .�'t,',' 9G�:;`CU SAD l iu _ > i :8 1. v 'FULL',I ENGTNfOF '._":- ,';; , _._� � .,- •:.._ __ _ _ - - _. RCED.: MD G . C 4GhR P O r _ 4 W 5TA'_. - EQLq Y�$ ilCED. , _.. ,.. ., --. . --, -_-_;. - ,::,,.., ��:.r..:. .....-.-,- -r =• '�:.. ,.., £,�- ,..`st Pu i'o1157 T �I - 4 ,:. 5 BxIJ-0 CENTEIZED ON BM.� - -. - NDO _< » ;. FA8LwVAT=m AT , . ;_ r � ,r_ _ .�; r �z-� � a - -°--- - -' _ STOII►6E INC lgiA NYptO 3 7E 1x - - BEakl z w:. „ < � - I I I 11 - I � � . � . I . I .111, �- I � , . I I ......- � -- -- -1-1-111 -�� -� , --- -- ­ I�. �,:�-,� I � I - I� �, ,:�,,:' ': I I. . � �� I . I I I �� 11 , .- - I ,- I I'll, -: --- - -�-1 . I I I I 1 1�I , - % , - "I'll" . - ,�: -,� - I - - --,7,�-i, -- -,--Z I %,,��, �� ,-, I'I, � I -,,,T,,,�;�,, ,- I I,- - � I I , I . .�.� I I%I �I ,�, ,,��� 11, I I,!, ,� I .. . �;, I I 11� -�, t" ,� -" ;��,�� � ��--I�: I I�.i -,-,,�--,;,��-,',�,:T,-�,,, ,--, - ,��� I I I I I I I I I I I I I 1.I I I I � ,I :��, n I�!I ,,-,,��"� ,�''-'�- , , -�� I :;, ,- -, I I � " ,,, �!-� - �4��j-,'� �,�, �,"-- �", -� - - t��� 11 I I, ,, 0- ,-, � I -I -1 T-��I � I I �I��", 7-�1 ,���,Iill 4 �� - � - I I,11 I I -,-I-111" " - - I ,­ , ,I ��`�-,, ��I,,�,,-�... -,,,I:,,��] �I-,f -,2� , , 'I,, �-,- �il ,�-,T': ��T ,� , 2 1 1 1��,,:�;, �. I ��- I I-, I I I I ", --- -- �I I ,,- , , , I - - I-,T�,�,,,,���.�, , -,...�.��- �,-,- - ---�� -I - � , -- ,,� -�:� , �� - -"I � �..... ,-,,.,, �I� ,- ,, � , , -z �=,,, - I - �. � � I � - I ,I I i,, , t I I I I I I,1 ,�,- �, 1,,- - --..... ,,,�� - � I I I , :� . , . I----- , I , � - � � ,,� , , - -� . --- - -I. I I - , ,�, , � ��I I I,I,� I- � --- - ` --,Z-,�-,��-,,�z� L I:,I,"-�I'T" - ., .�I I ,, , , I �,I I I � , � ,,, ,,.�,� � � �-�, -�::"�".", -,,,--'-,���'" -"," � :,: �I,, , I . I , :� , -� ,,- "�, I I I 'i I I , , �, , - ,"�, ,.1, , , �:, �-�, I 11 ,��,�,i�- -�, " , �,.,". I I ,I , . �, - � � � I� ,�� �, � i I - � - 17�-�--,;� -�---- ---. -.7 --- -� .v�T� - , - , T I I - - ! v I I. I - I I � � � , ,��� 1 �,, - - - ,-,�,,� I I �4 - � I � I I I I � �, ,, � ��,, "- - - �,,- , ,1 z�� I � -� I T-���,,, --�,�:-.�", -�",ii�- ,-4� ,,� - -_--- �- -1�i I ,,,-;... �, , - , - ,1,, �, , I I�-I��, ,, : :� - � � � I I 1��4 Ili�� . ,1:���:�,�t�,, ,,, !�, ,� ,, � I ,�, , � I � , , � � , ,� I.,,�I I,I I.,I I I I .z%�:�:�i��� � , �!, ,,�� , - ,, �",���� I T �� y ,i� , , - , -�:,,T�T�, "-,,a�,�'7�-�-7�i�-, -�,�,-1,,, T', -, , -��,,',',". " , -I : ,,�,�-,�� � ,, I , I�4�,,: �::�.��� �,, ,�� ,���: , .�- , ��:�:,�,',:,',,"-,-, ,�"':,�",`,,-,"" �,�T'"�-�,,�,'i�:, ,, �1� �� ,I I I:,��I:�I . I I -I ,I � ��,, I I:�,, ,� ��: ,I�;��I,:: �,� :,i,���,�,--, 777"�10!, ,:�I �w::��I'1,,-,���"I", �,�:�-, ,�,��,,"�,,� � , : - -��- -, �, �, � � I .,, - ��,,,; , , I I : 1 : , , ,I, � , ,, ,- -- I- � , � sli � , � z , , ,�111-� ,,, - , .-�, " -��"2"`;A , , I ,t I I , ,, I,I I - I � � - I I I � � �, , �, , I I 1, I , , I I -,� I - - 1 ���-,-, �:I:-T,:�. I - � -,Z -��--�- �,` - -, , � �I� ,.. � . � - I , � ,il I " I 11 , �,-�-�gz,% -., .-�� I..- %,-� � , �, � ,.I- I I I�,. % I I ,,.- � 1, I I ,� . . -�-��' I I:::I � . . � I I,� I I I , �, I I , - I� I,I I - �I , -�,,,,,, � , ,,-, -- I�I I�:TTTI k�-IT,�.I ,, ,- - � I I- I I i:: ,,,� , ', .I,T�,1., , I� �� ,�,' -. -'. , , ��:,�T ,���,:���,---,t� _,i'.�zT--,l_p , - �--- : , -"- ,�� - , � ., , , � ,� , - . I � i I I - � ., _ ll�,­�w" --.. I , il� � I - � ,�:,� 'I', ;, ., ,: �I,;:, � , I , ,, ��,, : �� e t:!��,�,�,,,,',�,�.�� T�, � -,-�- - -, -�, -�-, �� �,W-'-� I I � , , -, , , T , , � � , - , z�:,, � %�� , � � ,� , : , �,, I 1 ,� � ,, ��'',,,,��,-,��-,�,,,�", � I . �! , -T , , ,'� z - - ,�,":,,�,, , � �� � , -�:;!:��,�'--,--Tl,'�,, -�, --RN,, � ; ; ;l - � 11 I I ,I�, I , �-,--- I I I � I , I r I I I � �I�� �� ,�! , - ,i.- � , - -,-,-., � , - ", I­ ,�"T - -- , - : , - ��: ", ,�-"': I ,,,I�I � � t%�T�.� :1 I I � - � I . - � _��:T',�, T,,-�':,-, - I , �T,, , - ,, , , -- ,� -, --',, -- --. A -� , �I : I . I � � I I � ,� : , ; - : t"� �T�.11- � I I.'I i, �-,: ��, -", - - , 1, % . - , �- I -�TN, � --��Z_ �', �" �:- ,,�7, I� - - - � -� !:,�-� - -- �;:,� �,,T, I - �""%,��--,�� ,,��, --� , ,--k - , i -�, �'.?,- I � �'� � �� I I � I I.I � � �- ,, ,, 11 %, : - � - -- ,�,-: -:� : � ,�- -T - -,1 4. - , - - ,, - ---, I , I I—— ". � I - I I � I � ,�I I I � I -T-� - 7 - ,, , � - - - ..-- i- - , ,,I ,I.. -� � I i, I-11 I-. ",", - - - ,-,,.��4, ,- -1-,-�: - .6 � . I. I I t - -�: I� : :�. 4,�,,�'-f� , - , � �� :J 1,t�l �I �l 0- - -�,�,� 2, - --�� ,��,, -- - - I�� - �� I - I-- T T, ,�Z,� � -- I �,]T-�.... !�- - I� ...... -17--- 11 --� i�:-� T--,,�-.-: �- - , � 'm : - � . � ;� '17 -�� � - - - - - , , I I� I - � 11- .�_;, �.: -,I�- - -1-I I I I.1 I - � � � ­ , ,�I ,t -I'q: �11 V 1:-T,:- ,- -,�-�- -1 *: i - I I I -- �, , ,, � I . -�I I I I I ,.- I , , - 11 - � fL loc:�TBDI -at�"T ,uk";� I I t - ,, � -� ,- .- -�!il--IIT , � �I ::, - � �� � I- - - - - ��l :-�� . � - - I , , A , , .: � � , : , , I 1.:� ��,' ,�,,��,'- ,� , - I::, �, I.. - - -i", , , . - . I , � � - - ,- -- -�- � , I , I�'� -01',�I.0 I -- - -- -�"-, -11 � --, � I��,,,,---, -�- , ,TTT-�­-- - ----.-� :-- �� --labLITS ,� -- �-- �T , I,,, � -, - - ,, " - - 1- .� -� .-,---"" -- I T 1, �_ ,, l-,- I----- . I 11 - - -. � f c , . 9�1�4p 1�2�a -, - -: - � , - - -- -- -,-�� , :1 , - L, I � I� � � �, - - � -H � 2- :;?�� ... - I I��, � , L , , 11 iTi ,,��--:�, :7 ,��, -� ,, ,",,,,�, � T:- ­T:- - ------- -1 -- - I -�� ,, - - ,�'2�' -�-1 I ,� i, , � 11.11, �, - I � I I - - - I'll - I � -11 � I I... I�� - � 1� I � � � I ,� ,� , il ,T�7, ,� . -,��::,-, ,- � I � � I'll I � I I--� , , :,�-,-���':%-,�-�-, �_:�:�,, � ,,-�f,'-I � �i�5--- -- y I I ll DRICWFLA�I:- I I 11 � , 7 I I I - .I I 11 11,11 I 1, � I-:1 - 1-11 I-I- - 11 ,� , ,, -,:�,�---",)4L,� ,�,,�-,��,!-,.��."�, ��" �. �, I I .- I� � - , � -- ,"-� ,�!,�,T ,, ,-,� 1,::I�:-�� ,. ,,-' -'--'- ,,I �`L ',�' -�'�:T�'T ��'!"1'':,:,., -�,,�,�,L,-,�,�i �,-��,-t�i, �'," - --- I - I .11 --- L I::� , - ,� , , , - "� , - -":, I ,�I� ,t?�,, = "',, -��:::,��- ,I � , - Z.,"'.- I - � ; -' � , � I ���' �-',,;�,��,,,o,� � I 1� . � I,I , I I �.�11�I�- I . - - I-, -1 I -1.7 1 I--l-l-,, ���,:,,-, ," -�,� � ',-,,,�,,.- I li� ------- ----- - �;, 'Z"',­I,"'' .'� ' - , ,,, �..� - � � � �� . � - 1,:,:I" I I�, ' ,L,_ I I -� , :.�,TT, .�I-�-, T�- , - � -, ::_� - , ,... ��,�-, � -: - L -�� -��-,, �,--,-;&�-8_ �", ,� ll�'l - - � -----.,, � �I ,�t I I I - �- I �::- --,' I ��,,1, -- ", -, �- - I , � , �. I . I I � �I ,_"�, _ _ � - � ;, �, -...- - -- - 1� 1, �-I,I 1,. .1, , % � I 1� I � `1 1,,11,11 "-� , I I �, - ,I-I �- '�"" ' -TRIL F :.,:,� . :� � ., -- ,. , '',z I T,I`�l , ,� -11 r- -�;�- --,z��l, �,� �-- , - E ��` � I -'-� �­'; -, - - - ", I I - . -, � - ,,�1-�� -�l , . - ,,, � D : , � -, �T,�,: �::," I��, -',�� - "- � ` - - I , ,- r , , --- , , � ,, ,, ,, 1 � I ''I , -�- - - ,.- '_, ,� :: .1 I - , , - , tT�; I� � , , I-, 1, " ,-- � I -��,�, �,,�,"�"":�"'�T��� .� .� � . - , �-!��L:��: :�� - ",",". I - 11 - I - -, ,� - ,; " , I L:�, -� - �, �� I , � I I , , , , , 1, , - , ' ' T -, - ': � ,:: : I I :",'L, �- L,..� 1 -T - -, --:- ---� - -, � I I�,��.�� ,�; . � ,j,,��- - I �,��__-,�,,I -�,-_'". -- . . � 4_ _., ., _., ., _., ., _., ., _�, �, _�, , I"� �, , � ,%��, , '�, ,I - --�,,`�� -,-, I I - I , ,-- - , , _� -� ,- �'':L�:�'- ;:� - --�,�- , I�,�'l-.--, "I- ,.�"" , L�l I, , I , I - ,,� ", , ,, ,� , ,- ",, - -,- I , �: , � - I - , ��,z I�Tq��- - "I'll�� ,!,�" , , , , , , , , , , , , - �. ,1, , ,i�,���." , � : ,:,.,,`�,�I,�� ".": , , , - , , , � "!,�" _ � "!,�"�, � "!,�" _ � "!,�" _ "!,�"�, "!,�, _ "!,�" _ "!,�"�, "!,*"�, �. "!,*"�, �. "!,*":�, �. I I "!,*":�, �. - ., , , , I , -1 I , � , - , _ � '. �11111 _ '. _ '. _ '. _ '. _ '. _ '. _ '. _ _ _ � � I , � -� ___ _ _ _ _ _ _ _ _ _ _ _ _ , _ , _ , _ , _ , _ , _ , _ , _ , _ , _ , _ I- I : : - � �,�I �I � I I , _ _ _ _ _ _ _ _ _ _ _ _ I ,� I . , __ __ _ _ _ _ _ _ _ _ _ _ _ I I � I I� -- I �1,,,, , -- : : I 11 , , � I ll�-I . ."IL�-qc. 15i�,�ov�L 4 1 11 I:I� 1:, �:�, "I ,:I - , I � -.. I I .1 I � T� - , , --., 7� 1 �l - - - - , - VIM I � � � � � i - , I - ��� � ,,", �, , -�!- �l % I - -CHR?46 V, I . �i I 1, I , , 11 I I ,- .-1 I I � ��,1,�� , , � � �I I . I ,. I � -1 I I I- - , - �, .� --�- . T. ,� -� . - - , , I :� I � I I � - - -- , -t � . - �, - � - T��� � I- ,- -C -;- � I :11 , -� , - -r� :n,%� � , I �� �, ,�, � - - � .� � 77T - - � -�"Ill I'll - -- - ;��T- 11 .I � -:rt:- I 11-T 7 �� - I - i�- - -, .1 � I ­ - , I � - It' - - - I - ,�Tt�I ."-- 'T , � -;- � I - - I T1, -1 �l - 11 I 21"17 M44AAoLff -��!],I- : � I�-: L-xl��s I T�� -,-,I I I I -*� . I r�� � , , - ,��I�,''11.�-`-�'�-��'J'�,-�,'"', "I--:"",--�".::1 1. n - ,1, � � ,� - I �� � I I I ,. I I - -I -�- , - � � - -I , T- �-I T: -,, , .� ,I . , .... I'll, - I '. �� ,- , - � :1'.�i - - yyl vt 4D c � � - � I- I -- ��I� --- - -,�:,.,,,�- - - �--- -� - -:__--�, 1. -I -- ,- - -, --�I'--, - I ���... "I I'll, �- - - � ��,al- 11 I --:, - ,, - - --- - � � . - ,", -11, -, --- ---------------- � . 11 - I - --.. ----- I t� � 11, I -!� , ,, ,�. , , ��� I - ,%:1, I T I 11 I'll. �-,- � -- .-i I 1:11 I � Se�.�,,r;l,"R' � , 1: �:T,:;. �,� --- �--� I 1,-- - --,�...-,-,- , --� - - - -,,"",- � ,-.� ;-��-- � q -�- --7 '-��l -- r � - , , - - �,4 3 :, �,-, - I- �.i I - �t I Ill PRIHIEI�, 14�IiRUU N-L-LUE ID& ' , &)- - I - . I I - -�� -, - , ;-.- . I�"-- ­T,L I��L I 1:1; , � . I��11 , � j , : �,�,:.��,'�� , � I','�-,-7 1 ' ' ' .:6 11 I �� -I .:,14'4-'#-VEN,T,I'0 1 R-4' - I� �'T�� -', I I��:� ,, t T �� � �I. ��* I .. ''.��:,:� I �t..��::: �- 1..- -- � -1'- � - - ,T 11 �- I- I � I I� -- %� t� I I i�� ,4 ,. ,t . ,T�� i:��::- 1�:�::] : � . 11 11 I � 11 %T--�,11� , � I - -- -� � � . I I - T F, :,- -. I � L I--., �,�. ,, ,� I t�l -�� , . - 1,- T I I�- . - 11 � � - -- � 6 I I 11 ,I:�4 �4, " �. I I�,- I I I- -1 F.I I 1-1 -I � , � 4 11� �, ��: 1��:7�4 11,_I-, 11, , �, ,.�­ , - � ,"I ,:,,� .-I I ,, , .9 - - -- - - I. � ,� T - �,I I . . �-.1 -... ----- -- . I I - , ,,- I I� .1, I �- �� -, � .� : ,�;�� I I . I ���,�1:1 I T�- I ,� I , I � I I . I I I I I I ,� I , � - ,- a - �--­ . I � , , I . . 1 � , � , , , � I I I �,-- 1, - � . I : : :1 � ,� I � I I � - I - � --,I-' I � � 1 � I I , �:,,:,- .I �I I I� - � 11, �� , � I � I I ,�, , ,, , , � � - � . I . I . : �,��,-��--T, T'-.- �- � - - - w.- - r T: : .:-��I,- � I -I � I; 4,�-,,� I,�-;-*,!.6an� : : � � 11:I . �-.,, lzu . I ,�I ,� I .�I I .I � i, -- - - � � �� - , � .� _ -+ � �� I. � I�, I I T:: , ,i T":11 - - I I 6 � I � �- I��,,� � I I I � ,-) -'.,-�,6 -�� il � I I :-,[ ,i_�� Jop, �' , I I � I:� I � I - i �I I " �o - � � � - --. � � , ,�-�', I � I j�-- � - � � �. - 11 I I �. I , ,� ��' I p --7 1 . . � I ,M�, I TT: "',� % I 11 I I �:, I I �� " I "� -1�1,�1�1 .. -.,� ­', 11 I I -f , �, " �, -11 - p - - -, ,, �,� I A ,F�: ,c T � 'PT: � I : I I I � �. �I- �-- - �-- L , - -:;,�,,'� I � I � I I . 11 I I, ' I 11 I - , - - - I -- - - ; ilia fe - 11,�1, � � - .�� I 22 ,� �: �." i--� �a�,,-, - I I - .:��., -�,4'�'.,��� ,M4 �l � � I VA'MM - I -4149-%- , ,�1- -�:, :1 I I�� IL,�� -: I 11 . I� %� 1- I 111.1 11-111, - - - , - %,�L��-�i,:--.- -'� - ;; I 11 4 ,_4 ,� , . � �� 11 , �rLsv 936,.o H1414 -- . � 11 I .- , �. I I 4i� .I � - �: �: � , -1 11 - - � �% ,-,­, � ,--�. -- .�- , , , I ,-- . �- -- �W4 I � I I ,- - ,----fe-PkM%4'Z'- f,I L %, I I -TfT-,I I � �-<$L� I I I I I .I-: . �T �T I", I �,�,,,,� w:,, ­- ,-��- -�- - �-T�7�, - - I I -I �:'. �. 11, � ,�, � I I �. I ---:.T-�� %,-`� -��� --- I ... :- . � i ..�,11 � I I I� :�., , , � -1 �� I I I I � � - �� . �. I 1-1.I­ , � , I - I I -, ---l-, -.T � I . F- -F � t���.i��m -� t.-t-XI,I -�l I"" I Tf- I - ,:_- --. -T� 7 - -�!l T-T: I --T-1-- �n,-, --�-�,�-�--- - I I I I I � � ,� .�. -" - - - . -:. ". .-11 - Pgq, � I � T , � B �-�� ��- �� '119 -� :, - , �,4 1 1 , I I , , - � I ii , � 11 .. I ,�'� . �,�- 7� 2, -L � I I I I � � . �. - - � � � I'I,-1 �111 ",'" - I� -1;� � � . �,i��,,�I f- I- % . 1 - ��,'�:_�'�l I� I-" � �I I I�- � �:i', � I � I = I� I , , !GRAL'T I - , - . � :::.T' -1 �� ' --�`� ' - - - - I - I�. - I I- :�:,� I I : I �I I ,L'11'7 - 1.I � I -.� :,:� n- : , : i :AIZ-�.-.iAr.LL-w1i-1 sz � ,� , . � - ,I - -�,- 11 -2 -,-"" 11 � � , -I � �1/40?- I�I�l , :,�� "",�,i��,,,,, ,��:,'� �_".-'.-",� -'Il�-,_1 1, I-,, � I I I '.. Ir I , � .- . I I ,�� - , - - � , � i I � � �,�,Z::�: : ., - ��," �� �� �1, ;,,, � I , i " �,� �� -fp - �l " �- �l T W I � I I, I -- - - :, 1: '':,: : - & .,-�, I I - lll-�' � , I , : � , , I I � - :li 1�� � , -,�.,��!-, I �. � .4 : I _��, - I --" %,-- - �:��T�:� -�,: : ,� : , - -,�l I , , -, ,I, I I k- L 11 � . � ,� 1, I - I . 11 � , .1 I : , :1 - I � 11 1:1 -11 ��:"�-1 � - ,�a. ,, T��-'e'--',�-�,�__ , I . - ; - �, "I I . I � � , , -- 1 . � . � ,� .1 � I - I - I I � -1 ,,:,:-:�, :-� I n--� I .1� � � I � I - : ,T� - 1- 1 :\ , ­ -1 -1-1-1- - ,--� iz, � ----- I I I � I I I I - -111, I �- � - - :1 :;� - , I I ­� I 1: I � 1.1 -1-� � � � I � � � I - ,� 11 I I - I - I -iT�� - - -.- I �1. �,��T-1 I 1. 1� .. -1- 1 � . I -, , - ------- -��- I��: � V -1-1 11, .1 I. I I .11 - -1- - -� ___ :---=-------- � A I 1 , , I "''. � ,� I - 111% , I I%- - - ----- � � � 7- � ,� I � . ,�, Ll r--r- ,- I �- �i-�-:T_; :�,;,�, . � :: :, -�L, ,�`��,,` `-,-,,, --�,,,--,'�� a� � - I , 1-1 -, , �- 11 .11 . .� � I , �. ��:,�:: ': T,, , - � I , I 1 17� . -k �- , - I I I "I I , - --,,,,,-,- --, " -,---f�-,� :-, :,--;vA ,-'�-, � �� � - I -A , Z�,� " I ��---- ,: ,,. , I . ':- ,- z 1, . ., "." I I � � - I --�-S'S�AIELL Ftl� -Is?- � �'::-'. I­­­-� � 1, I - - i� - I � � � � - ,, - I I ,1, 1��'I:-` - , , ,� -,-, ": 11 "-- �---�-- ,,7 2- I .� -:�� :"�� T,- , - �-,-� . --� I:, -,�,; :,-��T:i ,, 7 , --� - I ,I I� -,,�-,,�7�73---�--- , i,- , , L , I I = :-- � -- 44�4 4. �" . �I"I ,� -, ,,,:�;�-- I ,- ,I�T,, 1,� �,��,�,.,�,- , , , - , , , � �, I , -,�'I-I', I I � -I � - -� �,�T- , I I I I I�11-I�l - � , ,,:� I- �, ---1 - ., -�7 - � � ,-- , � , - �� � , , I -- - - � i I" I I � :� � ,.1 11 � I- - � I I -i� I ,�, � I -1 i�I - -- - - , , I - � � �:1� I , I " !"..-,, -�': �.1,� t� � - . :� � , � � - - . .-i� , , . ---- I I � ,, � I . � ..I , I I I � , , , �, ----- , , - . �� -- I,�',��4 - -���-'i, �,"� ,4 �� ��Ti� ,I- ,� �I -- �,,, , ii., . - � . ,-, - I ---ll�1�T�T- 'T ---�t- --- -* - , 5 I �� I V 11 , �'T I� I I I I ­T��- i=� -- -1 , -,,: � � . -'� .. . ' � - I 1, j il��il - � . � I - � I I I I "'. �,-,T- ----�4�;-i=�- -�� � ll� - I I I � I I � I 1.11 , : � , � , �l ,,,Ili� 11 �, ,I I "o �i: �, - - - �, I -11 �, I , , , �,,_0 7- .- IT, ,-I � " - - - -:��,�--� I I -- -2-, I I.-.1,-,.-T�:l I '��Z4,"��,T,_- � -1,IT�,,-� �-�,:T-- - �---- "I-�l � - �, � I -: .,� , �i:, I - I I � , , , I ,: � �� , �T,�..I� , ��--24�7=-- �I'll I - --- I � , n-1 �-11'1,�7:- _ -; I -� I I - 1 1 1 �- - - �- ,. -, ,, ,i-,, -� - - I ,..I � - - -, , - �4,-­4 1 1 1 1. , �- I ) , �,, A ,� ,� � �-- ,�, -T , , � ll-�,­� "'. ,, ., ,, - - -lm- I �-��L--',� T"T�-�,%", �, ,.I ���,,:�:- I�: ,- I "I, , ��,�� I�,- � ,: ! ,I 11 - I : � I I 1. � I:�,I, , �j I 1. � - I I� I ­ I I 1 --: 'T I':: I ��' � � ", � , ,- -I", � ,�":,, �, T �-, L , � . � ! 11 r I��, : ��1,--, I � L T,1 : ,��-," - I. I -I., --,-�, `-a'�:,,A---4- �-� I -- "I' , I � I . � I I % 4 ,, �- � , , -t ,- � , , ,� -, � I � - - I 11 -:��I--,t", -1,I.', , - - 1` - �-, - -;-- i7 �, . ,�, , � %,� , - "- , � I I -I , I 1 --- , i - , -- , 11 - -,� I � I� � I - 1'. ��:,,�:,,., ,...- !�-��- -� - ,.. ,.. . ;. ,�,I, - ,-,-�- - - . "' �, �, ,�,,�� �:: ,I.., -�'. � I ;� �.� ­ ­­� i - , � - ,. - , - ,�I i-�- - - �,6�� ,- ,, - - 11 I I- �,,--.,,�,-��:, I . ; �- I-, � , : �I I I T�,,,- ", ,�,:4 :-�l "" I - . , - --�`�J--,'I"-, -1 - - - - I�� ��� � � � I � . , , � � � -5 1 , � � , _�--j"�,L �­_�,.,"� ,, . I I�,1, �!,:": J�-,-,:'Vi',:,,-�,; ��,,�-�,','��-�,���, 1 - !'' :-, - :: .- -�1, I I-T,": ,,,,- -t,�' ,�, I I �,�-�,-� I I I , ,i.�, rT:�,�--.I. �;�T,�,�T�� I I,",� -, � ,- 1 �4�",t,,-,�,,,,,�,,,,, ,, , , - �, , -L- , I -, � , ��.: t!-,' �� ", , � ", , ,, �� � , - ,, - --" � --- � -.-�,� I" .- , ,����4, I �%- - , :� %-T T 1, 1- I - . , , , I % - -,TT.--,1,1� - ll-:­-�,- -' - -� -" - ::,:1 I. � I� 1,1,". I . - - ' ...2-T�%.- T-;� ;,-_2,."�,,L,,1�-��"-I 1��:."," ; I- I- -- 1 -1-:1-i �1� ,� . --'J" :j�:1 11 - -- I � '' �� 6T-- ­­4'-i I �� -4� � ,;; .1 I ��; i` �:_----11 11",� �,�,� �,', �,. � I I � I ;I'z,� 1��I I---v-F,-�:,- , ,. : - T�,T I- ': , - - - �1�-I-I ; I I I I I --1 - , -- , I i I � -I I -, - ,�� - I L , �,%�,-_�.:, , � � �I �i�,�,'',Q. - � - ,��,, "" � - ","T, � - - , �TL I IIW�1""'�-_--,I-li-,-,1,-,���� , -, :�,ii, " I ���,T .�4��-�`����� ;� ","�---�, I � - - ­__= '. , ,_: �, ,,�_,� �,���.::�i,t��,�:z L,�, ;,, ­'i I-'�L,1'�%�I- I, �-�:O,I�t, - I-,t i�- 1,, I , �:, -,i;s I F,tljfiAl.j�mrl ,-- 4iO44' , ,, � ", ,��iT� - -,,� -, �,�_, , :�� �,�---�z,--,.��,-', �L��.-7��,,�'- -,,"., I 1�I � :�, �; . � ��- , ,-,,�-,--lT-- -..""Im. A , I , :��:�.. , ,z ��, RELL m's ����-,i� "' 'i, , �-1 �i�-,--,,71nz;P�,,,��-�- _-_ L I I- - �11, ,,�,-.-,,,-TT��- "I�l , � - � , T" I I , - ,- ,� - �� .-. , I I � - , � ��,,. - , '�i "T" ' �� - �:�',`1, , ,�.:', , ,�,��,-,��,�,��,,-;,--:z,:7-,��,_`�... ... ,:�,, , ,, - "o,�- I I - ��n I - � � , I - :�:�, - - - , -,� ,"t ""i" , . , I - ,����"",, - � t; - ��, � � � � , � - ,z�-,� -1 � ll� ,, - , � �, , ,��,,-�,'-,,�',,',��,����-��-,�,,�',,�, - -:, �-,:.� -A ,2 : ��, - - - 7- � - - - - - � e - - , I I - �� �-�� I - I- ��,.--, , ,i, , ,, � ,.I �-�, - - �1, I -1 � --� I 11 - -�T--,------ ,��, � - , -- ,- �i`L I A ��:,'-,.�'' �'.I I , ,�,,"�, �:-,�,,�L"-�,--,L�,�-,�,�,T-7`�, - , , ,- - L� � ,7 1 �,�� ,��',�� - '���"",'_�,,�4;��-';',��' .�,",'' �7 1'11-1� - ,��--- ' ,�.I��, , -"" , _j"� _ � . - ,, � :, -: - , �:,T,, -�- , L ��4!�_ ;,' _, . � ,� - I � - - %� ---�,,'�-'t , e -- , --1 , , � , ,-�',','�, -�, , . � -- - � - I L I , I I � -��:, -1 - - I 21�U e � � �k,',P,;,".,; � , -- - - �-I I , - -1 I , --- - - -- , ,, - � , , - ��l , J. l-l*'----",l',A-I'�lll ,,� A' � ' ' ' - - ,T: ,,���--`z---;, ""', -,� -�'I'",:-,�-,;�-- .2,-� -, , ,�T , , - �, ,\ �w , I�l - &I s ��-IQ,- , , T:� ,T": "":-- ,�,�;�r-"7,,,', ; I.I I 11 -1 I- Ti��, I � - j ',-,-,I �t�",-I' 7; � , � I'-I - I L i -11--.1 I- �,��---� -'-,---.�n�-��-1 99 2 � . �� " , ", �- ,,--�,i�,,'if�,x'-�,- - ,, ­­,- --�,X- � e, 0, . : �� ,� - � � - --- �,-, �---�---,�-�� ,4,�s- I- -- - %I I�11 -� ,- - -: I ,, � ,� - ..I ii� T� �l -- � - - - JW jr,'-", "T. � ":�:"�,���":''� z'',.�-',�,',�,."�,��,�, --�.�,��",-","-,��."",�,,,-� �-'-:,�,`--"��-v�,'��: - , � , � �� � , � , - - I I I - - , ,�! I�i--- - -`K,�- , �-,--��, - -, '.111 -,-��4,; " -7,T I -- T�� , ----- - - , - � I 11 .. -11� 11 I .:;�-I�l 14--i��-1� . � -�',�� --�t��':�� ,T�J - , -- -",',��,-"';,,�-. ,,�', A --,�,!"�'-,t��.V�j , �� -l',- , - , ,,, � ,� ,�,�,�;7��'�,�,�,",4ir 1 , �,A �". I I ;,�",.-i,,,Z'�i.-...�--,i�,',��,-�T�" -7 ', - _4 � `7�,S -,�,' - 'I, t � .. ,- " -, - _ -, I � -- � � - ",-,� �I � -' -�j'-'�i'-':-, -' ,�,��;�-'� ",�,�,,,-�,�7,�'�':�',t'-,---"�',��,,-�,�,�,,,-,�,�,�-,', i�-,�-,L," -1�1 �, , i , , , ,,, ;� ,,� 77-... ",I ,� 1, - ,,�,--.:��li`i, , �, T�, ��,.'�4, -"i-"., � _L,��, ��is -5 " 77� - IT- 'I'l-, 1- �.1, --- -` ,-- ---7.��,,��,,,,,�,-T.-,�,,`,,-�� - -�-�_,, ,,�,-,�,-- , ,"-`�!',��,�:!!,,-,,�", , I �� ��m, ,. . I I , , _�7 ,j:�'­�, .L��-C��, _ � , �,441. "I lltq,:i�� ­ - -- ,i'- � _� , --, "" _ - -- , , , - i"��� � , -!�,� - � -1 ,-, , , I� 1��"Fl ,,� 1� 1, � �- - ,�,L-- -I I �-1'�-; -� :" -'7��Z--,-,��--,A .- . ,_, ,- - �, "'�- -��-, �-,� --- ,�-- -,� -q - � - � - - � - - - - , - , 1,-11 ­-, -7­ '-," - -- ,-� ,,L�,,,-­��--, , , , -,T�i, -- - - , , 11 Z, I - - - - - - - � _,�,�, ;.,__ , , - - --,,---,,, -:",�,"-�-,"l-, .��,-"�,:;�'-It!�_,' ", ,11 i 11 ,',,P ' -,I � ��l - - -, - - _ --- � � -� � � , , � - - �--�!-Il � - . _, , ,� - ,, �,-- , " -� -- - - - � " _, , _, - , ,- , ,, � .- , - , �, , % I .ol 2�,�--,. . �.1i`� , ,��� � I;l , - , z , -,�---- ,,- .�.,,,, � - , , , I I � ,, �L��, �I� -.", - , ,- : -,�--�I " � Z,n.--��,11 � � , , � - ,, - -- ,-: - , - 11­1 , - I , - I- � �, � - , , �,, , .1�"i sl'�� � I,� -1 �--- , , - �� C '., ", . ......A�,, ", , ��'L'.�'-�:'�"�-��-,..,�, , , - , � -�%, ,:��,-,�-,���,�-,",��,-�,--�i "'i'l �I -, --1 ''I,--,-----,-11 - ---- z " ��---�� , 1� - � - , �j � L � � ,, ,- � '11, ,, , -, --., - . ��M7.1.1,� - - � � -"� , ... : . - ** I , , , - - , - . � ,v., I - - ,, ,I- , I"-:��',�,',��',�:,� ,,, , �" �l -` 2�z" -� .."�-- " �. I � - -', , ,- - , � , I - - I I N,-- . 1,, ,. 1:1,�-�.:��."�--, IT I . , , - ... , 2- -. %-.'T�. f� -- - I��;i-- -----,-- - -- � - �, ,, � , � , - �, , L-1 , - 'I, i - -�-- - - : I " �1, ��We��,-'l . .-,t��z- ,� ,:,:, , -- I I - ,,�t� , I :... ;I�I � .1 �, - .---- 0 -�,-4 " ���I I I I � � � �I Y!" , , � 11,� - . �:", " , -, - --- - - ------`-`-- -- '� t6 - i I -. , �,� . � , ��,�:,,�,,��1�i , , , �-.-T-,-­�& � � � I �.1 � --- , I , ,�,,., �� - ,, I - , ����va�,"� �':: , , - - , T,�- , , � "" i: - , - - - ,-:�-- � - " -� JL ' ,sq5 �:fl j ", , , - ,T , , � � .1 �, ,� 'I, , - 1-1111111 , -7 - --- �� 61 �111 lll� I I WEZRMQE��- 1.7 � '11- � �I--T�i,�-"".� .J "��,I TaL.k, 11 I I ,- ,��T,-�i:,�i . , , :- ��. . V, %:� -11 I�l , �� , -, ,,,�� ivmft;i--- - I ,-- I I - � I � t- � . � -� :- - � , ji'l - (.-eurromArs zAc.�. � : %--4"ll",. ,: �� �� � 1,�, � � Ill:-I �,:�---��,�I--_ �,­­ �- -� -- -I , ,- I � � I � I I --1 � .�,-,-I ,- - � l-_---ll - -- PR Z, I I ,�-,�, I, . I I I z : ,. I I;11 -4-ji.1, IF�T I I 11 "I"I - - - � � � -- �-- ,--,j��,,�-,�,� ow -,� � ,, �-,�Ill. i I � , -1,#A,�Jj� 11 -11 il: I I . 11 . . � 11.1 i'' . !�, ���,- I� �! , - � ..,��� ::�:�:-",!T,::�i-'-,-:t�:�T-�-�t'i!��-,:: �,�,� , �,,� �, �-I, �-�- - NO--�-14�'-�::�Ill, .- -�*-- - � �', . - I I, 1;.�.� � I I � 1-1 � , ': - -�I �,� "- -;; 7,� �,--�i,"--�i,-,--�. -, 1 4� �I : - I-:�,-- .".��,,i'� : ,��, - . Ov 1 1, - I I I � �: � ��,-:�� !� 11 i I � T�l I :- L � 1�1 -�� -. .� 2, - -I,-,�- �;� -3-7��,,, - - - - I I , � , I : I�; ,L � �� % t,!� I- ','�-!�l I 7W�,-� -��-M�.,-, � I I., � - ,,, I - - � �-3-Al,-��� -- - , -,�, , - -,- " �� I I I------- , ffl,lii� I I � -I � I � 1� - � -,- � � - I- . ,�I ,. I . .-- ,-�,)!--,A�- - 11-�,,- - � ,� --,�-,,---N7t --�- -- - li - I � � - 7 � - �, �, ��,- I �I ­- - I � I .,� , � . +, I . , I ,�, � "IT I �,. ,:: ,, � I :���,-',�i�:-,i li",L - � I -- ��',""'.,�, -_� �---613-llzl �ll-�,,, -i- -,--,,,��6-I 11.1-I,,��: ,-I,-��_;- 1, I I -�i:,T . I � I� 1. � 11 -� �%, ,:-,:� . - --�11'1 I - - - - -R�-.I,,- I - - �,14 I�rl, � , �.,,���,. : , � , - ,� �-, - .-,,�,,�-L ___," - C-, �, �: ��':,�, - T, ��,:,,-,��", , 1-"-""� "�', � ��,,K;--- , ,", T T�� I �� I I I I � ,, ��i,i I � ..,11 I - ,�,�`_,,,,,� � I I ��11 I I �. :, I I � I - ,� , ., �L I I 11-I I � --� :,., I I I . � � I I ll�� , :,i�'.�:,�,..,,'T� ,, ---� I - �--,-- - �, ; 11-1 , I I 11 , : , - ; -.4,- z ,,�, � �. I I � n , I ,,, I I � 1. I I�, I I I 11,11- �,I' _ �,i ',I � I 11 .- � , I I I � -4-E��.� ,':i, ",,:-�::,�,,,,-, I , � , :1,�, I�". � 1. �� I " - - -- - - - -,,-- ,-IT �l 11 I , � , -W-� L -:-�::,�,, , �T-� " I �. I�I. .:1 -I � --------- - -11, - �, 1, �, ��. �� �:� I , , 11 ,`�z`�,�-,-,---��i-1� ,-,�� - -1 .... .7 , , , il-%r - '- I. . I I I 1: � I c :3� t , -OHi:-T-EuxmQ T: , -�� , �.. �:�� I I -1-. 1,------- -,--,-'z,,,�-,�,�',,,.-���-�-.��,,-,�--��-'-- I I I � , ;,- � � I I ,. , I I - - -7 --�aTT-T I , ,, ��- - ---7- - I I ;, I 11 � � �, , ,- I - � " - � ... I 11 I �� . "I 1 ! " 1. , -� � -� L -, - -:--T�:,I:.��� , I � ,---I. �-*"!k- �-qp-w---I I I I I - I . , , " � ""- - , v, -, -,- - ',I �� ,. ,, �,-�,, ..... - I - -,� --i , � ,�--� I....�LL, -L 11- , I.- �Pl� "�'Il:--`--`"'."� ,,N, -- � � I I z I I I- --11 .--.-,-��", _ , �-.1 , - �� - - -,�11-�- ,I - WO-Aw - - I 1� ;�,-:�:��.-� , �� I I "I �,7 t,��`,7- -:,,,',7 L.-, �,., - - 'i --,-,.- 1.� I- ,,- I I I ) 7, � I . "- ��,, --- � I '�;��'�, -"T_-�--,�!�a-,7- ��'�,-,','�,�� %� - I .- ", ,t--3L:- 11 . I F . , : . 11 I I !�T �,�,�: - , 1�L'. I � -*-P � � I - I - , %, � I I -I ,,�,�: ,-. , .-�,�� I - � �: � :� :: : �I � �I 1. �, --� I , _. , , , � 1, I : � L : � I I ,- -T � , ,-, -- 'T� - ��` -`,-, , ,�-Zl,��L� ., - � I I . 1, I 11 ,- , it , ) � ,,, ,��T. �,T �� � ' � � � �. � . I � , � I. �111 I I �i � �, � - , I - ' . ­� ----, -, _--�� "`''- :: I"',l-,-1 T, ------,,----�--- -�- , � I i � -I 1. TY,. -',-_-'�,,-T-�*�,-.,',-,�,' -4 -- � ��, : , � - , -�-,, - , ,, - !��,` I I , , � -- ,, , - ::: . - � I I - -���:� � � . I 1, - - -,� - ::-`�L," -T, �" I . T n �� I : : 7 � I I � �� -. ,"� .��:��, ,,-,'�-��� - I - ,. ,, �,_,_. �__ _ -' ."- - 1,�� I : T:� , ,- , � � � - : I , - I - 1� ���� ��'- .,�t,� ", ,�',� � �� , �,�, "�:�,��,'-i� � , 4-, ' ',��M 1-7 � -1 - I I 11 f I )�,11, ��,-",��,,,,-"---,111'1�--� lz - � - !:- ;�� ,;�."�,�',, ,T... . , -- _----� I �,, , ---U-- - - I T � w� I 1, T T ., 7� I -�, . I:� ,:, � '� I I L�,%��,��,� I I:,i I, I- �i:,� Tl�-L-I],�...... -- --- -I I I,I:, ,�,%� --- -- -- - --1 � - I , T , ; � - :� - � _ T", � -�---- , � -,�,,,,, ',-,�,,.,,,,� I " 11�',._, I . �., i � s - . . �: , : ;1.1 I,'11, �: I -I I ��"I: I � I-I- I , -: �� � �,,�, Z�,� ,,,, T-, -"I , I I - -.... ,�; I -,-�',,'i�,,i ,, --".:, I : T : ,� . -� � � 40 -, - � .0 I -� ��I . . I I I I 11 I I,�I - I I � � I I I I 1: , � , - ,T �v� �,,,,2 ��-, ,---,� I , 1,��I-,- � i `�i-l- - I T A� � : � � " 1, � I �.1 , ­ I �I I � - �����-, , � , -T,-, �,, "�,.,-� , - > I . �, I I � I � .--,;" I -Z-�. �� i, , ��l ,,�. - .�. ,- ; !��, - "I q i , I 1,,1- I - � I I 1, I � I � :I , �- "I'll -�l I -1� I � � I -i AD - - � , - - I I -1 � : I- , I t I �; I ..:,.,.L :,� Ti,Z,; � , ,, �, ,,�,��, - , 1. 4", A ,i, � ,�,T �1, 7 �: - I � .�. . I � - , . � - 1-14"; - I � � . --1 I -T:,�I -�- ,�: 1, I�, -.- � , , I-1 I - �,.- -� �- -��P: I� , �,:, - I � : I !,I � , - , �­:I­ �- , � : , I .y In , . � I I :I � � 11 .,�,, . I I ,-T �:,�--'::��,,�%�,-.:� �-� !1�4 --T -1 - IZ, -1 I - I � � - * I 11 I'T --',, 11 i I�,�', ­ I IT I I ,? -�:,:�l I'. � , � � � 11 � ,I'll 1. � L � I � T,',� I I.- -,-''.-:"��,11--- -1�1, -Ilvi - -- �� - I :� I I - - I I I , - *I- I I I , .I �l � I , I , - I . ,, , , 1­ �_,,­�, ". . : -, -i -��,-, � ,T"� �: ��� -I � �-,� - � - , ,�1. *�:�, I,- . , , -11 - -41 �,, - 1-1� - �� , �, I . � , , 11 , 11��,l -, ":T ,� I I , , , ",,,,,z�:i�,, .. ,, I. ,�,I�j��,� -,��--::',',.,, ',�-,�,�,,- - -I,�i:"- -- ll��--1�- I I-ll�-L �. -1��-1 "I , � " - "'':���, ,�, � �:T�::�,,,��" ':, �,-- -,, �,��:!,, ,, ,�, �,;,� -%-, _ � " T - I. - 11 I I.q ,, I � I I '�� - * , ,, , , - - -,, � Q, 1, I ,., j � I I. , Z,- - - ,, i, , � , � e � I T, - , � � --,v, I I � � ,:,�z� , �; , �. - 11 �, , -": I "� ,*-1, - . ,I �- - I I I I I . I I �-- .1 Jo , , :1 . -, - I , � �, �: , ,-", , , :-,,T, , � , , -:�� - - � I % 2� I � . I -- , ,, � ", � ''. ,. , -, ", � T - �. I Ill , I � I- L�"I ,� . 7 1 - t, . 1 1 - �1�,�L"�-,�-", ,:,,:, ,�,���L,-, ,, - , ,7- .-- ,-4-,- - ,- -*--- I -1111�11 I. �-I I , �,, , ,1- 1, � T I I - I - - - -;`----l'`--,I I � I I I - , , - ,� le - - - 1� " ' ' �` T'2 - - --- - - - �----- i'l ��i��', I� r T "'.,1", .�,�.,�,,, ,,'' �,'I'll ,I I. I - �:�,,,:, , , ,� , ,-. ,, . ,� � � �., , � �- I,� � , � � - ,. " ,: �: , It, �-,%,,-,,',�i":�','-,,`, � -�� �� , - I 11�"""",�,,7�,;,,�,�,�F, , �, � �� �n ,_ - � - �I I -� I , -i,�,T,,�, '_ , " I -,,�,��,' ,-.,�,-��:�,�`-',��,::�,'�-I,,,,":,�,-,,;- ''�, , I - � I --..- . 11 C-,�,',: 1,I : j 11, � ,u 1,� - I I I� I . I �L��l,��:" � ,� � I-I, ��I� -!�:,�, - - ,- -, , , I . I . "I I , , - � ,,,� I., , , �i; `�l � , _j, �!�Z; �,1',� ,,��� �� �" , I'll --, - I ,. , , � I � I - 11:1�'1�;,�\ - �: � � . t-"', , ., � I - -,, � , i ' - ,� , - 4�- I I- -- ,,,,, � T - I i, - � 11 � � ,-,,� ---- �,�, " -1 I . �� I I I I �I I'll � " -- - I ,�� �l 4�'. � ,�,,, . -- I- -�: ---T--- �, � I : . -- - , �, I I �a �,�, ,, � I 11 . I I I 11 '�'- I I�,M T-�,, 11 � I , � �. , ,- - - `� I--,---I---- , � I I I� I , I 11 - - . . .,T I ,- �I I - -i-T -- ti-Mt,-��T- . ,t,, ,, -, , -1 I I - I I 1, � ,� 1� ,v, ,',�� I -i�T .,, , - ,. �i " � I � , � - - ,�-�-, , ,-T - -, . , I i I I� - , - -,�,�A4" J , I , � I I I � ,n ,� ,��i� - - '"777 77777 --,--, �,(,,, 5 I �L- ,'-�%' � , I , ,� L "I% -,,�Z,��,',i�'---�,-,-,-% I.- , , , -- , i , ., ,�Z,��,',i�, " 11-I.- 11-1...- � � _ 1 .2�6,,'s '�'�---� - , "-----i`---,-- '. ,��,��],�"`"'4"i,,, I �', I � �, - �- .1 , ,, - - !P" ,��-,,�, � - :1 - I 111,�"I I I I -T-1, '1�1,� ,, - , 1, � -,�,��,�.., --L,"-"�� - I ,,,- -, nl"- %,�� �'Illr" ,;, ,� ,-"', ----�� :� � . , I �� ���� - , , , -`777'1-1-�� -,, I , �,,, I -� --L ,-- � I , , �� � .- ,, ,,�,i ��� .., ,,� � � ."� �, , , --- � "i - I ,". l'l-,, - 11 �,-%.:- -, j',_, L' , � I , ,�I- - " �l I - 'I �,,_;-,17'"- -,- I , ,._ . �, -��I,I,---� - ,-- ,-'j,, -, . ,�: -: , -- I , , � � , .11111 ,-',T�,��-'i�',-��,:- - � � I , ; - - I'-I., : - - , � � � . ��::� " ,� - I'- I I - I � `-, i � I - �"'� `�"�����, , ,-T�,�,-',�'E,!,�`�- ---I ��l ,l�, - ���,�f!iz,-�-,�,i.--,,,-, - - I "I ,�., , � I I - ,� � . � ,' %­­1�4- , -��,I,i, � I '��,�',��T,��,--'i7�,, -11, i I , ,�� I , - ,­,"'.". -- - � :L - :, �,� - , �,��,'-'�-��-- - ,-�,,. i �,�. �,��-,��,,-.-f, " ":�, �,-'-�',�,-_-,- -,,,`,','i��, , , -�P��-- I,X,-��-�, ,�. ,�-, , ,, !:,, , �,� .� �� ,�� - ,.-,,,��',':n��.: �,-,,�,�,,�- �,-',�-,��'�'�`T,--,� z�. � ," ,- ��,-,-,--,-, �- � , ,, - :,,��-,- I I --',�,��'�,��,�,- �, ,,�',-,,��,, -,�:��-,.,L-',-, , ,--- -- -,-- -,,!�Z- "�g-:,��v,M7� - � , I 11 . I I I -� � - , , - �� - � �, -- , � ­.z.,��, . ��i, ,%-,----- ,-1, 11 , I, � �� � �� - �,'-`��`�M-�"- �--""V'I--� "i% . I - , " , ,;��:�.'��'�il��,�-- "--L- - - -- - � - - I 1;1�- I - � �V:�'L--,".T I-,�,'--1,.t-_-, ,� ", I , - -,- ��,, .11,i.,- I - , , - - �-,, , - --""',� , � :--;t 7��*,--,, - -- � - ,,��f""�� -,��, �.-.�,W-,--, T- ---, �, ,� - , �, I - � �i , I , z�',-:.-,��'-i��� *Mwwog� �� gi-,Tl -, x �`k_ <,��-,. I �I I I ��,- �, - � �,,��;�,�, ," "��",�,�- 1:n �-t-,-,:ZL", --;�-�, -� - - � ,,,.";i-," lm-f ,.,-""��,-_-��---�,-,,-,.--�-,� � �-,---', �����:,,,,", , , �,,�,,�J�,,:,� , - �-, I,���'�1:i�-,, I I I � , �,,.� , I- - �, , _,�, t� T�-�:�---��,',..- ,�%�,]-�T , , " -,, .�- ,�,:,:� , , ,�.�- - I I � ,, �, � , �-, 1.,: -� �:� i-� , � " � - I I �,- - ,��Il.,I� _ ,,j� - , ,, ,� -- , " -, ,,-iv , . ,� -L�11,1, .��,","�,,-,,."��,. , ,,."i,,�� t, - �-- ,"ll, -,�,. �;- -11- 11 I I , ,,,., :,�-,,; I I ,, - . ..... "',� - 1, -:- --. � �S -,* , , �, :�, T" %��,:,i ,-�: -- ,�,.� - ,,�,,- �, - 1,-A i-,5,2���,� , �'.,�-�,��,��," ,,��,,' ,, � � � t 11 �- - - �� -"�T -�tZ���;�,� � - �','-'T -, - !�,!, - 7' , - ��,,,',�',,�2-*,,`:.,�,.1 .- -,",� �, I I I - �� , - -,-, ,,,,�,, , - ,- , ,�,x",,,- �,,,,,,­7,--, '.�',,-;�2-*�,-`�,, � � �� , .", - i, - , .�,t,-, , - - - � , , - - -`�,-,-,*�, " I . - ; - .-- , I 11 - - -, --, ,,�� ',- .� ,, - ",,,,,,�,�� ,',TiL� -- , -, �. �----,,-; T,� .: --.T -'. I ,�, � -'�l v��,�� ��--TiL�rT� - -1--1- -,, - �-,.,, I -,�,,, � ,---. I I - ,, ,,� -, , � -, - , ., ---,�"� --� -, -��, -,�,-- �,�� -- iM---1- I .11, � .� -1 -- -i ���, -y ,�,�,l:"',,�:,,,,r ��,5',',�,,-"'�T�-, �-� ,- , - � �l I - -- 11 - , , � I e- �,� -, ,�- � -- . �, , � , - -,"r- ,Y--,��---,,,,, �l �- - , , �- 11 I I " , , �� . , -,�,,,, ,� ,,-, � "" -�,-�� I , , , -',,�-,�,�,,,"" -�'1'1:�,�.'��;��"-"`- "'-'-'4-'1'1`1-11,�-tl-,�l�--,�,�-�-.-'�A � --t7, '? I ,� �,-� � ,Y�"�':I�":'I,�,,", : -��, � -T- , I , ",.�,"�5,k-�,�,��,�-� --,'��'�,,��-i�'-',,'���',,�,',-',,"- .--",! , , - ".I �, --'�I�I'l --- I -,,-, -�!,':,-!-,,�-. 4��.!��, ,-- - � ,,�--L"?" - �-v-i'.---.,,V 4Q`"�,�,�-""�,,,--,,-�.,2,-,�-.�,'-�,,��,�� - I ��--;�a� , - � , , � -� 11 - - , .- I �- I -, " , "--- -�, ��- - �,��.',Z-:,,,k�'7 � ,�,,--. �,, � I - ,W ,, , - ,- 1, I ---' , ,- I - I :,,"" � , i� ;A _3! -j ,-��-�*,- -----' � -,-,,, -"' ` �'vl-'Ll, -I:--- ,-, � I I ,. - ,- - , , , ,-" `", -- -�� ,�!!,T��,-�i AT,--,R-",V,A��7 --I'i5�,"5�1�,` - - ,� , 'I��--�fN�----'---�PF�-�,r'-- I -,, ,�,-,- L, . , �,T��'.�:,-�--_--� 11 � -,I -'r.-_:PI I---;��?i!��`-1 "11 T", ,-L, ��',- 1 , � �`---,Llll- il�-1 , - : � .I- -�,-,- - -, i�� ,,,��- � - . I -�"'-,-�,-�Vl�-_I`I, �, �:- 1.�,,�i; �"-�"."��",L �,,,,� �-�5�,-�,- L�--'��-,-"�--��,�*-, , ,-�-,�,:��,-�,��-D�-,"�,��w-,,-.,-�iz �- �t-,Lu�!','-,'-,-,� T i,-, � i'l,,-;�?���, I ,Z'�, I - I - - 1 , ,�,���L­�,, � -,�,-�i�,',t , f".', , , � -,. -�-T�6,,,, - -.- '- ---��,-,--���4-��'�-`,---'-" ---- ,-,_IEW .---.,,:��,�--�--�-.--��F. -- -� - ��- �� --M�4-�.� I � �`,-,-;� ,-, -, T-,- -� I -­- -�� -1�1-,.- `,��- "-I ,,&,�'o , ��:Iz, �":�,i?��', ,�- �t -��, 1-. , I � -, �'; ,--, ,-,-�-,,,-,i��,:,-',',l-,-', - - -- , � �--, � - -�- � I --- �,A.�T�.-'--",- � - , : - ,�� �g -'--,- ". -,,-` , - , - , t a ,�,,-i�,�� ---- - - �,,�t - t - � ��`---,� ,---,�`,-_--, - 7�, ,�-,;� , - , � � M � -- -- .1, ,,i --� �,"n---, .r , I- L --- I - - I,,- , ., ,, ., , -T,� , ,,,;, ��,,,i,�---�,-v,,� ai; ,-,--,---,-��,-,�,� , :. L244�M-a� I - -- , I �.I -1 ,, I- - � - I 11-. -t -v- �� -�-,'W--��,,,�:���-, -- ,--_ - ,1�� 5, ,'I ,�',,'�,, - ��' I - I ,, , -- � � ; :-, % --, ,, :�j I , '��, . I - :��3 ,�-7-:,�,--N,4',',-O--�-,-��2 t�,-,--,--�,4,-Y_-D-,,,,- -,�,-,-�-M �'--, .6mswr�R--To�-, t���,-7 i, 7-R � , , ,- , :�t- -�:-z - `�--,"� �1`-`!�l ,��i T"-,�M, .1, �- � r�,� - T� � 71.Al 1.11-1 I� ,�A_� �� ��,-,,LtZ�,-'�-,,-,��,"-,-',�`�-o, .,'� -',�.�,Yiii-:--,- -,-,j',--._,,-- , - - �;- ��l � :� - -� , ,� -J_ N�--`- -� , ", ,�*-',:��,,��',� 1,� I : i T, .�i�� L I.. -1- ,-T Al , - �,, ;��!- ,���!�,�- ,,P, ,g'- &- A ;- 1. !:�T�-'T��-"� 1%,:]� I , , , --- , 11 T-v P-M-� I 2 . ���-�,,��,Ri, , � I j -� -I"I I 11 I I I - ---E-P'15�--- _ _ _ _ _ _ _ � ­ -- -ft � _ I � � I I � - I -,I.N,�� I , � 11 - .lc-"� �, �, �, �, , �, , �, _ , - �, _ el�-i, ,��,, ., _ I I 1, - 7 1� 11 ,L � 1�I--- � _-, " �- , I - �-­ ,� -�i,;��-��7, !-,... , -:�, : �-Ir 11 I - - 'I, - .i - I 1�-t � -� �����-�� -m Z,.--t-,��2t,,-'�ii,�!T L,��l�'�,��t��-��-'I� 11 I -Fou ,vvqLKvw<---uc---r4cs4- �� � - 1-1,� - :��� � , .. � I � - �- 1,� I � - ,, - I, , �� !� 7, , �, I � I -I 1.. I I � .. - I -1 ,�-�,,�,�Ry-_ -1 -, � - � . - I - F� - . 1:51- -,1�I --_ " 11, .t-, -i,1,:-�Iil .I.� - :1 .�l� ,- � � 1. -1-1-'--'�' N- � ,T I I ...�". ���, - - I - I .11 ,i��- 7�� .1�31-_; --1 . , � �� - - ��T�� Q. rjr�_�n- I � . I I I . -T ..�- , - � ��- --a -- I - , I � I 1, - ,, , -w -�,------� "-!�F * T, ,--� , , I � , - - � - - I �-I, I �,i - , � - - - � --�i�, -�l . 11 - , � I- I L R I'm AA �� - I- �I �I - I :� :� I,q� -1:� I , --� �, - - : I - �- .", il - � I -.TW-,- -1 , -,,ii I-,�c;;-,Z� -, '�,- - - � I � 1 �7�� .�....� �- 11 : ,� � - � - - ---, MF -"I-----1--., .* ,--.L;;-,Q-- ,�, � � � 71 - -- W-1-�--,-�:�--�-- -4-��,`-�,'-.� -, '�',�.L� ,, �%� - I � , , Ili 1, I � ,.T . i - . - -- -, - -� -��5 =y 1, , , , - I - �- .- � -- - �--`- i- ,- ----�----,---� �Mo � - I _ I I �� I � -11 I , -�,jj 1 -, , !10%w� �-- "�---�-T -- - - � -I I T �l I � I , ...tz T ,- ,M:,,ii;-�M , - � � , -I.1 .. . I ,�T: :, I 11 I �;11 - - � ,"-','- - - - - - -,:-,-" --` ��,tiQ IT� T ;� � , ::�, ��--��,,J - Z,, ,�,I� ��l� I I I - I I ��l i� �k I ��,'-',-I'----,:�� ,- ,, ��i-,ig,,i',,� �-g �,�,"',"-g-,,�'T,��L, - �l 11 � . 11 - - , . I I .I . � �I T7�' I -- �l - I-- - ,I� h -- -- - --- ��`-�"I�,� , -I -- - - , - - -- AW64-,iol -Tm^l 'il - - I -�q .-, ",, .1�- . - 6----, 1: -I�f ,�'.,�� , ,, - -1 - -`,-;T�7iT,� .,--,-E,, 'L",.,i, -- �1� , ,�l 11 I - I I.� 1,I�I, �, I . �I:%, - , i � :-, -�` ,'.- , .- � , �in,- ,�, ,: ---�-,- -�T-,�". , "�- � I I I � ,--,�,-, ,--,,-,,� ,��,�,"�'7', -," - I �:,.�� � " � �,,. T, -1 �� I , � . - - , :., , - -. - ,�,�- � �, , I � " �� I I - �, ,� , , - - , 1-1 % ,;� -----� , � ,- - , '��'-- ,.. -,,,* , , , ., -- �-T'��: :� ":!,�;T"'i ' "' -1, -�`-- �,,,-7-�, " , , � ��14 �I . I I ,�,, j,�, - - -�� -1 �. �� ,;�N- --�W�,,�-,L�i;,;'-�,-,,Ti' -­-z, , I ,, , --, - L-1 I - - - , - - ,I . I - - - ��i, , Ti,�Y,1:1,,21�-, , ", . ,� ;T,-� 1, I . I I � - , � , �" - I I � . I " � �- - - � T-- L- �IT,-T, I_T; � �� , - . 4 - - _- ­_-, �, -_',-,44- - - -'T-�!--�,-��j�� �-1 " - ::, � � -�, �, ,,", , , " - , ,, ��,��,��-�,�_,-�7�- - I � �, I.- , I . �1, "I -,�j� .,"' -� - , � ,, _ _ �7 -Z,�- ' �71- . - � � � I 1, -- iz, I-7�T_I­ , I__:�,�,- I��,�":- - , ,��,,._� ,.� � , - - � �� 5 - �,� - .� . � ,­ __,,,__,i� , 3,-,- --�, 11 I��,,, ,, _ _ "_� - --i��- � I � 11 I � :, __ _ _,_� _ - , ---:T ,,- ,- - - - .1 �J, .: - , I�-,-�,--,,, ", - -�,,§�, , if -��17�� 0 - . .1 � � �,T 14­�;� V - ,- ." i 7� �15�kim tlo� 112�' -� ��L;ll 71��ti-l�,,�I,ff- I - ;,",'--� --` . - . 6- _'__, -- - - - , , - . , i- - ,� ;:��-_ nm-w i 1-,-,j-,C",���,"L,��-, �ig��.�� ,i�i!il � I" I I- �� I� !E : . I .I I T �� 1, ,_ ­� , I- I 1 � " -,� � - -, I ,���,�,L. ���,�,L. I 11 I I � - - " �� �7��t-- -11 - ­"I 11-,A;i �-i ,. -�,--�,,�,---7-121`-,", - , .I- 000*0-4, ,�-�-T� ,I - -,: 1: � � . I I I I I .1 I � , �,-Il � , , . -, 4-&W�-� --� - , I ,:�'- - -� I 11 �- .1� �A El ZT% - --,T1- I - - - -,- - IM -,,'- 2,i%-, ..,, ",�'-3-,-M--;,,-�ii�-- , , : , - , 44� ,-��'iZ�'-,�':-,-,i� ,� , - - r - ,�M,Ao,,�,- , , - , � :--.,i�:: - OMO"* ',.:T,�� ,.��l a�, 'A I ,. -, , -, , -, � , - , � . I - . , , . � � � I - �i. WM�- � - - I � , ,- , � --'1,11-�,�l -- '--.2-,,-,--� - r� I I �, I I I 11 I I � L� ,: � , - �� I ��M' ,��,�- , ,� > .. I 1% �l--,4�"-�'�,,�"-'.,.-F-,��",, --41...i, - -,- -- ',',,,,,��:��A-- 'I -,-,-n,,i---�,,��7�-��-'--�,'-�r"""--�,�-,`;-"TT-�-�,L,-,.r".�'-',�:��,�,�,,;�;,,�,;"T,��'-,,,�' -� q, ",IL- - � I � ,% I :i . , � ,��5 1 1 ��� �T-L,�,,-�-,-�-,.'�.'.�,,�.�'--'�,�-,�.�,'��I I - , � -, ,- ,---,,�,- ,, " ':�:" �� � t-.- : � �� 'tlll,i- --- ,�, - , , Ti, I t5*4� -.--T', , ,12-!,,',,�M,, : i - I, TL�J.� , - L - - ,�S,� � - ��:% I I - �:�,!�,7-�; --- 'g - �,f -, - -, - --�� , T, -,;� , -2�-4N�iTT�ka3- I . , , � -- - -# ,, - , I . . - - -:,,'l---;;R�- ,0��*;-,- -,6**4�6��14,���',',i�,--.;�,.,�-- - - , , -i� ,� --�� 1, I I 11,1: - ",��'�"J, ,�L'! "',i,�L��Ti�," � , . ,- ��,-,-,-i � -.- 11 - -�,T,2-s,,�,,,-�L,:-,R'-�---,-2-,-�-,--,-��,-�,VT--,- -�-,.'�'�,L"',-"L"�-T�--", -,-,,T�7?,zT`,�-T;�6�, � - - -� , - � -�N04W 11 � � ,�-_,-�, � �1.-- �, - - -1 I-,�11 I- ��§ :-. , -� , "- a3 1,� ".� - �� � -.�, 7 7 - -- �,;S-- -�-'.,`�.�, ---.,-T2,-,,-�T"-: ��g I - - --1- , --,, �-,�­ � I I , - - - -- - -�!L 7 ��!��" v - `�L-,Ofm i* �T,wt�-, ---�g-- -�,-,-,��-,-�,,;,;.-,-, � - - �- , - - !, ���"-,���.,,�;�,��-,,- --,1�, P,-6��04,6";s�,-,`t4 � I �-!�,w-'P�-a_�-�,-, � I , , �C:--�,, .-! -�--�T-OiT -�,�,�-'-,,&,--,�,7,�=----,�-,.-��,z ,, � � �l :t� .�Il t I,- � -I -- � ..- �,��,,,--��, ", , - ,�� ��, tj, --- , --- � - � I 1. I -`7 - - ,%l ,��,; ,,,,,, �-1 ", .�" ,-,; ."',i - I . , - I 11 -, 11 -,� I ,i'l I � .z �.� I I � .- �- - --� I-li "I IF rff, I i��, .1, , - � ,- - " - , I I I 11 I I i4�a*�I �,-',,, ��,,-,�1,-��, zi--,-k��, ',�,�,,!�.-�,��'-,����,::--�.,*-t-,�- �,a � �,� � -� I":"i � ,I ,� "I , . ��---, 'i� -- ` --�- - -----, - ", `,,',�,'-�",�T�'-','�-�;- -`�' ,iT�', �-�- . i � I , -"V,,-- ��m -,,,-F�",Tq.:-,,,�-, -,.��,-,- -,,----7-:',i�,- _--�I-�,, ,-���,-,-,��-,r7,��,,----,,�'��-,:�,,"�:,'�---, - �,' -�,"',�--- - � T ,I � � I - � � I I �::,t �� - ,��i:, , �- - -," �,,:� �, -, '% -�-,",r--, I -�-.-� -�-� � � .1 � , Q- 6"'i- - - , , -- � , � - ; ,, � , 'i-�, - �L -'� - � �iii�:-,-I!'M - , � : , , ''" !J1 -,-�,, - -- - , -" -",-. , , , �,- -,-1--l-, � .1 :,,- I o I �--",�,,-,�,% ,,,�.� f��' - I - � , v, - �:::-, I .1 , 'T - 11" " " " " - - , , , , , � , , ,I � ", � , A A�i� � , -, I �� I , - , ", - � - �,�,,---�,��', , ," 71��, ," 71��,, -'�,V�, I : ,,, I--,�', - -1 -- - � -i 4-T-,,,,�,, ��-��---,�`,-,�ii�",�,-,�:i,',-;�2�_T­I- - �i:��,;,Z,.,�, �!�'- �-,',P- 1.��4-,-� - e -'i I -- ,,�, -- -- - ��-- I -- -I,,-�,,�T,,, �,,,---.�. �,'I,-,"I I ,� -�T7i,� I-,-71- -�,- I 1, -1--­I - � � , -, �- I'� -U� -, ,. , , -� , :-`:'i- -1� I - - � I I 4�, - - -- -,,,,�,'� ,���l -�� -:�,'.��,',' -�I��' `-.11 --"�` - ­L ,� � �., I - -- �.-�"I �,-�T�� "���,`�xT'I'L 1­,-!,�,.'��!-�,-,,��-,�i�',' -',Ti:,�i��---�7,1-*,- , , � - �l ,�, -, - '-��": -,�`Z ,,1:�,,,,,, , I , ,-�- ,��'�-,,�,, 1'4 I ,.:��I'il I I� I � - I�l - 'I'][]::, ",� ", -- -,,,'.,-,'-.,-,i,,_,�,� , , -,�,`,, -i' � - -11.�-.l-7�-�-,.,���-',, -1 I � ' L �' � . I � - 7, -7,` -'.`:7T,',, - ,- - ,,, lk`,� ,�i -�,� i��-- -, , �,6", 1;ll�� V-. �.,�,v��.'�:,T , .," � �� , - , i-' I 1, , , , ,�'I'Y � I ��l �' , . ,- ,T��I Z� . �t- ; , . � - - -�.��:�--,�_,-:-,i-��,- , � -�, ---- I :,i,-, - , -, I �71,7 -I - , "�I I�,l , I � � , �--, - - ,- , :" ,� � 6� --�,, 6 � :�� : , - _i,,�:� - -,�,��,,��,,-,�.�,-:--��-',�' ��,�-,-�,�,,'��:�,,�,,_�;.�-,,�",�-,;�, - - ,.�-- � " ,�,,,,,'� - I �-, t,I" I fi i �, I'-��,',T,-���,� 1 --,:�'�',���.-,���-.--�',,'. .,:, ,--0� ��:� ," .,", -�'T, --�-*T',:t ,-g . .i . � ':,. T�,,ii�-�"��-i�', _� , �, - ��- gj:I [ I I I I :� - -��."-,-,,T��-�------:" -`;I�� � -�`��--',� --, �,, .�, ��,O % ,,,�, .I , I -,'�-� ,��-�, -�iT -7� , -,�- �--I'---,,�,�-,-,,,,,-,�-,�'�';,-'�-��-��-�'�-����---�-,%-,,,i".,,�, _-�", - , , I�,, -�,�,�, �,�:i, , ,,, ,��:,_'-,, ,, - , � , , , ... 1� - ,���:":""."-,,� ,6�,�,�, ,�� ,�--�,�I-, �- �� �, '. �, I, , ,�:n ,-, �t, � F - - - - �-"TL - -,T,4.,;� � ,-" , - .1 - �" I .- 11-11- I-1 �� -- I , , --- - , --- , '- I �-..I ­- , -g ,,,, - , I -" - , ...�-",� ,� .;��,-:�,. �,�' ,,. . ��il � ,-- - -�-�,-� -I-��,,,-,��',,'-'-,a,�;---,`,,�-T ,',',-z',�"'.,I` ;,-t-N��-,'�-?,`��17.i'�',`�4,�.,,�-!::���-�,T��_i�T"", "- , -;�.��,,, - I ,, , � ,­_, - , T : A . �,��i, ,,�� . , -�!_' T%T.��,.,,'j-,�t,'-��,-,�,1, , I � I-.���"t,I -,�i�ll 11 , -, - " �.�,- , , , I, ,'�',-,--l":� . -,--,f-',',,� - �l , , I ,... - . " - - ,r 11 ��'i,-- .", ,,,., -. - I. , , - � IT - , � - -�, �, "� ,� I ��-.�,i�',',�,-�,,�,� -,����������,��,�,�-_-7-".,�""-",��,��:*-",-,�-.���,.-,7-�",;,� '���-��-"�,�,,,-�_:�,---,.,�,,�:�,-�,'�f,:�,,�-.--�,:�'-,,, � . - I I- - � - ,��� I I I.O,gL..6' ,� 1 1 �,�...�, I I -."'I",, j , , , - , , � . I ., , , �� ,, �,": ,, 1,�l"-�,,,T,:,",I I- , � :� ,�T,T�:,i�,,,,,�T-,�- - ',�-.,,�-� -�I, ,'�.- � �- , -- I -�-,�:� , , " �,�.- -���V--,,� , , � - , -- � -., - -�� � , ,-::� ,�- -- , - ,- , , - ,"�o�, ,-,,;!�,,,, . I � I , . ,- �� - - , - -,L, , . � � , , -1�I ., --I - ", I ., , ,;"- . � �I I I : '�.*� - --A, - , ,�, - -, -1�, 1'��z`il,�i Tl,-�.,I--��- .1 I"i��-- � �;� �, , n� .. � I � . ,; , - -,, :�,A-,��Z���,- � .� -,,,,��'-��--,i- - , ,� -- - - i'��, I I � - - I--,' �, - - � I I I ,��-�'i:', - � - , - -- I I- 1. ,-,-----!�,--�--,-,:, , ,��z�'�i',�, �, L�i 91 � �I I I I� ��I�-�T�!::-�i,�,�.,, - -- , i , I -1 E I- -�' -��,"-�,-, � , -:,,�,: � ."' - --,� - "' . �,,�--Ilcl`o'�'�,�Z,......���� ,.- ��-----�,��,`-",`,�,,,��?-',i, , ,T��',�-.���',�'�-,�, -.I--, ,� . , ;,, , 11 11 � -',,�_ �'� ... � �� ,� - , � �, ` ,---- - - - - � u , ,, I in- J,,-,,1 4",-�,-,'-",��,'�� I , , ', -�----I- ", I , *�, ,p,--,o*,' ,--�-T,-�6���,;, I I� :" ".,�,";-�'� � , 7- , -," A - �', � , , -, I I I � 'L��,'�4_ '�" , ,TT,t i'l",- , -. , , , T�7 � - , --1 ---�'�-�7 -,��,,�l,'U--2---,'-�'��-�,,�,-i,o---N��;-- `��!,, - - i I � I I - � ,� , �-,. 1 � -- -* �--T-- - � -- � , � _ , .� , --,-,,---c�A- ,-�-,OR,- --�, - J - -- %!�, :,-�Tm ',`� � :i`t- - � �i i� ,�-,� , --- ----i%! --,-� 1-11 __,_,,,,.,� Z5 , :"� I --,,���.. � --, - , , -T, -,-.,��,-�i��,� ,,�,' , !-,,, - -,, ,, I I I �I ":; - , ----�I ,-_,-!, - -1 I, � � �.,� - I 11 i, -,,��I I - - .�,� ..�... 1 '11-��l'����- - � � ,� - ,�:�� -:I�1��:",���,�-,,%,-,-,-,-��,,,�,;-j,,,,,--T�I,,�-,,,,�,�,�,4,-,-- ,- , ­, ,--- -- ,qz,, , . I 1,�'" T!�6-,-�;,-,-,1� - 1-�,i�--!',�,�1�,,�-,�- - " --- , -i"�!�.i'. -- --- I . -, - ,, � - ,, ,��,��.,`,�,�;��-,�-,,�,,P-�*,,l , I: , ,-11'1,�- e,I :-�. -�,- ,P*,'j�­ ,�,-"-i,z, ,-,-,-',' ',-,'-','���-��-'--�,,�",�, �,�,:;--_- --, - -.-�:T,--�i-;--I, --- - I i I. � � I �1, , , :',��,�, �'�Il � - 6 ,-,� --�?'--1,---,��­--;. �:- , , I I-�. I, - - , *�--,; ",-,��i, ---� --� - � , - � � I , -- --L,'? � --- _,� ,--,-,,-,- �-t,,,-,"-8 -�;,- - , -I I ,- - I � , ,--�"" : , , - �, ,- � , - ,l,,.�,�, ��,'� , � ,1,�,,�, -� - - -, - , _ � -�� , :�� , ��-,-� , i��77 R,�,;,-_��- i � IA-I,Iil-lil�, �:,;�,T�,��---",�,,--,j,.., - I I ;� - - ia,�i� , - � T,��, ,,I-:� , -... � .,'�,�-�,,'�,�,�,',' ��!:T'7':.� -,��-',�,*��-�� ''�'-,-�'�­,,, ,�� , - �' `�-,----��l 11 � ,.,� ,,�,,,-� , , ��T T�:., ,, �.. . � , ... , T,F,z j-�,,��,�,��,-*��-,- �� _ _�­�7,,_ --- �-��- ,, --1 ,Z,z I- - ',�-��:M'I�--`� :I , - - , 11-11 - - I -; � I I , I I - - - -7� ,j_ _ a T� �i- �' - -- - - -11, I'-I-�-.I-1��-��,-t - - -, '� ,-,�,�� e-, -,-� I , ,�T-. .� I �I � �, -.- I I�i, - " ,, � - - , ,-,� -',��--�,.iT -I---..- -- §�g�--, i I � , I .% , 1�1 � , � I �11, - , p �� � I � --�.:,"A--�--- --- - r�,",--- 1-,z 1. , .:" � � IT�'L�I 11 , -I- I �-� 'i,I, I i, , i � f,,-g----�t -==- ����,`- -��T. -,�-�,-�,'--,��.��-,�',�-,,�,,�,',,�-�� .i��,-`��-_,�-,-_, I I ,- -,e �I � -, , ,�,�, - :� -�--,��-X,'��,.,,'�' iM',,�- � -5�1� ,---- �1�1-il".1��cl&,`l, .. , W�- I � �-�--�,- , �1� 11 -x?,t�'�,,� i - � ,:, -1 i� I -�,)�',�- JA�i�I T 1, i.--,,� , ,,ij�� ,"--,'-,�-p ,�,--�"` ��A�Weq't'�--"�-- i , , ,� " __ __ ,z'!� -- I- � - &Aefl� _ I I , � ,Z,t T,,,, ��,���:,:; , , . -, 1-1-- � ���:, -. -.- I -, ,,.,4�'` 1, -- 1,�-1:",���,���T- � ,� , I 'i - '.­­,�-, --l"I'll, - -- '--.,�-�,� , �% I i"��� 1,-',z-7-�,-, -, " , - , , --�' ; -,11.1M --�1�----R-2,z�] , I � � � , I , I� � -� �"�.,I . -1, . ---�,��-`,--�-,,��' -', - �- , , I ��,:,�,�,,�,�,�,��,,,i,� , ,� , ,,-,���-�,,�,'�l,'�;--�,��,����,�,-",-i-, ,-,i-,- _- -;'��,�-��--­-­-.--4- - 11 1-1- I I 11"I I 1, ,�-- - , --- -1 ----,w-'. - - i. i ,�.�il� -, �.,- - -- _ -�-,,--ggg- --- %.---,�-�.-��-.-,iv�-;-,,-,,��z�I - " � , ;�I, I�. I -�-, -,-�, -, -��-,,�� ,-,,i,,-;---i'--J��"",,�,��",*& I IAEIV� - --I-,-,�-I-14�4 1� ,,%,:�-�iF;F�I�tt--,�,�,, :�tlll,- `-� '�'�,-"`,;� `,!'�': w I e- _ �:� I "--n3 i��k;,� -1,, I " c1c"I- �,��2--�-, �T, ,�,�,,�,-"�� -,�,,�, ,�� ---- - FZ7 A-1 i�t--�-,:;--- t�: - -� . , - - , , , - - :-g-� .- �-­'.,��,� �:� ,,`����' . ' L� -�, - ,� """, --'-,,,�,'� --�,,--,.-n�, ,,��-,-�'u�!-,;',�':,L,��-,-- - , ,- ,, ��,�! -li,��,- -� � 1,7�-- ,T,�Ill�, �. ,_ _,,,-,�� .:� ,, t 1 117.I'll�,�,-, :�-,,�-kl -, T� - ,,- , "M � ��, . ,- I 1, -I , --''."., , , g7 - 5- IRM-� � !--�,�,�"Nv, -� � � I,� , -- ..- -, - - - !--`�L�u4r�- T, I , - -, � - -t�zf- -1 " - 1 �];�_,�-�,-'-,�:���-�: ,'-�,,�",�j,�,,-,,�,-,�L,:,--",��-,-�,.�"-�,,,�:,�,�, -'-�', ,,,o��,tl,-��,�,,--, ,I--'��,��ir;-'--t---4-,-l-:T,--1'20-_--� z-n� 11- I I -!- - '-I ,",,., - -, , , �T � - .- - ,,, �, - - .,I -I- -- , --�'1111-- - _, , - P - 1, �; ,,_,,, ; 11 ,,�il- �l I�"�,��,1;7, --,--�---,�---11-11�---� --1-1- .... . --- - i � , . . � , I - I I I � TL w I - , . � . I I - 11 - � � I I , �I I ILL I I--- i�-�,O'l I I I,- I , , - - -1 I I I I � �� �� , . i�,,I-- S' �11 �- ,- i i - _:i��,- T�-'-!,-.Itl -��-*,-;�T��--Ia�f-;�M- --,,:P,��, 1, � - 11 -.�v ',�, Ml= � I , "- - , I - � A , I �A�j-,I �I k ,-,- -L , - -,47-,*��-� -.,'.",�,� -1:. 11 - -1 �li -�l - .4 ��-I�-N 5 � � rT I , �, mxv�K -,-, � - � 1; " I -�- I ,, j � -,I --- I 1� ,iii ",-", - 31 1 vw�m�-n,71,'N' I �,;`-11, , 'I,,� :��,.vq�-,�t - -,,-� ��-,',. I I- -, I 0,, - : 1� � i �, �-,LT,4 V-,;�q,,n . . OL�jv,--V-�'Ien,Y. � T-- ,',.,P�, " 11 - � -�--�� I I- " --l- 1, , � I � � � i 1� , I 11 i -i I I � � , (t IOC BOLTED TD uRCWELI " r O4K WEt.t_ TF HRNO RRIL W C SEF_ Ow&4 TP1aN 1 P.= �;,RiHbLP T413t- Fb{Z EKEtT10N /J-: -1 - T(olll PRINTER$FX"RO T 4072.'_5 IOE - - - — - l 3 W1 4'Q5 VENT toR 10 zz r4a ea afJ oc W� 1 ta: 9a O W 1 Ft ec h I =Y7 ^. L EL-EV 93mo HIGH 1N4�1 lltl0 sS a RIM 'FB - _ v j i /4N� Z 5 SNEIL Fe'a-7 s z 1�6Rax� i(I ri a I V I 1 I GB 1'C ' 5 SwE.LL Fa's -15 z I I ca 2Fe — �y. *A1:a9? (p SHELL M's 1 S 2 %� _W�ftn trig n I �.cv 8vee 1 ( 1 r.. F r 3 GIF21']E2 S6C.TIoNs SR , -. F- - - 1}.4"" 1 `� Ba-r�oer,cE's r,c c jI 1} } ` ! � � I F? ! w."F-u7TEO i'es Ic ���iSIR-lilF��i.,t.�¢Ft�--�1 ►JF1' #.. -� -c-�, 3� c�..��s� �#.�IM WJ PRfNTF-Tiu NazzLe i ►r1i i �€- � L t5 FRFIiEO ._, " ,Q RNLHOR 6oa-z5 � --� ! IW 115 1 'ti E_Sq FaR flR6E FZ,ORi6*rt}'R SIR ` _ _ I t 11 �s } I . .'.. .:. � 2 568 oRfs,r11NG �10 RM EI.ECleela_t,� �} 3 fcl 5EE DQRWINr. _MI FM WRLKVSWf Eec_TION _ b � - .: •� _.,., _: .: - _ _ _ ��.?-, xi7R 00.YW r11 EREC'nroi �.s k �. }'{aFE OFtR.N1F1G - 8-fFC V j I I NG 1S F4;�'RaR,f�tRcS IAN IN'f'fcTTOM - .�` � 1 1 1 R fI I `!1 I. 1 IJ�F4LRE0 R5 ` I 1 !I i, t }CRTHOOIG PQOTEGTIG�N t } Y 1 oil L i $ F=ouNO _ tJ clp.}N6 (RS NCTTEO:C!J �IAfa E Z S s=s`rc r i a < - Et_EV.844.0' 1 1 Ri V. TV y= z � -t s , s — i e _ ////// ►►►"' i � �� 4 I\ N' +rJi_ BOLTED T(7 OtZ`CWELt. , I !q t- SEE IY.',fi 4 I IY ERECT ON I 'R`I:V O�� erHl3us-r 10a M 14(p DENT IOR O -- m_ G� I f22 t£s 8R ttN{{ r _ ji 1 t2 9 Y OW c G f W 1 R. 0C 1 Fe U!GN iM4'(*,'i LINE .}9•a•3g ! 15 RIM 4] 1R r 1 RIM '16 I i 1= I I ILA 4�#vfe _ '�- a` 1 y 4. .� p U U T O�p,Y CONE FE 5� ! l ��zv BRPG try' I 1' I I .1' ii i 1 (',: 3 GfROBIZ SECTIONS 5R I R'RS_�' .iRiT-fI*^'T�•-��""_ r S nl I ec zoK. 2's c c H�i�i_� _ [- J t � _R �z y P1=14'-7a 1°�t+ {C pCtl�iliPr - =ta � � '�— rau�mr►� ,� OP��-iC YTS"4n ..H' C i !. { 4 I: I• w{PA1HT@z5 Koz>•F �( ll�sti.'!/¢ II r Zw t2) Iq r � � Pt# - - . FLLf{EO 4 Nc.1oa so -cs � s lu ( j —r— ._ -- ^5R �oR Ori6E F! ORIENTRTON. ".3 4. t j i 12.SEE ORRWfNq Ef0 FOR 13 .:.>g _�It FbR WRLKV+ EeKTicea RRwtIHG x,12 sac' ' 4 � _ FOR ta,lpnF--.ce6C { IB 3CC OR,RX✓ING CN7• FOR HOLE w TIOK tN floTTOM I I r ,2 --to s � v ' {i I { I I' /'15 FLUTED FS'g I R �}. CRTHOOtC PCOTEGTION I �"-� - I W/PCOr+ I ELEV 841s O' t vw�p Tc z a- 4'aQEm - _ f!_ TYP SPLICE Ta 46{Db 6E SMOOTtY FIND ,M � -'SM '�`�� .K'N LINE q <• a 'F4-175 NOI2,z �4 - ,� �.-753 +. . ¢j,-f03 'Y1Ci bi 14 2-1 4/ 339 u,8 salRD� 4&-102 '-, 1+ B _ 1 'YtGt a 7Q7 'tE E � 4 INTEWS LUG D491 _ - 8 SHELL F2. STIFF 7C R =..22= 54•G2 I SHELL Ft STIFF `-` TK s o f 4 PRINTER'S LtJG TO T1t.BTAA �T- � � r ntr 54-63 - 4O' RY1H lam s„ z 3E o LIPPER 9'ONLY 5r�� Grp t9Et_D SELBtENCF ,� Ea�-H 90D HEAT N - its,2 '. Gw#4a MILE- PRE ..'.o 300°F j R,wc • CYE - _or 480• ,o 71 6 %-110 G1 R, ICE ° `5TWV Rr S To 8 3 40• z�9� �i 8f/1Ati 1SiW TRIM_ .. Ta1Q,F$."5 �aIT=C col spsct_ �� -r y •71'C7 �T vc Ta7 F'tY - o IS.FLU J£ +Fj coaocrtscase .cslueaG _ is 12.R E 126 TO FL2TTC� _ __ 41s.:l Ol EL'AIC JO s 45° ., n 40° W J ° (.o9•SQ R R 5 ' � O - .:- KRliORgle_S '• - �:-�. �- 9G 339 R G!1 tnZ Otts 4 s. 32 E 7018 I SF `, .•. FaeNn��P1F3.T6tDl.T'YP -}�EtIT_a9-E{if TLY-LQ.- .flB-.:'� _ - _ - A GIRDER'TO 4 2 eua 1�./1'Z'ift1P Fi�3 #iR1i - ' y _ COWME 4 �Cs�1:V�MFS SP'gceD 4D• gPFlRT tp. .-r SEE DFTRIL"p" _ S CI'10N"i7 � I • R _ t ` NON-SKID PRINT ON ,. RRSR ENCLOlzem BY' - 1, HRNP 2R,L_19G _ � HRNO FaR,LS : y- l r KFUL TO ROOF ..a - ,, ..:,. y .: - _ -•'� •+ - F)OCF P � - - OF" HRN�=RR\L TO''R(.1oF �' NOTE 1.•,ca.�ViRN4.F?fi4•T'O - Fa+��:oSR0211V�i,F RIN'iHR3• R=5�0 El?p*A s�TK ; � F- r N01Z1.E�YENTs RNQ D�STRtICT�ON _ � � k , � _ Tent BD eo �� �R•f�BS.tST xdL�LE SGGTtON B-E J ROOF ws 8 F/BD�BC TENSSD4 - i RiNG �� {.444 Fq LERVE PLLT 1N gF'16R y4 WELDING RRFTER Ta Cu -- ' sNE: :y% I RDM �1tY�iEOS�QIYYt tMZ.: - } I� PIT VP HDLE NO MOLT rlLGWD - - - x Ga►1MAiE liM�E 1'RN'TBAL �` F gDDEq RnF�:cu �r�cHGb xigo' Oat , '..- ,-.Z .: SEE 6YWC E-'1 -FOR _. - - - __ _.. _ I 11_ I II. 3'-i. 3'-2 ll 1 I _ 1813 - .. a - .. .--- -.. __ . ..-_ . ., - - ` 18C :, .. >dS IAe ., 1 ' * .: . I - M u - 4 /4p �11�_ . , � ,-,�:-, , ,� ,���,I I . I 11 � I �-- � "11,":�� I-,_�, t :� ,t:.: , , I � I 11 I I �,I�,.��,,lk, . �. i 14H v - . i wR 34 fl - /}q -1. _ - .` ., _ x 14F� '— .- _. t_ lDA HYDRO3TORNO.E FNC.i: .i cw, III:::. �,��',�-: , ...�,�", - , ,� ,--,,,,,,�,�-��:,��,,,,,,, , ��.�:1`--_1�'�,'�L�'l�`,L,'L"�j��,,:, � � -11,,I -- ,, -gk� � I � - 1 - !Y GlE GDIFWHAIEGCyE:—RM!(LN.''181V.9061 DFRNN - �o -��t a .. ., 500 M GAL H`CR�iPlt.tflR ui Y . � x`1�11+}I AOORO T33Sf.F �bc'!'7C►! DQ.Q- = q Ct_�/2?s�e34a 6IKtRUU�'�IEaS. -: - _ .__. _— _ _ . -- 11 !+ la5 l�r 3i envy ' TK at 3 • ��s Lis_ —;r 4•tY y -F — _ _ a _ : , • ' 3t'3�-`w` t -' 7"`rte t A - •.�„ 1 .. : e • r t � L Xi t _ - 1 ' 3H r Sab a 4# -S^r ♦ 4 _ V 4F _' .,y,tz+ •-.-t � :; _ _::. �_��v .�.��t' �� ,__ ._.gam __ StG MFM M ' r Ho � x - „ 4 � _ arm .,. - _ A i } i 0 i x t "- - ,a � 1 SEC i0. -F LUTE _-_SECTIO% THRU_F'LIJTED CO��tTiN sl TYPICAL FOR.' N6 Z_.-' - - - € - RING, NQ - � � 'TYPICRI. NGS - i 6G!�t4 A � .-.�� �"� 3 � � .• - � � � �. - � _ L6VRTIONS RRE FROM TCP,av FOUNhRTONS El.�y- 89b.0` OTE E_ _ s ;vye TYRr; { f P j `£ i V lj 3o \ l4 3F TYP.&b STIFFE1vEoeS z 5FM OWG E-1I F' Ft MAgt)2R­S WAl_1CWRY EREL1lON " ¢-ir 12! gt.0w mil TfP dry O W PR�rrfER rAA4NM c �a + 3C b �w STS ° m BF /.3M if VA.MUS sEeTlG/v r3 ,L T!P TYP.L'STYE ROES 197 4G /3 o d .. q•1 m f f 1AS/OC OF _I ,e/NG 2 b 2_ r Q+ /3M _0 0 4F CP GF was � tD °110 �� t s 9/6 ��.aF FOUNCWT/aN N TYPICAL HANDRA IL NOTE 5 4ALaDE2 MAT'L T6160 WELD SPECS: AWWP. DipO-73 ,BUNGS`-;PGO t SPACING SEE DWG E2 F•De 6ENE,j�AL MOTES A -' /_ gpC, SEE DWG. ES FD,2 Q,e/E'N7ATION B�ACKETS� Ab POM HYDEOSTORAOE, INC. .nowt YIy)103733 i _�{. lf �Ll/�r� E G _A . I , _ r - „ �,, r }`.- - ti- h t .r, 3 _: - „v d - L .. :... is... k:_ _ - 1_ , :. ,. ., .. -� is_.,• —..,�-..`}?t.,,.. - er- $ - _11 -.. .. - t _ s r. � � ? - � ,tr. .. r. g a f ..' ,.. R Z a ?� t -,., - _ a " .. -. _ ..F x " .,, ,: �.. ?, .�. -3:.-_.: t�'s :}i ,c.Y - r4F::. 9 t- '�: - ..,.._s ��� .�.._._, +` -,€mar �:,->. - f�„ .. -_ ..t±z '". .,+ :� 5_ - ' t' " s + - x „ -1 - , "sn? - � - -:'rte r'c , s-.�a-F- , z_ ._ - _ (}j' :. C - _ .�f - _ _ - _ . Z - + _ _ _ y _ . r ., , .> I r.,,. _ -i _t ,.-.. _ -;"� .a j i } r .V' t± - , — o r 1.g .-_ - o. _., _ _ -s_ _ - ;. - - a .. _ .. . . - �.._ _ -,e _ --.. _ -- ._r- —t f' mo=t z _ ✓.- +..I 'L � 3 - -° -- sue« =:. t If II _ 2 - .- SECTION A-A _ -- . Y . k- , --. ;G _ ,- ! 1 11. .. _ 3 I 11 I - - : _ ' Y c - _ - _ _ - _ .. }� _ C 2 '- io-.: _ .". _ v-1-1 a >t 6 1_ .- F3 „°� x - s Y , :, 1 1 !t: 1: wISw '� 1 „- . , , e � qh•_ y4 3 ,_, r; 4 v , '__ _ E. J ... 3LAAfo'-$�T�_ :_- 2"1g -PRANG TD�1_ 2 �.f-3'__-_ _ _ _ -,y ��' ' S I . r - __ oo,a� ,4a�a os . - T - I H'(C¢GSSOPA6fi IL - _ - ti p.tm,NRME R: ._ - - Z �3`�J' 7D d.HffAOHR PTn - ` .' _� 4 {!1 �_1 - - _ .- - _ _ rte; _ , 3 _t N o hR Id Q M1 4 4 .' s I - _ _ ..., - € __ t5i tibu�lrOt.f pr — - Igp �, �r�) /y1 y� _-__" - - Vlf� �'�1_ �F _ - t _ `� BL= _ _ -ice/ ¢ la Y L A° IEi� . - �_ NOTE o - !8E �ss�r—__ ��zar,.E I UGd R:-REPV BLL 6Tf_>.I�,isL� - `�(b-n t'{SE.S �.. e.. z. > I l�_._6 s ' - FRHtAE TD7$� 7SDTo z rg /*�— + 4 wac`r rc_., -- iaR_ CRtlCF��ETSNEET•r— . mp) - 8A - TN.D OR,COQ RL it -D R-V ,{� 4 �P) IG _ : t I 1, FaM NTDEOS'TOEAOE. INC. wrmris cw O,R 4 14�,) . YI! W CONt�1t OM RADOM TQK JAN _ W i, _ E\!1 =flR>;33�0 S7EE�..1 R -E-� I L, a Q. µ - - - �-- - �; z � �, s _ w �_, - �, .�' --. e � � ms aa - S ,: � ��x R "�[�7,A er _ — y_.._. Nwc EE E V. 43fo.0' I I T14. I I I � I I 1 1 i /6A /6� SCN.6lJ P/�E DRYWELL mi O I � 1 s ` i I BoTTC rM 4 . 1 I I 1 I a 16A I 1(° WL Q3 3LZ /l 04 P/PE AWAETeA7/ON 711eli BOTTOM 9 /6"o 90 57D.WT. —16tH i .m 1.2•WEU)ELL 5N6,EbUs _ �oB l -lYo�id X 9D°S1A L 42.WEtDELL /�y Sotq-F[EX 5TD , CAV{l7LUTAW FLG.EXP. Its /(off a4AIdE5(FF) JT."G47#oy-KOO.� /5b s4bO-,nV TYPE 09 N (45 /6 R 0 TOP FOUMpRT1Oh1 yµ plPP-W gy FOUNORWt4-_ h i RIIO.lIIp111m AT PDM HYDROSTORAOI, INC. Ara'+>mA} L IIEt CONfWMTE DIM—FXAMi .TEW.37061 DRUM .REED RHONE 1619 7463711 cwau 314. 111,11 500 M.GAL k YDPQPI L LAS wimm W E'8 xnfRw T XAS 7 ILI 7 e4 —SEE DEM11- A:' RJQ SHED BY A,FTI3:PL1"S M ELECTRICAL SWR-e6AMZ9676E 1� / -- 1 LAG17F�A,�QOKE ti j B�C?ftGl'E�'-aE3'g9� +�3SXEET � k� l�tbx3X 340 1Z_ -- /e1i5TA�[i �Y /{Y AS INDICATED dN ELEYAT/QiNEIfL7'•P2 A4LJ F � _, 8 WRY SWITCH t c I N WADS,6AY - PHOTO F1.FLTR�C CEIl . Lcl FRCE WIN�Q4 NDR"M _ O „. O ,: _ — — —— CONOENSRlE CIELING 3 f2'S 12U EG StCO r - FeEN?RIM RS ESYo G�P�IN6—F1RNlSHEO _ J ( Q r INSTRLLEO 6Y 4+YORO3lORRfiE . a Uo yOLT pt]PLEX RECEPlFICL.c f k FUSEL QISCONNElT,SV117CH Q 7UNCM0N - q BOX TO OE M IMITS0 ON 6LELT kl:AI PRNZ �G �RCWEiL - �„ 3 WRY SNITCH o _ DETR1L R Rag _3 OUPLEX OUTLETS -"oPF�ED 120'RPRRT IN La9;sE.__ ..... (I(Q�:OaRT'S 1ZU c 12v FURNt'a+EO . QY H[DRO,TOQRCnE NO= (/J WELD SPELS: A W WA Q-7QQ-T3 12 AL L N14T'L $LA We F20:2 E7ECT,e/CA1 N ek-d Y RZ),W A1YD.B�S72M-6E_ ELECT•P/�L SLlB-�ilIT.PACTD�P UNLESS DTf/E,PW/SE INDTEb C3J SEE E*N,61,1,cZ e>:S PLANS 8 S,4PFCS.A22e e2WOZE7E 0E_-Z 1P71e9N QF ALL EL6"CTZJ'6A1_ MOO-A 61-PLAPYZAIr (4J D$SMUCTfMN LIG,UTS TD BEc—OM7430LLE'D6YA/VAPO.2D✓ED MM PMC�AT ELECTS/C EYE CGWT.L�DLLE� SYSTENJ PDM NYDROSTORAOE, INC. MWmATDA?GLV CONFEDERATE DICE—FX4WJN.TENN.370" DRAWN l Ca. i-rigB *K"16153 790= agMED LON ITMA 500 M.GAG HYO04:)P/L_A2 N0- SF1�zA1Ftw TEXAS cT N005 rn �� R LECTiE/CAL D/4G�AM c: v 2-7 73 48 / f r J � - T. _ - - ' � 1 t , law lap i 723P QF'WALXWAY +� F J 3 \+ a n 51� cc 136 131tr MAL W111, ..� rte.- _Yi -O I -t: yj .. _ _ _ � � '�! - `�' �za✓Te. — 1 �(^/�. '13 ZUT 1 13R � 1'fP 1 135 PL,aN VIEW-WALKWAY I f 3 x erLcw • 3 _ B K 13K I3J ¢F /3 A s4' z� TYH i4 /6 SECT/,ON B-B= PO IA XYDEOSTOEAGE, INt. �r�rxrwrm AT--LV t _ CDNiEDERATE DINE—HAT)CtN.T@1N.906 DRAYfN o.: —'►v �xY DHOW 16161790= CHECKED JW4 54G M.GA. i-r YG2GP/LLAt? MAW1NG W E// SFKaTNRW E)CR S _ - a EPA' LY�f GL V- : M4 3. Preliminary Evaluation and Assessment Report — Lake Country Elevated Storage Tank THIS REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK } CITY OF FORT WORTH Lake Counny 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 i ('OKLEINF-ELDER Bright People.Right Solutions. October 21, 2013 Fort Worth Water Department 1511 11th Avenue Fort Worth, TX 76102 Reference: PRELIMINARY EVALUATION AND ASSESSMENT REPORT Lake Country Elevated Storage Tank Dear Mr. Harder: Kleinfelder has completed the authorized site visit and Preliminary Evaluation and Assessment Report for the Lake Country Elevated Storage tank located at 8515 Spring Street, Fort Worth, Texas. Our assessment is preliminary and does not include final design for the above referenced project. This preliminary report includes the results of our visual findings and testing, and provides general rehabilitation recommendations for the Lake Country Elevated Storage Tank. We appreciate the opportunity to provide our services for this project and look forward to the design phase. Sincerely, KLEINFELDER CENTRAL, INC. TEXAS REGISTERED ENGINEERING FIRM F-5592 u L. a,• Orr+ r l Lisa M. Larson, P.E. Sri Dinakaran, P.E. Project Engineer Project Manager 136136/AUS13RO437 Page 1 of 1 October 21, 2013 Copyright 2013 Kleinfelder 1826 Kramer Lane, Suite M,Austin,TX 78758 p 512.926.6650 f 1512.833.5058 (OKLEINF-ELDATR .Wright People.Hight Solutions. PRELIMINARY EVALUATION AND ASSESSMENT REPORT LAKE COUNTRY 500,000 GALLON ELEVATED STORAGE TANK FOR City of Fort Worth Water Department Fort Worth, Texas October 21, 2013 ;. .................. ... . . LISA M. LA e/ 9 11153%5 r° ° Q .r 410ENS �a /2i/3 TEXAS REGISTERED ENGINEERING FIRM F-5592 Copyright 2013 Kleinfelder All Rights Reserved ONLY THE CLIENT OR ITS DESIGNATED REPRESENTATIVES MAY USE THIS DOCUMENT AND ONLY FOR THE SPECIFIC PROJECT FOR WHICH THIS REPORT WAS PREPARED. TABLE OF CONTENTS SECTION PAGE I. BACKGROUND 1 II. SCOPE OF WORK PERFORMED 1 Ill. ELEVATED STORAGE TANK— GENERAL 1 A. Exterior Observations 1 1) Foundation and Base Plate 1 2) Pedestal 2 3) Roof and Roof Accessories 3 B. Interior Wet Observations 4 1) Roof and Roof Framing 4 2) Crow's Nest Platform 5 3) Interior Wet Bowl 5 4) Access Tube and Interior Piping 6 C. Interior Dry Observations 6 1) Interior Pedestal - First Floor 6 2) Interior Pedestal -Second Floor 7 3) Access Tube - Dry Side 8 IV. SITE OBSERVATIONS 9 A. Police and Fire Stations 9 B. Residential and Commercial Properties 10 V. TEST DATA COLLECTED 11 A. Metal Thickness Test Data 11 B. Coating Dry Film Thickness Test Data 11 C. Coating Adhesion Test Data 13 D. Heavy Metals Text Data 13 1) Coatings 13 2) Soils 14 E. Standards Referenced for Testing 15 VI. RECOMMENDED SCOPE OF WORK 16 A. Exterior Work 16 1) Exterior Coating— Option 1 16 2) Exterior Coating — Option 2 16 3) Foundation 16 4) Pedestal 16 5) Roof 17 B. Interior Wet Work 17 1) Interior Coatings 17 2) Roof Framing 17 iofii 3) Crow's Nest Platform 17 4) Interior Wet Bowl 17 5) Access Tube and Interior Piping 17 6) Cathodic Protection System (CPS) 18 C. Interior Dry Work 18 1) Coating Spot Repairs 18 VII. OPINION OF PROBABLE COST FOR RECOMMENDED SCOPE OF WORK 19 VIII. REPORT LIMITATIONS 20 APPENDIX A— PRELIMINARY DESIGN REPORT - STRUCTURAL CONDITION ASSESSMENT NATHAN D. MAIER CONSULTING ENGINEERS, INC. APPENDIX B — COATINGS TEST REPORT TTI ENVIRONMENTAL LABORATORIES APPENDIX C — SOILS TEST REPORT TTI ENVIRONMENTAL LABORATORIES ii of ii PRELIMINARY EVALUATION AND ASSESSMENT REPORT LAKE COUNTRY 500,000 GALLON ELEVATED STORAGE TANK 1. BACKGROUND On August 15, 2013, representatives of Kleinfelder, Boswell's Consulting Testing Services, and Nathan D. Maier Consulting Engineers, Inc. (NDM), performed a condition assessment on the Lake Country Elevated Storage Tank located at 8516 Spring Street, Fort Worth, TX 76179. The assessment was performed to evaluate the structural integrity, degree of corrosion, and paint integrity (internal and external) of the tank. II. SCOPE OF WORK PERFORMED Exterior observations were made of those areas accessible from the ground, ladders, roof and interior of the tank. The tank was empty and not in service. Photographs were made of the observations and are included in the body of this report. Appendix A contains the structural condition assessment report from our structural engineering sub-consultant NDM. Appendix B and C contain the coatings and soils lab test reports from TTI Environmental Laboratories. III. ELEVATED STORAGE TANK -GENERAL The Lake Country Elevated Storage Tank is 500,000 gallon hydropillar constructed by Hydrostorage Inc. in 1978. The steel bowl is supported by a steel fluted pedestal. Based on observations, it appears recent modifications to the tank have been performed that include the following: • removal of the original roof vent and installation of a new roof vent, • installation of a new roof hatch lid, • installation of perimeter railing on the roof of the tank, • spot repairs to the coating on the exterior roof, • spot repairs to the coating on the dry side of the access tube, • spot repairs to the coating inside the wet bowl area, • installation of a new interior wet bowl ladder and safety climb rail, • installation of a new safety climb rail inside the access tube, and pedestal, • installation of Unistrut brackets inside the access tube for antenna cables A. Exterior Observations 1) Foundation and Base Plate The tank base plate, grout and concrete ring beam overall appear to be in good condition. Some rust and coating adhesion failures between the red primer coat and beige finish coat were observed on the base plate. There were no signs of differential settlement. 136136/AUS13RO437 Page 1 of 20 October 21, 2013 Copyright 2013 Kleinfelder KLEINFELDER 1826 Kramer Lane, Suite M,Austin,TX 78758 p 1512.926.6650 f 1512.833.5058 am,-Ago i Concrete ring beam, grout and base plate. Coating adhesion failure and rust along the base plate. 2) Pedestal The exterior pedestal coating appears to be in fair condition. Rust and adhesion failures were noted at various locations on the pedestal. The coating, observed at ground level, was heavily chalked. Structurally the pedestal appears to be yin good condition. The structural condition assessment of the tank pedestal is addressed in the NDM report included in Appendix A of this report. A condition assessment of the Painter's Rail at the top of the pedestal was not performed due to lack of access. The overflow pipe penetrates the pedestal wall near the base of the tank and discharges onto a concrete splash pad near the corner of the Fire Department vehicle garage. The flap valve appears to be in good condition. The coating on the flap valve and flanged fitting is in poor condition. A drain for the pedestal interior platform is located on the West side and discharges approximately 1 foot above grade. The drain appears to be in good condition. I - } Rust areas on the fluted pedestal. Overflow pipe, flap valve and concrete splash pad. I136136/AUS13R0437 Page 2 of 20 October 21, 2013 Copyright 2013 Kleinfelder KLEINFELDER 1826 Kramer Lane,Suite M,Austin,TX 78758 p 1512.926.6650 f 1512.833.5058 3) Roof and Roof Accessories The existing coating on the roof of the tank is in poor condition. Coating adhesion failures between the finish and prime coats were observed in numerous areas. Areas of bare steel were observed and the coating was heavily chalked meaning powdery when touched. Corrosion was observed around the roof hatch curb and Cathodic Protection System (CPS) handhole openings. Structurally the exterior roof appears to be in good condition. The structural condition assessment is addressed in the NDM report included in Appendix A of this report. A single roof hatch is located at the top of the access tube. The roof hatch lid has been recently replaced with a stainless steel lid which is not coated. The gasket is not properly adhered to the inside of the hatch lid. Overall the roof hatch lid and curb appear to be in good condition. The original roof vent has been removed and replaced with a new roof vent offset approximately 45 degrees from the previous location. The new vent consists of a carbon steel vent neck, stainless steel hood and screen and is in good condition. The stainless steel hood and screen are not coated. The new vent was relocated outside the perimeter of the internal compression ring and a welded cover plate placed over the original opening. The center portion of the roof is enclosed by perimeter railing that appears to have been recently added. The railing encloses the hatch, vent, and obstruction lights and is in good condition. Three third party communication antennas are mounted to the vertical handrail posts. Antenna cables are routed through a coupling in the bolted plate covering the access tube. The antenna coupling is not sealed leaving the access tube open to the environment. An assessment of the functionality and condition of the communication antennas is not included in the scope of work for this report. Two obstruction lights are mounted to a support post on the roof of the tank. Wiring for the lights is routed through a fixed conduit between the access tube and light post. No deficiencies were noted visually. Overview photo of the roof and roof Typical coating failures on the roof plates. appurtenances. Note rusted areas. 136136/AUS13R0437 Page 3 of 20 October 21, 2013 Copyright 2013 Kleinfelder KLEINFELDER 1826 Kramer Lane,Suite M,Austin,TX 78758 p 1512.926.6650 f 1 512.833.5058 B. Interior Wet Observations 1) Roof and Roof Framing The roof plates and framing were observed from the Crow's Nest Platform. The coating on the interior roof and framing members is in poor condition. Corrosion layering was observed on the bottom flanges of the roof rafters and at weld seams between the roof plates. Advanced corrosion is occurring at the top flange and weld seam of the access tube. Previous corrosion pitting was visible on the roof rafters, roof plates and the access tube above the high water line. Structurally the interior roof and framing appears to be in fair condition with the exception of the area above the Crow's Nest. The structural condition assessment is addressed in the NDM report included in Appendix A of this report. A Cathodic Protection System (CPS) is installed in the roof of the tank. An assessment of the CPS is not included in the scope of work for the report. Corrosion on the bottom flange of a roof Corrosion and coating failures on the rafter and rust on the roof and shell plates. access tube flange and weld seam at the roof. f Corrosion and coating failures on the roof Corrosion pitting on roof plates and rafters. rafters terminating at the compression ring. 136136/AUS13RO437 Page 4 of 20 October 21, 2013 Copyright 2013 Kleinfelder KLEINFELDER 1826 Kramer Lane, Suite M,Austin,TX 78758 p 1 512.926.6650 f 1512.833.5058 2) Crow's Nest Platform The coating on the Crow's Nest Platform is in poor condition. Significant corrosion and coating failures were observed along the weld seam of the Platform and access tube. A hole was observed in the platform between a welded plate seam and the access tube. The handrails overall appear to be in good condition, however rust and coating failures were observed on both horizontal and vertical members. A door separates the interior dry area from the interior wet area. The door appears to be recently installed. The latch mechanism was not functioning properly at the time of the evaluation and therefore the door does not provide a positive seal from the outside environment. Structurally the Crow's Nest platform is in poor condition. The framing and support structure appears to be in poor condition. The structural condition assessment is addressed in the NDM report included in Appendix A of this report. f i The Crow's Nest door does not seal Underside of Crow's Nest Platform. Note properly against the Access Tube. significant corrosion at the access tube. 3) Interior Wet Bowl The coating on the interior wet bowl shell and floor appears to be in poor condition. Pitting was observed on areas of the shell and upper sections of the cone. Portions of the floor were not visible due to a layer of debris. A bowl hatch provides access to the wet area from the top platform in the pedestal. The functionality of the hatch was not assessed for this report. Corrosion pitting on the shell plates below Corrosion pitting on the cone plates. the stiffener ring. 136136/AUS13RO437 Page 5 of 20 October 21, 2013 Copyright 2013 Kleinfelder KLEINFELDER 1826 Kramer Lane, Suite M,Austin,TX 78758 p 1512.926.6650 f 1512.833.5058 4) Access Tube and Interior Piping The access tube extends through the interior wet bowl of the tank up to the roof. A stainless steel ladder with a safety climb rail has been recently installed in the tank. The interior ladder and safety climb rail are in good condition. The overflow pipe is mounted to the access tube and the overflow weir is located just below the Crow's Nest Platform. The inlet/outlet pipe is located next to the overflow pipe and terminates three and one half feet above the tank floor. A single drain is located at floor level approximately three feet from the access tube. Corrosion and coating failures were observed on the access tube flanges and piping at the floor level. The coating on the access tube and piping is in poor condition. i 1 Corrosion pitting and coating failures on Corrosion pitting on the overflow pipe and the access tube and inlet/outlet pipe. access tube flange. C. Interior Dry Observations 1) Interior Pedestal - First Floor The first floor of the pedestal has a concrete floor and a ceiling formed by the second floor. Entrance into the pedestal is through a double personnel door in the pedestal wall. The door opens to the breezeway between the tank and fire station. A fixed ladder on the pedestal wall provides access to the second floor. The ladder is equipped with a safety climb rail and passes through the stiffener ring located just below the ceiling. Handrails, attached to the stiffener ring, enclose the ladder opening to form a landing area. No deficiencies were noted with the ladder, safety climb rail and handrails. Equipment and file storage boxes were stored inside the pedestal at the time of the site visit. Electric power and CPS panels are permanently mounted to the pedestal wall. A table holds third party antenna equipment between the door and pedestal ladder. A communication panel is mounted to the pedestal near the antenna equipment. The level transmitter is mounted on a post in the base of the pedestal next to the inlet/outlet pipe. Functionality of the electrical, instrumentation and control Iequipment was not included in the scope of work for this report. The pedestal walls and ceiling are coated with a layer of spray-on insulation that rcovers the interior pedestal coating. The insulation appears to be intact. Corrosion l 136136/AUS13R0437 Page 6 of 20 October 21, 2013 Copyright 2013 Kleinfelder KLEINFELDER 1826 Kramer Lane,Suite M,Austin,TX 78758 p 1512.926.6650 f 1512.833.5058 and coating failures were observed on the base plate above the grout where the coating was not covered by insulation. The condition of the interior pedestal walls could not be observed due to the insulation. The overflow pipe exits the pedestal through a penetration in the fluted wall section just above the concrete floor. The overflow pipe appears to be in good condition. The inlet/outlet pipe passes through the concrete floor next to the overflow pipe and appears to be in good condition. i1 Is :t c p 3 Tank overflow and inlet/outlet pipe inside Double door access to the pedestal. the base of the pedestal. 2) Interior Pedestal -Second Floor The pedestal is equipped with a second floor, which also forms the ceiling for the first floor. A second fixed ladder, equipped with a safety climb rail, extends from the second floor to the second stiffener ring. The ladder and safety climb rail appear to be in good condition. An intermediate landing connected to the stiffener ring provides access for personnel to enter the bottom of the access tube. The intermediate landing and ladder opening are enclosed by handrails and appear to be in good condition. A third fixed ladder extends from the second stiffener ring to the third stiffener ring just below the bottom of the tank bowl. The bowl access hatch can be reached from the third stiffener ring landing area which is enclosed by railing. The ladder, safety climb rail and handrails appear to be in good condition. A wood hatch has been installed over the ladder opening between the two floors. The floor is sloped toward the drain located on the west side of the second floor and connects to the drain pipe that exits the pedestal on the first floor. No deficiencies with the second floor drain were noted visually. Interior lights are mounted on Unistrut brackets attached to the second fixed ladder. Conduit for the lighting and the three antenna cables are supported by these brackets. The tank drain can be operated by a gate valve located on the drain pipe approximately eleven feet above the intermediate landing. A flexible hose was connected to the drain pipe at the time of the site visit. The hose - extended from the drain down to the first floor of the pedestal through the ladder openings. The tank 136136/AUS13R0437 Page 7 of 20 October 21, 2013 Copyright 2013 Kleinfelder KLEINFELDER 1826 Kramer Lane,Suite M,Austin,TX 78758 p 1512.92&6650 f 1512.833.5058 drain appears to be in good condition. Functionality of the drain was not included in the scope of work for this report. The interior coating on the second floor and bottom of the tank bowl appears to be in good condition and has a glossy appearance. Isolated areas of rust were noted on the edges of the handrails and on the overflow pipe. Minor rust bleed was observed on the access tube directly beneath the tank bowl. 'e Second floor ladders and landings. Tank drain and gate valve. 3) Access Tube -Dry Side An access tube extending from the second floor intermediate landing to the roof of the tank provides access to the interior wet bowl at the Crow's Nest level in addition to roof access. A ladder with safety climb rail is installed in the tube. The ladder and safety climb rail appear to be in good condition. A small landing is located at the Crow's Nest level. A Saf-T-Mount installed at this level permits personnel to disconnect from the rail. The coating on the dry side of the access tube is in fair condition. Coating failures and rust bleed were observed on the access tube cover plate at the top of the tube near the antenna coupling. Rust was visible on numerous ladder rungs were the coating was chipped from use. Intermediate landing and opening in the Coating adhesion failure and rust at the top bottom of the access tube. of the access tube. 136136/AUS13R0437 Page 8 of 20 October 21, 2013 Copyright 2013 Kleinfelder KLEINFELDER 1826 Kramer Lane, Suite M,Austin,TX 78758 p 1512.926.6650 f 1512.833.5058 IV. SITE OBSERVATIONS A. Police and Fire Stations The Fort Worth Police and Fire Departments operate facilities located adjacent to the tank pedestal. The police station occupies the storefront along Spring Street. Entrance to the station and parking for police vehicles is located in front of the building. The Fire Department occupies the rear of the building. A vehicle garage is located at the back of the fire station. The garage does not appear to be used to house emergency vehicles. A driveway extends along the south and east side of the tank pedestal and terminates at the garage. Vehicles enter the driveway from Spring Street. Fire department vehicles are housed in a separate garage on the west side of the tank pedestal. Trucks enter and exit the garage from Spring Street. An emergency generator is located in a pad mounted enclosure between the tank pedestal and driveway. tF �-• �. 4 . , u i Overview of the tank site. View of police/fire station entrance and vehicle garage from Spring Street. z t.. Garage entrance and parking located at Emergency generator for police and fire the rear of the police/fire station. departments. 136136/AUS13RO437 Page 9 of 20 October 21, 2013 Copyright 2013 Kleinfelder KLEINFELDER 1826 Kramer Lane,Suite M,Austin,TX 78758 p 1512.926.6650 f 1512.833.5058 i - i Breezeway between tank pedestal and Fire Fire department vehicle garage next to the Station. tank pedestal. B. Residential and Commercial Properties Two residential developments are located within a half mile radius of the tank on the western side of Spring Street. Retail and commercial facilities surround the tank site along the north, east and south property lines. Shrubs separate the site from adjacent properties. The tank site is not enclosed by a security fence. af ,0 Stonehaven Court residences located Lake Country Villas located across Spring across Spring Street. Street and Northwest of the tank site. A Parking area for the adjacent property on Fire station parking area and buildings the south side of the tank site. along the north and east property line. 136136/AUS13RO437 Page 10 of 20 October 21, 2013 Copyright 2013 Kleinfelder KLEINFELDER 1826 Kramer Lane, Suite M,Austin,TX 78758 p 1512.926.6650 f 1512.833.5058 V. TEST DATA COLLECTED A. Metal Thickness Test Data Metal thickness measurements were taken on the interior and exterior of the tank using an ultrasonic thickness gage during the site visit on August 15, 2013. Roof and dollar plate thicknesses were taken inside the handrails on the exterior roof. Results are shown on the following diagram: North 0.182" X Roof Hatch 0.301" 0.179" West 0.178" x East X x 0.268" X Dollar Plate x 0.180" Roof Perimeter Railing Roof Vent South Ultrasonic Thickness measurements were taken from the ladder on the wet side of the access tube at each ring. Results are as follows: 1st ring (top of tube): 0.318" 2"d ring: 0.298" 3rd ring: 0.312" 4th ring: 0.317" 6th ring: 0.313" 7th ring (bottom of tube): 0.260" Cone Plate above hatch: 0.660" Cone Plate below hatch: 0.250" B. Coating Dry Film Thickness Test Data Dry film thickness measurements were taken on the exterior of the tank during the site visit on August 15, 2013. A magnetic pull-off gage was used to measure total dry film thickness and a Tooke gage was used to measure individual layers of the coating system. Results on the exterior roof and pedestal are shown on the following diagram: 136136/AUS13RO437 Page 11 of 20 October 21, 2013 Copyright 2013 Kleinfelder KLEINFELDER 1826 Kramer Lane,Suite M,Austin,TX 78758 p 1512.926.6650 f 1512.833.5058 North 14 mils x 13 mils x Tooke x Gauge#2 18 mils Roof Hatch W Tooke West Gauge#1 East 12 mils 14 mils x x x 11 mils x 11 mils x 14 mils Dollar Plate Roof Vent x 12 mils South Tooke Gage Roof Test# 1: �y Layer 1 Red 1 mil i Layer 2 Orange 3 mils Layer 3 White 3 miles Layer 4 Red 1 mil Layer 5 White 6 mils Total Thickness 14 mils 1 Ile Five coating layers at Roof Test#1 viewed though the Tooke Gage microscope. 136136/AUS13RO437 Page 12 of 20 October 21, 2013 Copyright 2013 Kleinfelder KLEINFELDER 1826 Kramer Lane, Suite M,Austin,TX 78758 p 1512.926.6650 f 1512.833.5058 Tooke Gage Roof Test#2: Layer 1 Red 3 mils Layer 2 Orange 3 mils Layer 3 White 5 mils Layer 4 Red 1 mil Laver 5 White 7 mils Total Thickness 18 mils Tooke Gage Pedestal Test: Layer 1 Red 3 mils Layer 2 Orange 4 mils Laver 3 White 7 mils Total Thickness 14 mils C. Coating Adhesion Test Data Coating adhesion testing in accordance with ASTM D 3359 Standard Test Method for Measuring Adhesion by Tape Test was performed at 5 locations on the exterior roof and 2 locations on the pedestal. Results were as follows: Coating Adhesion Test Results: Location "X-Cut" Ratinq Roof#1 3A Roof#2 1A Roof#3 1A Roof#4 4A Roof#5 1A Pedestal #1 4A to 5A Pedestal #2 4A to 5A X-Cut Ratings: OA-Removal beyond the area of the X 1A-Removal form most of the area of the X under the tape 2A-Jagged removal along most of incisions up to 3.2 mm(118 in)on either side 3A-Jagged removal along incisions up 1.6 mm(1116 in)on either side 4A-Trace peeling or removal along incisions or at their intersection 5A-No peeling or removal Existing coatings with an X-Cut rating of 3A to 5A generally can be over coated with a compatible coating. Existing coatings with an X-rating of 2A to OA generally cannot be over coated. D. Heavy Metals Test Data 1) Coatings The coating was tested to determine the amount of lead, cadmium, and chromium present in coating samples. Samples were collected from various exterior surfaces of the tank. To limit damage to the existing coating, only small areas were tested at locations deemed to be representative of the rest of the coating system. The number 136136/AUS13R0437 Page 13 of 20 October 21, 2013 Copyright 2013 Kleinfelder KLEINFELDER 1826 Kramer Lane,Suite M,Austin,TX 78758 p 1512.926.6650 f 1512.833.5058 and locations of the samples taken may not be conclusive of the total coating system. Variations in the thickness, type of coatings applied, and the interim cleaning and painting operations affect the actual readings. The reliability of the results is also dependent on the thickness of each coating layer in the sample. Results of the tests on the coating samples are listed in the table below. Sample Location Total Total Total No. Lead Cadmium Chromium mg/Kg mg/Kg mg/Kg 1 Exterior Base Pedestal# 1 19,770 <0.136 2,244 11,040 1.836 1,517 2 Pedestal Entry 3 Exterior.Roof#2 <0.120 <0.130 4,479 4 Exterior Roof# 1 16,260 0.280 1,958 5 Interior Platform 15.29 <0.130 40.90 6 Access Tube— 7,832 <0.132 796.2 Wet Side The above results show extremely high levels of lead in the existing coating on the interior and exterior of the tank. If the coating is removed, disposal and treatment of the residue and waste must be performed in accordance with applicable Environmental Protection Agency (EPA), Texas Commission on Environmental Quality (TCEQ), Local, State and Federal Regulations. 2) Soils Soil samples were collected at eight locations around the tank. The following table lists the lab analysis results. Total Total Total Sample Location Lead Cadmium Chromium No. mg/Kg mg/Kg mg/Kg 1 Soil # 1 4.985 <0.133 3.820 2 Soil#2 11.80 <0.133 6.068 3 Soil#3 6.604 <0.136 5.847 4 Soil#4 8.990 0.133 10.06 5 Soil#5 16.98 <0.129 10.20 6 Soil#6 12.59 <0.125 5.709 7 Soil#7 4.282 <0.125 4.123 8 Soil#8 9.072 <0.132 9.221 The lab analysis levels for lead, chromium, and cadmium are low. No recommendations are included for this item. After rehabilitation of the tank is completed, soil samples will need to be collected at the same locations that were collected for the initial evaluation 136136/AUS13R0437 Page 14 of 20 October 21, 2013 Copyright 2013 Kleinfelder KLEINFELDER 1826 Kramer Lane,Suite M,Austin,TX 78758 p 1 512.926.6650 f 1 512.833.5058 testing. The soil collection after rehabilitation will need to be tested for total lead, chromium, and cadmium E. Standards Referenced For Testing: NACE International SSPC-The Society for Protective Coatings TCEQ Rules and Regulations ASTM D3359 Standard Test Method for Measuring Adhesion by Tape Test, ASTM D4138 Standard Test Methods for Measurement of Dry Film Thickness of Protective Coating, Systems by Destructive Means ASTM D7091 Standard Practice for Nondestructive Measurement of Dry Film Thickness of Nonmagnetic Coatings Applied to Ferrous Metals and Nonmagnetic, Nonconductive Coatings Applied to Non-Ferrous Metals 136136/AUS13R0437 Page 15 of 20 October 21, 2013 Copyright 2013 Kleinfelder KLEINFELDER 1826 Kramer Lane,Suite M,Austin,TX 78758 p 1512.926.6650 f 1512.833.5058 VI. RECOMMENDED SCOPE OF WORK A. Exterior Work Three of the four coating samples on the tank exterior exceed the 10,000 mg/Kg concentration threshold for lead and therefore removal of the coatings must follow the requirements listed in the Texas Administrative Code, TITLE 30, PART 1, CHAPTER 111, SUBCHAPTER A, DIVISION 3, Rule 111.135 "Control Requirements for Surfaces with Coatings Containing Lead". To help prevent the migration of blasting debris, shrouding of the tank during exterior abrasive blasting operations will be required per TCEQ as stipulated in the Texas Administrative Code, TITLE 30, CHAPTER 111 RULE 111.131 through 111.137 defining the containment and removal methods related to Airborne Emissions shall be followed to prevent a release of visible emissions of particulate matter. In all cases the Contractor shall be responsible for protecting his workers during removal of the coatings, containment of the coatings and disposal of the coatings shall be in accordance with SSPC standards, OSHA, EPA, TCEQ, Local, State, and Federal Regulations. 1) Exterior Coating -Option 1 , The coating on the exterior roof of the tank is in poor condition. Adhesion test results indicate that the existing roof coating cannot support an overcoat. The existing coating on the exterior roof, shell and cone surfaces should be completely removed by shrouded abrasive blasting and the surfaces prepared to an SSPC—SP6 Commercial Blast Cleaning standard. A zinc/polysiloxane coating system should be considered for application to all roof, shell and cone surfaces. The pedestal coating is generally in fair condition. Adhesion test results indicate the existing coating may support an overcoat. The exterior pedestal should be cleaned by pressure washing and over coated with a penetrating sealer followed by a finish coat of polysiloxane 2) Exterior Coating -Option 2 The coating on all exterior surfaces of the tank should be completely removed by shrouded abrasive blasting and surfaces prepared to an SSPC—SP6 Commercial Blast Cleaning standard. A zinc/polysiloxane coating system should be considered for application to all exterior tank surfaces. 3) Foundation The tank foundation is generally in good condition and shows no visible signs of distress. After surface preparation for the exterior coating it is recommended that all loose grout under the pedestal base plate be removed and replaced. 4) Pedestal Visible areas of the pedestal appear to be in good condition. It is our understanding that Fort Worth Water would like to relocate the antenna on the roof of the fire station garage to the tank pedestal. It is recommended that an antenna mount be welded to 136136/AUS13R0437 Page 16 of 20 October 21, 2013 Copyright 2013 Kleinfelder KLEINFELDER 1826 Kramer Lane,Suite M,Austin,TX 78758 p(512.926.6650 f 1 512.833.5058 the tank pedestal prior to preparation and coating. The welded antenna mount shall then be prepared and coated with the exterior coating system selected for the pedestal. 5) Roof The exterior roof plates, handrail, vent and roof hatch all appear to be in good condition. The handrails, vent and roof hatch appear to be recent installations and no improvements are recommended. Corrosion has occurred around the CPS handhole covers. It is our understanding the existing CPS system will be removed and will not be replaced. The abandoned CPS handhole caps should be removed and replaced with welded cover plates prior to abrasive blasting and coating. Three antennas are mounted to the handrail system on the roof. The cables pass through a welded coupling in the roof that is not sealed from the environment allowing water or vermin to enter the access tube. It is recommended that the coupling be removed and replaced with 1" couplings, welded to the roof, for each antenna wire penetration. The hole left over by the abandoned coupling should be covered with a welded steel plate. B. Interior Wet Work s 1) Interior Coatings The internal tank coating system should be completely removed by abrasive blasting to an SSPC-SP10 Near-White Blast Cleaning standard. A 100% solids elastomeric NSF 61 approved coating system is recommended for application to all interior tank surfaces. Dehumidification during surface preparation and coating operations is also recommended. 2) Roof Framing The internal framing members are severely corroded and loss of section was noted on the compression ring and roof rafter angle members. It is recommended that these framing members be replaced prior to abrasive blasting and coating of the interior. 3) Crow's Nest Platform and Door The solid Platform at the Crow's Nest is corroded and in poor condition. The framing and support structure is in good condition. It is recommended that the platform be replaced prior to abrasive blasting and coating of the interior. The Crow's Nest Door does not provide a positive seal from the environment. It is recommended that a replacement door with a gasket and latch mechanism be installed. 4) Interior Wet Bowl Structurally the interior wet bowl is generally in good condition. No improvements are recommended. 5) Access Tube and Interior Piping The access tube and piping inside the wet bowl area are generally in good condition. It is recommended that steel collars and plates on the access tube that were used for 136136/AUS13R0437 Page 17 of 20 October 21, 2013 Copyright 2013 Kleinfelder KLEINFELDER 1826 Kramer Lane, Suite M,Austin,TX 78758 p 1512.926.6650 f 1512.833.5058 the purpose of erection be removed to reduce the potential for coating failures and corrosion. The interior tank piping appears to be in good condition and no improvements are recommended. It is recommended that a wash out pipe and valve be installed and mounted at the Crow's Nest level prior to interior abrasive blasting and coating. 6) Cathodic Protection System (CPS) Since the improvements do not include restoration of the CPS, the electrical connection should be properly terminated and the controller box removed. All conduit and wiring from the controller box to the termination point at the roof should be removed. The CPS wire support clips inside the tank interior should be removed. C. Interior Dry Work 1) Coating Spot Repairs The interior pedestal coating is generally in good condition, however rust bleed and corrosion were observed at spot locations on the pedestal base plate, piping and ladder landings. These areas should receive a surface preparation by hand or power tool cleaning, primed and coated with epoxy. 136136/AUS13R0437 Page 18 of 20 October 21, 2013 Copyright 2013 Kleinfelder KLEINFELDER 1826 Kramer Lane,Suite M,Austin,TX 78758 p 1 512.926.6650 f 1 512.833.5058 VIII. REPORT LIMITATIONS This work was performed in a manner consistent with that level of care and skill ordinarily exercised by other members of Kleinfelder's profession practicing in the same locality, under similar conditions and at the date the services are provided. Our conclusions, opinions, and recommendations are based on a limited number of observations and data. It is possible that conditions could vary between or beyond the data evaluated. Kleinfelder makes no other representation, guarantee, or warranty, express or implied, regarding the services, communication (oral or written), report, opinion, or instrument of service provided. This report may be used only by the Client and the registered design professional in responsible charge and only for the purposes stated for this specific engagement within a reasonable time from its issuance, but in no event later than two (2) years from the date of the report. The work performed was based on project information provided by Client. If Client does not retain Kleinfelder to review any plans and specifications, including any revisions or modifications to the plans and specifications, Kleinfelder assumes no responsibility for the suitability of our recommendations. In addition, if there are any changes in the field to the plans and specifications, Client must obtain written approval from Kleinfelder's engineer that such changes do not affect our recommendations. Failure to do so will vitiate Kleinfelder's recommendations. 136136/AUS13R0437 Page 20 of 20 October 21, 2013 Copyright 2013 Kleinfelder KLEINFELDER 1826 Kramer Lane, Suite M,Austin,TX 78758 p 1 512.926.6650 f 1512.833.5058 APPENDIX A Preliminary Design Report - Structural Condition Assessment Nathan D. Maier Consulting Engineers, Inc. ' NATHAN D. MAIER CONSULTING ENGINEERS, INC. Two Park Lane Place 8080 Park Lane,Suite 600 Dallas,TX 75231 PRELIMINARY DESIGN REPORT (P)214.739.4741 (F)214.739.5961 Texas Reg.No.F-356 THIS DOCUMENT IS RELEASED www.ndmce.com FOR THE PURPOSE OF INTERIM WBE/HUB Structural Condition Assessment REVIEW UNDER THE AUTHORITY OF BRIAN J. Lake Country Elevated Storage Tank LaFOY,P.E.89363 ON September Fort Worth Texas 26,2013 AND IS NOT TO BE USED FOR BIDDING, CONSTRUCTION OR PERMIT PURPOSES Date: September 24,2013 To: City of Fort Forth Attn: Mr. Chris Harder,P.E. Through: Kleinfelder,Inc. From: Brian J.LaFoy,P.E. RE: Structural Condition Assessment Preliminary Design Report'. GENERAL Nathan D. Maier Consulting Engineers, Inc. (NDM) was retained by Kleinfelder Inc. (KLF) to assist in the evaluation of the structural integrity of the Lake Country elevated storage tank located at Fire Station No. 40 in Fort Worth, Texas. This preliminary design report (PDR) addresses the findings from the visual observation of this structure performed August 15, 2013, and provides general recommendations for remediation/repair specific to the observations of the interior and exterior of the structure (primarily the roof and bowl). The tank was empty during the evaluation and it is our understanding that it has not been in service for over ten years. A. General Description: The tank is a 500 thousand gallon modified single pedestal (hydropillar) welded steel tank with a folded steel column shell and was ; constructed in 1978. Fire Station No. 40 sits at the base of the tank and is an active fire station and police sub-station for the City of Fort Worth. Ground access around the tank pedestal is limited. Shop drawings provided for the tank construction have been reviewed but are incomplete. Some components of the tank could Interior Bowl Showing Roof Rib not be verified during the site visit to due to Members,Access Tube, and Crow's Nest r Lake Country Elevated Storage Tank ' Structural Condition Assessment Page 2 Texas Reg.No.F-356 inaccessibility. Further, these components were not included in the shop drawings provided. The drawings included details for the roof compression ring, crow's nest inside the bowl, roof hatch, and central access tube. Therefore, information and professional opinions contained herein are based solely on visual observation of the structure and information contained within the shop drawing sheets provided. s The tank bowl is welded to the fluted column plates and the central steel column (access tube). It is composed of welded steel shell plates reinforced with intermediate stiffener ring members. The exact size of these members cannot be determined from review of the shop drawings. The roof structure of the bowl is also composed of welded steel plate Exterior Roof supported on the interior of the bowl by concentric ribs (3 V2" x 3"x '/4" angle members) extending from the tension ring (4"x 4" x '/4") to the compression ring at the top of the central steel column. The central steel column contains the access ladder. An observation/access crow's nest is also supported off the central column inside the bowl above the high water operating level of the tank. The foundation of the tank is composed of a reinforced concrete ring wall supporting a reinforced slab. Only the top of the slab was visible at the time of the review. No subsurface exploration was performed and no visible distress was noted. B. General Observations: The exterior of the steel column shell generally appeared to be in good condition. The interior also generally appeared to be in good condition. Observations for the exterior were made solely by visual observation from the ground. Observations on the interior were made solely by visual observation from the access ladder and intermediate landings/crow's nest locations. Roof Rib Members and The exterior of the welded plate steel roof is Tension Ring generally in good condition. The plates are welded in a concentric pattern with overlapping joints but are not uniform around the center ring plate. There does not appear to be any significant damage due to i corrosion. The handrails around the perimeter of the roof appears to be a recent installation and is in good condition. The vent assembly also appears new and in good condition. No record drawings of these improvements were available for review. The access holes/covers for the cathodic protection have Roof Rib Members and corroded. Finally, it appears that several antennas Compression Ring have recently been attached to the roof structure. Lake Country Elevated Storage Tank ' Structural Condition Assessment Page 3 Texas Reg.No.F-356 The interior of the welded plate steel roof is also generally in good condition. The roof structure is supported on equally spaced concentric rib supports that align with the joints in the plates. The rib members are welded along the length to the roof plates between the compression and tension ring. At the tension ring, this connection appears to have _ moderate corrosion as does the intermediate stiffeners. Significant corrosion and loss of section Compression Ring Ears was observed on most of the rib members along the welds at the roof. On the inside of the bowl at the center column, the rib members are connected to a compression ring (bolted and welded). There is significant corrosion and loss of section in this area. ------ The two-bolt connection only used a single bolt - - connection and appears to be by design and was intended to be used in combination with a welded connection. The second bolt hole location was for erection purposes only. However, the ears on the compression ring do not align along the same are as Interior Bowl ilzowing Roof the rib members. Therefore, there is significant Rib Members, RoofPlates, mismatch between the roof ribs and compression ring Access Tube, and Catwalk ears. Many of the ears are also bent indicating that the ribs did not align with the ears during construction and were forced into place. Inside the compression ring, there appears to be a steel ring "collar" that has significant corrosion and section loss. It is unclear at this time as to the function of this collar. The center ring plate between the compression ring and the central column is bolted to the top of the column. However, only some of the bolt holes were utilized. Lower Bowl and Access Tube The framing for the crow's nest inside the bowl is generally is good condition. However,the walkway has significant corrosion and section loss. The central column (access tube) inside the bowl is generally in good condition. The door hatch, however, does not appear to close properly and it is unclear how it functioned in the past. The ladders in both the access tube and bowl appear to generally be in good condition. The intermediate support rings at the walls of the bowl show some signs of corrosion and need to be evaluated further. Both the interior and exterior of the bowl appear to be rag in generally in good condition. The bottom on the j interior of the bowl was littered with corroded flakes of material but was otherwise in good condition. The underside of the bowl, center column, and exterior --L pedestal shell appeared to be in good condition. The exterior of the tank at the ground level Foundation Ring Lake Country Elevated Storage Tank Structural Condition Assessment Page 4 Texas Reg.No.F-356 appears to be in good condition. The foundation ring shows no visible signs of distress. These observations address only structural elements for the integrity of the tank. Safety, access,code compliance,coatings,etc.,are addressed in KLF's report. C. Recommendations: 1. Pedestal Column Fluted Steel Shell: Address surface rust and coating deficiencies(refer to KLF report). 2. Roof (Exterior): Address surface rust and coating deficiencies (refer to KLF report). Install and weld cover plates over cathodic protection access holes. 3. Roof (Interior): Address surface rust and coating deficiencies (refer to KLF report). Replace rib members and compression ring assembly. 4. Bowl (Interior): Address surface rust and coating deficiencies (refer to KLF report). Reinforce tension ring and intermediate stiffeners. The crow's nest walkway needs to be replaced as well as some members. In addition, there are steel collars on the center access tube that the purpose is unknown at this time. If it is determined that these were for erection only, they should be removed due to significant corrosion. If they serve a structural purpose,they need to be evaluated further. 5. Access Tube Door at Crow's Nest: Replace door. D. Opinion of Anticipated Repair Costs: 1. Basic Tank and Appurtenance Structural Rehabilitation: Cover Plates for Roof: $1,000.00 [ Replace Roof Ribs: $135,000.00 Replace Compression Ring and Assembly: $45,000.00 i Reinforce Tension Ring and Stiffeners $20,000.00 [I Retrofit Center Ring Plate: $35,000.00 Replace Crow's Nest Walkway and Members: $1700.00 Replace Access Tube Door at Crow's Nest: $9,500.00 30% Contingency $78,750.00 Base Structural Repair Total: $341,250.00 This cost is inclusive of the items discussed above and only includes elements for structural rehabilitation. I APPENDIX B COATINGS TEST REPORT TTI ENVIRONMENTAL LABORATORIES 1N ACCC,O ENVM01NVIENTAL TTI LABORATORIES U Q Y TEST REPORT TTI Lab No: 3H00119 Customer ID: KF PO#: N/A Date Collected: 08/15/13 Date Received: 08/15/13 Lisa Larson Kleinfelder Date Reported: 08/23/13 2211 Century Center Blvd.,Suite 101 Irving,TX 75062 Dear Lisa Larson: Please find the enclosed analytical results for the samples you submitted to TTI Environmental Laboratories. The as-is-received samples were suitably preserved and prepared as per EPA approved methodology. The determinations were carried out using EPA approved methods. The test results are tabulated in the attached tables. The analytical data contained in these t�blcs has undergone a thorough review and is deemed to be accurate and complete. Everyone in our organization will work hard to earn your continued support. We appreciate the opportunity to do business with you and look forward to a growing relationship in the future. Please do not hesitate to contact us,if we can be of any service to you or if you have any questions,at(817)861-5322. J/ Hardy Pabley Operations Manager \SAO\N A C C p,T�qY B R°� TSL TTI Proiect Name: Fort Worth Lake Country TTI Lab No: 3H00119 Project No: 136136 Date Sampled: 08/15/2013 Date Received: 08/15/2013 Date Reported: 08/23/2013 Client Sample ID Laboratory ID Matrix Sampled: Exterior Base Pedestal#1 3H00119-01 Paint Chips 08/15/2013 Pedestal Entry 3H00119-02 Paint Chips 08/15/2013 Exterior Roof#2 3H00119-03 Paint Chips 08/15/2013 Exterior Roof#1 3H00119-04 Paint Chips 08/15/2013 Interior Platform 3H00119-05 Paint Chips 08/15/2013 Access Tube Wet Side 3H00119-06 Paint Chips 08/15/2013 Page 2 of 12 800106th Street # Arlington,Texas 76011 Phone:(817)861-5322 # Fax: (817)2611717 ,...... TT T ACC0,? $ 1 LABORATORIES L Proiect Name: Fort Worth Lake Country TTI Lab No: 3H00119 Project No: 136136 Date Sampled: 08/15/2013 Date Received: 08/15/2013 Date Reported: 08/23/2013 SAMPLE ID: Exterior Base Pedestal#1 TTI SAMPLE NO: 3H00119-01 TOTAL METALS ANALYTE METHOD MDL S.Q.L. M.Q.L. SAMPLE UNITS FLG ANAL. ANALYZED NUMBER RESULTS Arsenic EPA 6010B 0.162 0.160 0.327 <0.160 mg/kg wet U CS 08/23/13 Barium EPA 6010B 0.206 0.204 0.990 <0.204 mg/kg wet U CS 08/23/13 Cadmium EPA 6010B 0.137 0.136 0.990 <0.136 mglkg wet U CS 08/23/13 Chromium EPA 6010B 0.245 0.243 0.990 2244 mg/kg wet CS 08/23/13 Lead EPA 6010B 0.126 0.125 0.327 19770 mg/kg wet CS 08/23/13 Mercury EPA 7471B 0.0330 0.0330 0.0330 <0.0330 mg/kg wet U MS 08/23/13 Selenium EPA 6010B 0.156 0.154 0.990 0.812 mg/kg wet J CS 08/23/13 Silver EPA 6010B 0.211 0.209 2.475 <0.209 mg/kg wet U CS 08/23/13 Page 3 of 12 800106th Street Arlington,Texas 76011 Phone:(817)861-5322 Fax:(817)2611717 - \��O�N ACCOg09y TTI L BA ORAL ORIES L Q � 2 Proiect Name: Fort Worth Lake Country TTI Lab No: 3H00119 Project No: 136136 Date Sampled: 08/15/2013 Date Received: 08/15/2013 Date Reported: 08/23/2013 SAMPLE ID: Pedestal Engy TTI SAMPLE NO: 3H00119-02 TOTAL METALS ANALYTE METHOD MDL S.Q.L. M.Q.L. SAMPLE UNITS FLG ANAL. ANALYZED NUMBER RESULTS Arsenic EPA 6010B 0.162 0.147 0.300 <0.147 mg/kg wet U CS 08/23/13 Barium EPA 6010B 0.206 0.187 0.909 817 mg/kg wet CS 08/23/13 Cadmium EPA 6010B 0.137 0.125 0.909 1.836 mg/kg wet CS 08/23/13 Chromium EPA 6010B 0.245 0.223 0.909 1517 mg/kg wet CS 08/23/13 Lead EPA 6010B 0.126 0.115 0.300 11040 mg/kg wet CS 08/23/13 Mercury EPA 7471B 0.0330 0.0330 0.0330 <0.0330 mg/kg wet U MS 08/23/13 Selenium EPA 6010B 0.156 0.142 0.909 <0.142 mg/kg wet U CS 08/23/13 Silver EPA 6010B 0.211 0.192 2.273 <0.192 mg/kg wet U CS 08/23/13 Page 4 of 12 800106th Street Arlington,Texas 76011 Phone:(817)861-5322 # Fax: (817)2611717 ACC0904 TTA ORAlTORIE�S L 4 Proiect Name: Fort Worth Lake Country TTI Lab No: 3H00119 Project No: 136136 Date Sampled: 08/15/2013 Date Received: 08/15/2013 Date Reported: 08/23/2013 SAMPLE ID: Exterior Roof#2 TTI SAMPLE NO: 3H00119-03 TOTAL METALS ANALYTE METHOD MDL S.Q.L. M.Q.L. SAMPLE UNITS FLG ANAL. ANALYZED NUMBER RESULTS Arsenic EPA 6010B 0.162 0.154 0.314 <0.154 mg/kg wet U CS 08/23/13 Barium EPA 6010B 0.206 0.196 0.952 2590 mg/kg wet CS 08/23/13 Cadmium EPA 6010B 0.137 0.130 0.952 <0.130 mg/kg wet U CS 08123/13 Chromium EPA 6010B 0.245 0.233 0.952 4479 mg/kg wet CS 08/23/13 Lead EPA 6010B 0.126 0.120 0.314 <0.120 mg/kg wet U CS 08/23/13 Mercury EPA 7471B 0.0330 0.0330 0.0330 <0.0330 mg/kg wet U MS 08/23/13 Selenium EPA 6010B 0.156 0.149 0.952 <0.149 mg/kg wet U CS 08/23/13 Silver EPA 6010B 0.211 0.201 2.381 6.914 mg/kg wet CS 08/23/13 Page 5 of 12 j i 800106th Street Arlington,Texas 76011 Phone:(817)861-5322 Fax:(817)2611717 ltd s TTI BSL 4Q 1 Proiect Name: Fort Worth Lake Country TTI Lab No: 3H00119 Project No: 136136 Date Sampled: 08/15/2013 Date Received: 08/15/2013 Date Reported: 08/23/2013 SAMPLE ID: Exterior Roof#1 TTI SAMPLE NO: 3H00119-04 TOTAL METALS ANALYTE METHOD MDL S.Q.L. M.Q.L. SAMPLE UNITS FLG ANAL. ANALYZED NUMBER RESULTS Arsenic EPA 6010E 0.162 0.162 0.330 <0.162 mg/kg wet U CS 08/23/13 Barium EPA 6010B 0.206 0.206 1.00 <0.206 mg/kg wet U CS 08/23/13 Cadmium EPA 6010B 0.137 0.137 1.000 0.280 mg/kg wet J CS 08/23/13 Chromium EPA 6010B 0.245 0.245 1.000 1958 mg/kg wet CS 08/23/13 Lead EPA 6010B 0.126 0.126 0.330 16260 mg/kg wet CS 08/23/13 Mercury EPA 7471B 0.0330 0.0330 0.0330 <0.0330 mg/kg wet U MS 08/23/13 Selenium EPA 6010B 0.156 0.156 1.000 <0.156 mg/kg wet U CS 08/23/13 Silver EPA 6010B 0.211 0.211 2.500 <0.211 mg/kg wet U CS 08/23/13 Page 6 of 12 800106th Street Arlington,Texas 76011 Phone: (817)861-5322 # Fax:(817) 2611717 NN ACCog O R°� L TTI L Proiect Name: Fort Worth Lake Country TTI Lab No: 3H00119 Project No: 136136 Date Sampled: 08/15/2013 Date Received: 08/15/2013 Date Reported: 08/23/2013 SAMPLE ID: Interior Platform TTI SAMPLE NO: 3H00119-05 TOTAL METALS ANALYTE METHOD MDL S.Q.L. M.Q.L. SAMPLE UNITS FLG ANAL. ANALYZED NUMBER RESULTS Arsenic EPA 6010B 0.162 0.154 0.314 <0.154 mg/kg wet U CS 08/23/13 Barium EPA 6010B 0.206 0.196 0.952 190 mg/kg wet CS 08/23/13 Cadmium EPA 6010B 0.137 0.130 0.952 <0.130 mg/kg wet U CS 08/23/13 Chromium EPA 6010B 0.245 0.233 0.952 40.90 mg/kg wet CS 08/23/13 Lead EPA 6010B 0.126 0.120 0.314 15.29 mg/kg wet CS 08/23/13 Mercury EPA 7471B 0.0330 0.0330 0.0330 <0.0330 mg/kg wet U MS 08/23/13 Selenium EPA 6010B 0.156 0.149 0.952 <0.149 mg/kg wet U CS 08/23/13 Silver EPA 6010B 0.211 0.201 2.381 2.448 mg/kg wet CS 08/23!13 Page 7 of 12 800106th Street Arlington,Texas 76011 Phone:(817)861-5322 Fax:(817)2611717 3 "I 1�p I LABORATORIES TA TT U - Q 2 Proiect Name: Fort Worth Lake Country TTI Lab No: 3H00119 Project No: 136136 Date Sampled: 08/15/2013 Date Received: 08/15/2013 Date Reported: 08/23/2013 SAMPLE ID: Access Tube Wet Side TTI SAMPLE NO: 3H00119-06 TOTAL METALS ANALYTE METHOD MDL S.Q.L. M.Q.L. SAMPLE UNITS FLG ANAL. ANALYZED NUMBER RESULTS Arsenic EPA 6010B 0.162 0.156 0.317 <0.156 mg/kg wet U CS 08/23/13 Barium EPA 6010B 0.206 0.198 0.962 3870 mg/kg wet CS 08/23/13 Cadmium EPA 6010B 0.137 0.132 0.962 <0.132 mg/kg wet U CS 08/23/13 Chromium EPA 6010B 0.245 0.236 0.962 796.2 mg/kg wet CS 08/23/13 Lead EPA 6010B 0.126 0.121 0.317 7832 mg/kg wet CS 08/23/13 Mercury EPA 7471B 0.0330 0.0330 0.0330 <0.0330 mg/kg wet U MS 08/23/13 Selenium EPA 6010B 0.156 0.150 0.962 <0.150 mg/kg wet U CS 08/23/13 Silver EPA 6010B 0.211 0.203 2.404 0.327 mg/kg wet J CS 08/23/13 Page 8 of 12 800106th Street Arlington,Texas 76011 Phone:(817)861-5322 # Fax: (817)2611717 \SAO\N ACCog,, ENVIRONMENTAL o r TTI LABORATORIES e -. Proiect Name: Fort Worth Lake Country TTI Lab No: 3H00119 Project No: 136136 Date Sampled: 08/15/2013 Date Received: 08/15/2013 ` Date Reported: 08/23/2013 TOTAL METALS-Quality Control TTI ENVIRONMENTAL LABORATORIES Reporting Spike Source %REC RPD lAnalyte Result MDL Limit Units Level Result %REC Limits RPD Limit Notes Batch 3081702-EPA 3050B Blank(3081702-BLK1) Prepared:08/21/13 Analyzed:08/23/13 Arsenic <0.108 0.108 0.220 mg/kg wet U Barium <0.137 0.137 0.667 U Cadmium <0.091 0.091 0.667 U Chromium <0.163 0.163 0.667 U Lead <0.084 0.084 0.220 U Selenium a 0.227 0.104 0.667 J Silver <0.141 0.141 1.667 U LCS(3081702-BSI) Prepared:08/21/13 Analyzed:08/23/13 Arsenic 41.24 0.146 0.297 mg/kg wet 45.0 91.6 80-120 Barium 45.0 0.186 0.901 45.0 100 80-120 Cadmium 41.32 0.123 0.901 45.0 91.7 80-120 Chromium 45.77 0.221 0.901 45.0 102 80-120 Lead 41.72 0.114 0.297 45.0' 92.6 80-120 Selenium 42.02 0.141 0.901 45.0 93.3 80-120 Silver 19.74 0.190 2.252 22.5 87.6 70-130 LCS Dup(3081702-BSD1) Prepared:08/21/13 Analyzed:08/23/13 Arsenic 44.20 0.153 0.311 mg/kg wet 47.2 93.7 80-120 6.94 20 Barium 48.2 0.194 0.943 47.2 102 80-120 6.68 20 Cadmium 44.05 0.129 0.943 47.2 93.4 80-120 6.39 20 Chromium 47.55 0.231 0.943 47.2 101 80-120 3.82 20 Lead 44.33 0.119 0.311 47.2 94.0 80-120 6.09 20 Selenium 44.67 0.147 0.943 47.2 94.7 80-120 6.11 20 Silver 20.99 0.199 2.358 23.6 89.0 70-130 6.12 20 Matrix Spike(3081702-MS1) Source:3H00112-01 Prepared:08/21/13 Analyzed:08/23/13 Arsenic 40.80 0.173 0.353 mg/kg dry 53.4 3.542 69.8 70-130 QM-05 Barium 88.0 0.220 1.07 53.4 54.3 63.2 70-130 QM-05 Cadmium 35.63 0.146 1.068 53.4 < 66.7 70-130 QM-05 Chromium 49.53 0.262 1.068 53.4 12.21 69.9 70-130 QM-05 Lead 35.84 0.135 0.353 53.4 5.470 56.8 70-130 QM-05 Selenium 36.80 0.167 1.068 53.4 1.239 66.6 70-130 QM-05 Silver 15.42 0.225 2.671 26.7 < 57.7 70-130 QM-05 Page 9 of 12 d 800106th Street Arlington,Texas 76011 Phone:(817)861-5322 Fax:(817)2611717 \���5N A..eCeHpgL RATIES L TT ENVIRONMENTAL A BOOR 4 U X Proiect Name: Fort Worth Lake Country TTI Lab No: 3H00119 Project No: 136136 Date Sampled: 08/15/2013 Date Received: 08/15/2013 Date Reported: 08/23/2013 TOTAL METALS-Quality Control TTI ENVIRONMENTAL LABORATORIES Reporting Spike Source %REC RPD lAnalyte Result MDL Limit Units Level Result %REC Limits RPD Limit Notes Batch 3081702-EPA 3050B Matrix Spike Dup(3081702-MSDI) Source:3H00112-01 Prepared:08/21/13 Analyzed:08/23/13 Arsenic 41.81 0.177 0.360 mg/kg dry 54.5 3.542 70.2 70-130 2.44 20 Barium 93.7 0.224 1.09 54.5 54.3 72.4 70-130 6.24 20 Cadmium 37.59 0.149 1.090 54.5 < 69.0 70-130 5.35 20 QM-05 Chromium 56.17 0.267 1.090 54.5 12.21 80.7 70-130 12.6 20 Lead 48.20 0.137 0.360 54.5 5.470 78.4 70-130 29.4 20 QM-05 Selenium 38.57 0.170 1.090 54.5 1.239 68.5 70-130 4.68 20 QM-05 Silver 16.31 0.230 2.724 27.2 < 59.9 70-130 5.60 20 QM-05 Batch 3082007-EPA 7471A Prep Blank(3082007-BLKI) Prepared:08/20/13 Analyzed:08/23/13 Mercury <0.0330 0.0330 0.0330 mg/kg wet U Blank(3082007-BLK2) Prepared:08/20/13 Analyzed:08/23/13 Mercury <0.0330 0.0330 0.0330 mg/kg wet U Blank(3082007-BLK3) Prepared:08/20/13 Analyzed:08/23/13 Mercury <0.0330 0.0330 0.0330 mg/kg wet U LCS(3082007-BS1) Prepared:08/20/13 Analyzed:08/23/13 Mercury 0.7667 0.0330 0.0330 mg/kg wet 0.833 92.0 70-130 LCS(3082007-BS2) Prepared:08/20/13 Analyzed:08/23/13 Mercury 0.8833 0.0330 0.0330 mg/kg wet 0.833 106 70-130 LCS(3082007-BS3) Prepared:08/20/13 Analyzed:08/23/13 Mercury 0.7833 0.0330 0.0330 mg/kg wet 0.833 94.0 70-130 LCS Dup(3082007-BSDI) Prepared:08/20/13 Analyzed:08/23/13 Mercury 0.8667 0.0330 0.0330 mg/kg wet 0.833 104 70-130 12.2 20 LCS Dup(3082007-BSD2) Prepared:08/20/13 Analyzed:08/23/13 Mercury 0.7500 0.0330 0.0330 mg/kg wet 0.833 90.0 70-130 16.3 20 LCS Dup(3082007-BSD3) Prepared:08/20/13 Analyzed:08/23/13 Mercury 0.8000 0.0330 0.0330 mg/kg wet 0.833 96.0 70-130 2.11 20 Matrix Spike(3082007-MS1) Source:3H00112-01 Prepared:08/20/13 Analyzed:08/23/13 Page 10 of 12 800106th Street # Arlington,Texas 76011 Phone:(817)861-5322 # Fax:(817)2611717 A tN ACC090A� TTI L SA ORATORIES L • s Proiect Name: Fort Worth Lake Country TTI Lab No: 3H00119 Project No: 136136 Date Sampled: 08/15/2013 Date Received: 08/15/2013 Date Reported: 08/23/2013 TOTAL METALS-Quality Control TTI ENVIRONMENTAL LABORATORIES Reporting Spike Source %REC RPD Analyte Result MDL Limit Units Level Result %REC Limits RPD Limit Notes Batch 3082007-EPA 7471A Prep Matrix Spike(3082007-MSI) Source:3H00112-01 Prepared:08/20/13 Analyzed:08/23/13 Mercury 0.8070 0.0363 0.0363 mg/kg dry 0.917 < 88.0 70-130 Matrix Spike(3082007-MS2) Source:3H00143-08 Prepared:08/20/13 Analyzed:08/23/13 Mercury 0.7667 0.0330 0.0330 mg/kg wet 0.833 < 92.0 70-130 Matrix Spike(3082007-MS3) Source:3H00144-07 Prepared:08/20/13 Analyzed:08/23/13 Mercury 0.7167 0.0330 0.0330 mg/kg wet 0.833 < 86.0 70-130 Matrix Spike Dup(3082007-MSD1) Source:3H00112-01 Prepared:08/20/13 Analyzed:08/23/13 Mercury 0.8804 0.0363 0.0363 mg/kg dry 0.917 < 96.0 70-130 8.70 20 Matrix Spike Dup(3082007-MSD2) Source:3H00143-08 Prepared:08/20/13 Analyzed:08/23/13 Mercury 0.7833 0.0330 0.0330 mg/kg wet 0.833 < 94.0 70-130 2.15 20 Matrix Spike Dup(3082007-MSD3) Source:3H00144-07 Prepared:08/20/13 Analyzed:08/23/13 Mercury 0.7333 0.0330 0.0330 mg/kg wet 0.833 < 88.0 70-130 2.30 20 Page 11 of 12 800106th Street Arlington,Texas 76011 Phone:(817)861-5322 Fax:(817)2611717 ����AN ACCOHp4 � ENVIRONMENTAL TT LABORATORIES Proiect Name: Fort Worth Lake Country TTI Lab No: 3H00119 Project No: 136136 Date Sampled: 08/15/2013 Date Received: 08/15/2013 Date Reported: 08/23/2013 Notes and Definitions U Analyte included in the analysis,but not detected QM-05 The spike recovery was outside acceptance limits for the MS and/or MSD due to matrix interference.The LCS and/or LCSD were within acceptance limits showing that the laboratory is in control and the data is acceptable. J Detected but below the Reporting Limit;therefore,result is an estimated concentration(CLP J-Flag). DET Analyte DETECTED ND Analyte NOT DETECTED at or above the reporting limit NR Not Reported dry Sample results reported on a dry weight basis RPD Relative Percent Difference Page 12 of 12 800106th Street Arlington,Texas 76011 Phone:(817)861-5322 Fax:(817)2611717 W W �{ V � f/1 J • Y' } � � � I I � � JU CL flO .N CO: w m u� L J v �Z y a �LJ CQ 7 °¢'_n g O ti z z E L a oO �o p ^° a L 3 r°- a.N = w N~ m Q v0 m~ ° E�- ,�.... E c o (!) 5 N 'v2y Q� c ma m U' W m U C �a�o � cam $ >m m d-o- Z U F S q Of ^�6 � 0 ~ ~ . r0 CLT LLI -0 VJ lY �J - � s PP" z W.'� � �N , • 521313Wtltitld m "' w d Q tS�t a5 w ..�. 0 • : c CL O N W J J ° • 7 C=a I- m T D] m a` Z d v N 0 W• °r Q,..F a� z Z LU O ' m m W ¢.S O p J N 2 co U a w°� O a L.J _ £ co li- 96 LLI m s t�� z �m o 1S�v3 O W U"t A U co moo co W N p N W Q•� O E- M'.n Q Vt ¢ o !w z ��° N „ m Ci .Q, �"q` Z Z r� Z W ° .o RSS CCU z v o' y ca ? APPENDIX C SOILS TEST REPORT TTI ENVIRONMENTAL LABORATORIES \��Q\N ACC pgpq4 ENI TTI L BORATORIES VIRONNIENTAL �� Q � 2 TEST REPORT TTI Lab No: 3H00118 Customer ID: KF PO#: N/A Date Collected: 08/15/13 Date Received: 08/15/13 Lisa Larson Date Reported: 08/23/13 Kleinfelder 2211 Century Center Blvd.,Suite 101 Irving,TX 75062 Dear Lisa Larson: Please find the enclosed analytical results for the samples you submitted to TTI Environmental Laboratories. The as-is-received samples were suitably preserved and prepared as per EPA approved methodology. The determinations were carried out using EPA approved methods. The test results are tabulated in the attached tables. The analytical data contained in these tables has undergone a thorough review and is deemed to be accurate and complete. Everyone in our organization will work hard to earn your continued support. We appreciate the opportunity to do business with you and look forward to a growing relationship in the future. Please do not hesitate to contact us,if we can be of any service to you or if you have any questions,at(817)861-5322. f/ Hardy Pabley Operations Manager AC'11,90 TTLABORATORIES NTAL U Proiect Name: Fort Worth Lake Country TTI Lab No: 3H00118 Project No: 136136 Date Sampled: 08/15/2013 Date Received: 08/15/2013 Date Reported: 08/23/2013 Client Sample ID Laboratory ID Matrix Sampled: Soil#1 3H00118-01 Soil 08/15/2013 Soil#2 3H00118-02 Soil 08/15/2013 Soil#3 3H00118-03 Soil 08/15/2013 Soil#4 3H00118-04 Soil 08/15/2013 Soil#5 3H00118-05 Soil 08/15/2013 Soil#6 3H00118-06 Soil 08/15/2013 Soil#7 3H00118-07 Soil 08/15/2013 Soil#8 3H00118-08 Soil 08/15/2013 Page 2 of 14 800106th Street Arlington,Texas 76011 Phone:(817)861-5322 Fax:(817)2611717 ACCpgOgy a� S L TT L � uN U Proiect Name: Fort Worth Lake Country TTI Lab No: 3H00118 Project No: 136136 Date Sampled: 08/15/2013 Date Received: 08/15/2013 Date Reported: 08/23/2013 SAMPLE ID: Soil#1 TTI SAMPLE NO: 3H00118-01 TOTAL METALS ANALYTE METHOD MDL S.Q.L. M.Q.L. SAMPLE UNITS FLG ANAL. ANALYZED NUMBER RESULTS Arsenic EPA 6010B 0.162 0.157 0.320 1.073 mg/kg wet CS 08/23/13 Barium EPA 6010B 0.206 0.200 0.971 21.4 mg/kg wet CS 08/23/13 Cadmium EPA 6010B 0.137 0.133 0.971 <0.133 mg/kg wet U CS 08/23/13 Chromium EPA 6010B 0.245 0.238 0.971 3.820 mg/kg wet CS 08/23/13 Lead EPA 6010B 0.126 0.122 0.320 4.985 mg/kg wet CS 08/23/13 Mercury EPA 7471B 0.0330 0.0330 0.0330 <0.0330 mg/kg wet U MS 08/23/13 Selenium EPA 6010B 0.156 0.151 0.971 0.383 mg/kg wet J CS 08/23/13 Silver EPA 6010B 0.211 0.205 2.427 <0.205 mg/kg wet U CS 08/23/13 Page 3 of 14 800106th Street Arlington,Texas 76011 Phone:(817)861-5322 # Fax: (817)2611717 `N AC COHQ9 TT I ORATOMES L y� e U Q � 2 Proiect Name: Fort Worth Lake Country TTI Lab No: 3H00118 Project No: 136136 Date Sampled: 08/15/2013 Date Received: 08/15/2013 Date Reported: 08/23/2013 SAMPLE ID: Soil#2 TTI SAMPLE NO: 3H00118-02 TOTAL METALS ANALYTE METHOD MDL S.Q.L. M.Q.L. SAMPLE UNITS FLG ANAL. ANALYZED NUMBER RESULTS Arsenic EPA 6010B 0.162 0.157 0.320 1.709 mg/kg wet CS 08/23/13 Barium EPA 6010B 0.206 0.200 0.971 89.6 mg/kg wet CS 08/23/13 Cadmium EPA 6010B 0.137 0.133 0.971 <0.133 mg/kg wet U CS 08/23/13 Chromium EPA 6010B 0.245 0.238 0.971 6.068 mg/kg wet CS 08/23/13 Lead EPA 6010B 0.126 0.122 0.320 011.80 mg/kg wet CS 08/23/13 Mercury EPA 7471B 0.0330 0.0330 0.0330 <0.0330 mg/kg wet U MS 08/23/13 Selenium EPA 6010B 0.156 0.151 0.971 0.442 mg/kg wet J CS 08/23/13 Silver EPA 6010B 0.211 0.205 2.427 <0.205 mg/kg wet U CS 08/23/13 Page 4 of 14 800106th Street Arlington,Texas 76011 Phone:(817)861-5322 Fax:(817)2611717 `SAO�N ACC D,? R �TT L O °� a Proieet Name: Fort Worth Lake Country TTI Lab No: 3H00118 Project No: 136136 Date Sampled: 08/15/2013 Date Received: 08/15/2013 Date Reported: 08/23/2013 SAMPLE ID: Soil#3 TTI SAMPLE NO: 3H00118-03 TOTAL METALS ANALYTE METHOD MDL S.Q.L. M.Q.L. SAMPLE UNITS FLG ANAL. ANALYZED NUMBER RESULTS Arsenic EPA 601013 0.162 0.160 0.327 2.416 mg/kg wet CS 08/23/13 Barium EPA 601013 0.206 0.204 0.990 74.7 mg/kg wet CS 08/23/13 Cadmium EPA 6010B 0.137 0.136 0.990 <0.136 mg/kg wet U CS 08/23/13 Chromium EPA 6010B 0.245 0.243 0.990 5.847 mg/kg wet CS 08/23/13 Lead EPA 6010B 0.126 0.125 0.327 6.604 mg/kg wet CS 08/23/13 Mercury EPA 7471 B 0.0330 0.0330 0.0330 <0.0330 mg/kg wet U MS 08/23/13 Selenium EPA 6010B 0.156 0.154 0.990 0.550 mg/kg wet J CS 08/23/13 Silver EPA 6010B 0.211 0.209 2.475 <0.209 mg/kg wet U CS 08/23/13 Page 5 of 14 800106th Street Arlington,Texas 76011 Phone:(817)861-5322 # Fax:(817)2611717 ENVIRONNMNTAL U TTI LABORATORIES Q Proiect Name: Fort Worth Lake Country TTI Lab No: 3H00118 Project No: 136136 Date Sampled: 08/15/2013 Date Received: 08/15/2013 Date Reported: 08/23/2013 SAMPLE ID: Soil#4 TTI SAMPLE NO: 3H00118-04 TOTAL METALS ANALYTE METHOD MDL S.Q.L. M.Q.L. SAMPLE UNITS FLG ANAL. ANALYZED NUMBER RESULTS Arsenic EPA 6010B 0.162 0.154 0.314 5.076 mg/kg wet CS 08/23/13 Barium EPA 6010B 0.206 0.196 0.952 145 mg/kg wet CS 08/23/13 Cadmium EPA 6010B 0.137 0.130 0.952 0.133 mg/kg wet J CS 08/23/13 Chromium EPA 6010B 0.245 0.233 0.952 10.06 mg/kg wet CS 08/23/13 Lead EPA 6010B 0.126 0.120 0.314 8.990 mg/kg wet CS 08/23/13 Mercury e EPA 7471B 0.0330 0.0330 0.0330 <0.0330 mg/kg wet U MS 08/23/13 Selenium EPA 6010B 0.156 0.149 0.952 0.629 mg/kg wet J CS 08/23/13 Silver EPA 6010B 6.211 0.201 2.381 <0.201 mg/kg wet U CS 08/23/13 Page 6 of 14 800106th Street Arlington,Texas 76011 Phone:(817)861-5322 Fax:(817)2611717 3 `SAO\N ACCo? O R � TS L TT L A a Proiect Name: Fort Worth Lake Country TTI Lab No: 3H00118 Project No: 136136 Date Sampled: 08/15/2013 Date Received: 08/15/2013 Date Reported: 08/23/2013 SAMPLE ID: Soil#5 TTI SAMPLE NO: 3H00118-05 TOTAL METALS ANALYTE METHOD MDL S.Q.L. M.Q.L. SAMPLE UNITS FLG ANAL. ANALYZED NUMBER RESULTS Arsenic EPA 6010B 0.162 0.153 0.311 2.750 mg/kg wet CS 08/23/13 Barium EPA 6010B 0.206 0.194 0.943 125 mg/kg wet CS 08/23/13 Cadmium EPA 6010B 0.137 0.129 0.943 <0.129 mg/kg wet U CS 08/23/13 Chromium EPA 6010B 0.245 0.231 0,943 10.20 mg/kg wet CS 08/23/13 Lead EPA 6010B 0.126 0.119 0.311 16.98 mg/kg wet CS 08/23/13 Mercury EPA 7471B 0.0330 0.0330 0.0330 <0.0330 mg/kg wet U MS 08/23/13 Selenium EPA 6010B 0.156 0.147 0.943 0.665 mg/kg wet 7 CS 08/23/13 Silver EPA 6010B 0.211 0.199 2.358 <0.199 mg/kg wet U CS 08/23/13 Page 7 of 14 800106th Street Arlington,Texas 76011 Phone:(817)861-5322 # Fax: (817)2611717 LABORATORIES ACCpq��� T 1 I LABV!�RATORI >.7 L • a � x Proiect Name: Fort Worth Lake Country TTI Lab No: 3H00118 Project No: 136136 Date Sampled: 08/15/2013 Date Received: 08/15/2013 Date Reported: 08/23/2013 SAMPLE ID: Soil#6 TTI SAMPLE NO: 3H00118-06 TOTAL METALS ANALYTE METHOD MDL S.Q.L. M.Q.L. SAMPLE UNITS FLG ANAL. ANALYZED NUMBER RESULTS Arsenic EPA 6010B 0.162 0.147 0.300 2.845 mg/kg wet CS 08/23/13 Barium EPA 6010B 0.206 1 0.187 0.909 61.3 mg/kg wet CS 08/23/13 Cadmium EPA 6010B 0.137 0.125 0.909 <0.125 mg/kg wet U CS 08/23/13 Chromium EPA 6010B 0.245 0.223 0.909 5.709 mg/kg wet CS 08/23/13 Lead EPA 6010B 0.126 0.115 0.300 12.59 mg/kg wet CS 08/23/13 Mercury EPA 7471B 0.0330 0.0330 0.0330 <0.0330 mg/kg wet U MS 08/23/13 Selenium EPA 6010B 0.156 0.142 0.909 0.586 mg/kg wet J CS 08/23/13 Silver EPA 6010B 0.211 0.192 2.273 <0.192 mg/kg wet U CS 08/23/13 Page 8 of 14 800106th Street Arlington,Texas 76011 Phone:(817)861-5322 Fax:(817)2611717 0 A C C 0,9 I L O Os L R rTT U - < 2 Proiect Name: Fort Worth Lake Country TTI Lab No: 3H00118 Project No: 136136 Date Sampled: 08/15/2013 Date Received: 08/15/2013 Date Reported: 08/23/2013 SAMPLE ID: Soil#7 TTI SAMPLE NO: 3H00118-07 TOTAL METALS ANALYTE METHOD MDL S.Q.L. M.Q.L. SAMPLE UNITS FLG ANAL. ANALYZED NUMBER RESULTS Arsenic EPA 6010B 0.162 0.147 0.300 1.927 mg/kg wet CS 08/23/13 Barium EPA 6010B 0.206 0.187 0.909 19.2 mg/kg wet CS 08/23/13 Cadmium EPA 6010B 0.137 0.125 0.909 <0.125 mg/kg wet U CS 08/23/13 Chromium EPA 6010B 0.245 0.223 0.909 4.123 mg/kg wet CS 08/23/13 Lead EPA 6010B 0.126 0.115 0.300 4.282 mg/kg wet CS 08/23/13 Mercury EPA 7471B 0.0330 0.0330 0.0330 <0.0330 mg/kg wet U MS 08/23/13 Selenium EPA 6010B 0.156 0.142 0.909 0.491 mg/kg wet J CS 08/23/13 Silver EPA 6010B 0.211 0.192 2.273 <0.192 mg/kg wet U CS 08/23/13 Page 9 of 14 800106th Street Arlington,Texas 76011 Phone:(817)861-5322 # Fax:(817)2611717 \N AC,CI'll 04y TTILABORATORIES NTAL Proiect Name: Fort Worth Lake Country TTI Lab No: 3H00118 Project No: 136136 Date Sampled: 08/15/2013 Date Received: 08/15/2013 Date Reported: 08/23/2013 SAMPLE ID: Soil#8 TTI SAMPLE NO: 3H00118-08 TOTAL METALS ANALYTE METHOD MDL S.Q.L. M.Q.L. SAMPLE t UNITS FLG ANAL. ANALYZED NUMBER RESULTS Arsenic EPA 6010B 0.162 0.156 0.317 3.438 mg/kg wet CS 08/23/13 Barium EPA 6010B 0.206 0198 0.962 90.9 mg/kg wet CS 08/23/13 Cadmium EPA 6010B 0.137 0.132 0.962 <0.132 mg/kg wet U CS 08/23/13 Chromium EPA 6010B 0.245 0;236 0.962 9.221 mg/kg wet CS 08/23/13 Lead EPA 6010B 0.126 0.121 0.317 9.072 mg/kg wet CS 08/23/13 Mercury EPA 7471 B 0.0330 0.0330 0.0330 <0.0330 mg/kg wet U MS 08/23/13 Selenium EPA 6010B 0.156 0.150 0.962 0.582 mg/kg wet J CS 08/23/13 Silver EPA 6010B 0.211 0.203 2.404 <0.203 mg/kg wet U CS 08/23/13 Page 10 of 14 i 800106th Street Arlington,Texas 76011 Phone:(817)861-5322 Fax:(817)2611717 j i i A&iN ACCOgO TTI L OR°��TS L NEW Proiect Name: Fort Worth Lake Country TTI Lab No: 3H00118 Project No: 136136 Date Sampled: 08/15/2013 Date Received: 08/15/2013 Date Reported: 08/23/2013 TOTAL METALS-Quality Control TTI ENVIRONMENTAL LABORATORIES Reporting Spike Source %REC RPD Analyte Result MDL Limit Units Level Result %REC Limits RPD Limit Notes Batch 3081702-EPA 3050B Blank(3081702-BLKI) Prepared:08/21/13 Analyzed:08/23/13 Arsenic <0.108 0.108 0.220 mg/kg wet U Barium <0.137 0.137 0.667 U Cadmium <0.091 0.091 0.667 U Chromium <0.163 0.163 0.667 U Lead <0.084 0.084 0.220 U Selenium 0.227 0.104 0.667 J Silver <0.141 0.141 1.667 U LCS(3081702-BSI) Prepared:08/21/13 Analyzed:08/23/13 Arsenic 41.24 0.146 0.297 mg/kg wet 45.0 91.6 80-120 Barium 45.0 0.186 0.901 45.0 100 80-120 Cadmium 41.32 0.123 0.901 45.0 91.7 80-120 Chromium 45.77 0.221 0.901 45.0 102 80-120 Lead 41.72 0.114 0.297 45.0 92.6 80-120 Selenium 42.02 0.141 0.901 45.0 933 80-120 Silver 19.74 0.190 2.252 22.5 87.6 70-130 LCS Dup(3081702-BSD1) Prepared:08/21/13 Analyzed:08/23/13 Arsenic 44.20 0.153 0.311 mg/kg wet 47.2 93.7 80-120 6.94 20 Barium 48.2 0.194 0.943 47.2 102 80-120 6.68 20 Cadmium 44.05 0.129 0.943 47.2 93.4 80-120 6.39 20 Chromium 47.55 0.231 0.943 47.2 101 80-120 3.82 20 Lead 44.33 0.119 0.311 47.2 94.0 80-120 6.09 20 Selenium 44.67 0.147 0.943 47.2 94.7 80-120 6.11 20 Silver 20.99 0.199 2.358 23.6 89.0 70-130 6.12 20 Matrix Spike(3081702-MS1) Source:3H00112-01 Prepared:08/21/13 Analyzed:08/23/13 Arsenic 40.80 0.173 0.353 mg/kg dry 53.4 3.542 69.8 70-130 QM-05 Barium 88.0 0.220 1.07 53.4 54.3 63.2 70-130 QM-05 Cadmium 35.63 0.146 1.068 53.4 < 66.7 70-130 QM-05 Chromium 49.53 0.262 1.068 53.4 12.21 69.9 70-130 QM-05 Lead 35.84 0.135 0.353 53.4 5.470 56.8 70-130 QM-05 Selenium 36.80 0.167 1.068 53.4 1.239 66.6 70-130 QM-05 Silver 15.42 0.225 2.671 26.7 < 57.7 70-130 QM-05 Page 11 of 14 800106th Street 4 Arlington,Texas 76011 Phone:(817)861-5322 # Fax:(817)2611717 1N AC CIo, TT� L BA ORATORIES Proieet Name: Fort Worth Lake Country TTI Lab No: 3H00118 Project No: 136136 Date Sampled: 08/15/2013 Date Received: 08/15/2013 Date Reported: 08/23/2013 TOTAL METALS-Quality Control TTI ENVIRONMENTAL LABORATORIES Reporting Spike Source %REC RPD Analyte Result MDL Limit Units Level Result %REC Limits RPD Limit Notes Batch 3081702-EPA 3050B Matrix Spike Dup(3081702-MSDI) Source:3H00112-01 Prepared:08/21/13 Analyzed:08/23/13 Arsenic 41.81 0.177 0.360 mg/kg dry 54.5 3.542 70.2 70-130 2.44 20 Barium 93.7 0.224 1.09 54.5 54.3 72.4 70-130 6.24 20 Cadmium 37.59 0.149 1.090 54.5 < 69.0 70-130 5.35 20 QM-05 Chromium 56.17 0.267 1.090 54.5 12.21 80.7 70-130 12.6 20 Lead 48.20 0.137 0.360 54.5 5.470 78.4 70-130 29.4 20 QM-05 Selenium 38.57 0.170 1.090 54.5 1.239 68.5 70-130 4.68 20 QM-05 Silver 16.31 0.230 2.724 27.2 < 59.9 70-130 5.60 20 QM-05 Batch 3082007-EPA 7471A Prep Blank(3082007-BLK1) Prepared:08/20/13 Analyzed:08/23/13 Mercury <0.0330 0.0330 0.0330 mg/kg wet U Blank(3082007-BLK2) Prepared:08/20/13 Analyzed:08/23/13 Mercury <0.0330 0.0330 0.0330 mg/kg wet U Blank(3082007-BLK3) Prepared:08/20/13 Analyzed:08/23/13 Mercury <0.0330 0.0330 0.0330 mg/kg wet U LCS(3082007-BS1) Prepared:08/20/13 Analyzed:08/23/13 Mercury 0.7667 0.0330 0.0330 mg/kg wet 0.833 92.0 70-130 LCS(3082007-BS2) Prepared:08/20/13 Analyzed:08/23/13 Mercury 0.8833 0.0330 0.0330 mg/kg wet 0.833 106 70-130 LCS(3082007-BS3) Prepared:08/20/13 Analyzed:08/23/13 Mercury 0.7833 0.0330 0.0330 mg/kg wet 0.833 94.0 70-130 LCS Dup(3082007-BSD1) Prepared:08/20/13 Analyzed:08/23/13 Mercury 0.8667 0.0330 0.0330 mg/kg wet 0.833 104 70-130 12.2 20 LCS Dup(3082007-BSD2) Prepared:08/20/13 Analyzed:08/23/13 Mercury 0.7500 0.0330 0.0330 mg/kg wet 0.833 90.0 70-130 16.3 20 LCS Dup(3082007-BSD3) Prepared:08/20/13 Analyzed:08/23/13 Mercury 0.8000 0.0330 0.0330 mg/kg wet 0.833 96.0 70-130 2.11 20 Matrix Spike(3082007-MS1) Source:3H00112-01 Prepared:08/20/13 Analyzed:08/23/13 Page 12 of 14 j 800106th Street Arlington,Texas 76011 Phone:(817)861-5322 Fax:(817)2611717 ,N ACCpgO9y TT� LABORATORIES L �� 4 low :} w Proiect Name: Fort Worth Lake Country TTI Lab No: 3H00118 Project No: 136136 Date Sampled: 08/15/2013 Date Received: 08/15/2013 Date Reported: 08/23/2013 TOTAL METALS-Quality Control TTI ENVIRONMENTAL LABORATORIES Reporting Spike Source %REC RPD Analyte Result MDL Limit Units Level Result %REC Limits RPD Limit Notes Batch 3082007-EPA 7471A Prep Matrix Spike(3082007-MSI) Source:3H00112-01 Prepared:08/20/13 Analyzed:08/23/13 Mercury 0.8070 0.0363 0.0363 mg/kg dry 0.917 < 88.0 70-130 Matrix Spike(3082007-MS2) Source:3H00143-08 Prepared:08/20/13 Analyzed:08/23/13 Mercury 0.7667 0.0330 0.0330 mg/kgwet 0.833 < 92.0 70-130 Matrix Spike(3082007-MS3) Source:3H00144-07 Prepared:08/20/13 Analyzed:08/23/13 Mercury 0.7167 0.0330 0.0330 mg/kg wet 0.833 < 86.0 70-130 Matrix Spike Dup(3082007-MSD1) Source:3H00112-01 Prepared:08/20/13 Analyzed:08/23/13 Mercury 0.8804 0.0363 0.0363 mg/kg dry 0.917 < 96.0 70-130 8.70 20 Matrix Spike Dup(3082007-MSD2) Source:3H00143-08 Prepared:08/20/13 Analyzed:08/23/13 Mercury 0.7833 0.0330 0.0330 mg/kg wet 0.833 < 94.0 70-130 2.15 20 Matrix Spike Dup(3082007-MSD3) Source:3H00144-07 Prepared:08/20/13 Analyzed:08/23/13 Mercury 0.7333 0.0330 0.0330 mg/kg wet 0.833 < 88.0 70-130 2.30 20 Page 13 of 14 800106th Street # Arlington,Texas 76011 Phone:(817)861-5322 # Fax: (817)2611717 A G C 0,9 0 B R°TOS L TTI L Q Proiect Name: Fort Worth Lake Country TTI Lab No: 3H00118 Project No: 136136 Date Sampled: 08/15/2013 Date Received: 08/15/2013 Date Reported: 08/23/2013 Notes and Definitions U Analyte included in the analysis,but not detected QM-05 The spike recovery was outside acceptance limits fad the MS and/or MSD due to matrix interference.The LCS and/or LCSD were within acceptance limits showing that the laboratory is in control and the data is acceptable. J Detected but below the Reporting Limit;therefore,result is an estimated concentration(CLP J-Flag). DET Analyte DETECTED ND Analyte NOT DETECTED at or above the reporting limit r NR Not Reported dry Sample results reported on a dry weight basis RPD Relative Percent Difference I« I i I I i I 1 F I I I i I r t i t i i Page 14 of 14 j I C 800106th Street Arlington,Texas 76011 Phone:(817)861-5322 Fax:(817)2611717 i s i i f I 4. 2013 Wage Rates THIS REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Lake Connby 500,000 Gallon Elevated Storage Tank Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.2139 M&C Review Page 1 of 1 Ofildal site of the City of Fort Worth,Texas IL ENDA IrIAT11 COUNCIL ACTION: Approved on 10/29/2093 DATE: 10/29/2013 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/AccountlCenters Submitted for City Manager's Office by: Fernando Costa(6122) Originating Department Head: Douglas W. Wiersig (7801) Additional Information Contact: Roy Teal (7958) ATTACHMENTS NewCOFW Houdf NewCOFW Vert.pdf http://apps.cfwnet.org/council_packet/me review.asp?1D=19155&councildate=10/29/2013 11/4/2013 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician(Journeyman) $ 19.63 Electrician Apprentice(Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer(Miscellaneous) $ 13.00 Metal Installer Helper(Miscellaneous) $ 11,00 Metal Stud Framer $ 16.12• Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9,98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 - - - - Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane,Clamsheel, Backhoe,Derrick,D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry(Fall 2012)Independently compiled by the Lane Gorman Trubitt,PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's(The Construction Association)website. www.texoassociation.org/Chapter/Wagerates.asp Page 2 of 2 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher,Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator,Hydraulic 80 tons or less $ 18,12 Crane Operator,Lattice Boom 80 Tons or Less $ 17.27 Crane Operator,Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator,50,000 pounds or less $ 17.19 Excavator Operator,Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter,Structures $ 13.84 Form Setter,Paving&Curb $ 13.16 Foundation Drill Operator,Crawler Mounted $ 17.99 Foundation Drill Operator,Truck Mounted $ 21.07 Front End Loader Operator,3 CY or Less $ 13.69 Front End Loader Operator,Over 3 CY $ 14.72 Laborer,Common $ 10.72 Laborer,Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator,Fine Grade $ 17.19 Motor Grader Operator,Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator,Asphalt $ 13.08 Roller Operator,Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy-Float $ 16.24 Truck Driver Transit-Mix $ 14.14 Truck Driver,Single Axle $ 12.31 Truck Driver,Single or Tandem Axle Dump Truck $ 12.62 Truck Driver,Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas'Standard Job Classifications and Descriptions for Highway, Heavy,Utilities,and Industrial Construction in Texas. Page 1 of 1