Loading...
HomeMy WebLinkAboutContract 50694 ONTRACTOR CITY SECRETARY SPONSORING DEPT PROJECT MANAGER oo 4ME COPY THE CITY OF FORT WORTH, TEXAS C' NIA 4 � " EUGENE McCRAY .. COMMUNITY CENTER EXPANSION PMD2015-10, CITY PROJECT #CO2459 _ FORT WORTH. Cmr SECRETARY CONTRACT NO. -- BETSY PRICE DAVID COOKE MAYOR CITY MANAGER Steve Cooke Director, Property Management Department Richard Zavala F Director, Park & Recreation Department GSBS Architects - March 2018 OFFICIAL RECORD ' CITY SECRETARY FT.WORTH,U RJM Contractors, Inc. - City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 3/6/201.8 DATE: Tuesday, March 6, 2018 REFERENCE NO.: C-28616 LOG NAME: 21 HANDLEY MEADOWBROOK AND MCCRAY COMMUNITY CENTER EXPANSIONS SUBJECT: Authorize Execution of two Construction Contracts with RJM Contractors, Inc., the First Contract in the Amount of$1,847,387.50, Including 7.5 Percent for the Owner's Construction Contingency Allowance, for the Expansion of the Handley Meadowbrook Community Center, the Second Contract in the Amount of $1,544,428.50, Including 7.5 Percent for the Owner's Construction Contingency Allowance, for the Expansion of the Eugene McCray Community Center and Provide for Administrative Costs(Survey, Platting, Geotechnical, Bid Advertisement, Site Utilities, Water Line Improvements, IT, Security, Project Management, Contingency, FFE, Etc.) for a Total Combined Project Cost of$4,566,021.64 (2014 Bond Program) (COUNCIL DISTRICT 5) RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of a construction contract with RJM Contractors, Inc., in the amount of $1,847,387.50, including 7.5 percent for the Owner's construction contingency allowance, for the expansion of the Handley Meadowbrook Community Center and provide for associated administrative costs; and 2. Authorize execution of a construction contract with RJM Contractors, Inc., in the amount of $1,544,428.50, including 7.5 percent for the Owner's construction contingency allowance, for the expansion Eugene McCray Community Center and provide for associated administrative costs. DISCUSSION: Proposition 2 of the 2014 Bond Program includes the design and construction of expansions to the Handley Meadowbrook Community Center and the Eugene McCray Community Center and replacement, reconstruction and expansion of existing road and parking lot at Handley Park. The expanded facilities will provide programming for youth and adults including after-school activities, summer day camp, classes for youth, adults and activities for seniors. The project will include multi-purpose rooms, fitness room, kitchen and storage. The exterior improvements consist of parking, driveways and landscape. On December, 15, 2015, the City Council authorized execution of an architectural services Agreement for the design and preparation of construction documents for these two projects Mayor and Council Communication (M&C C-27564). The City issued a Request for Proposals (RFP) in the Fort Worth-Star Telegram on October 5, 2017 and October 12, 2017 and received nine proposals on November 30, 2017 for the project from general construction contractors. Five of these firms provided the required "Post Proposal—Pre Award Submittals" to be further evaluated by the City. The five complete proposals were reviewed by members of the Park and Recreation Department, Neighborhood Services Department, M/WBE Office and the Property — Management Department and were evaluated for best value based on the criteria set forth in the Request Logname:21HANDLEY MEADOWBROOK AND MCCRAY COMMUNITY CENTER EXPANSIONS Page 1 of 4 for Proposals. The selection team recommends award the construction contract to RJM Contractors, Inc. The following table provides a summary of the scoring criteria for each firm. Wilks Mac's Criteria Contractors, Construction Conractors PartnersDenco CS Inc. Company, Inc. LLC ' Corporation Inc. Proposed Price 1 60 1 55 1 50 43 1 42 M/ BE 16.0 1 7.5 ^1 2.5 F 5.0 1 3.5 i Proposed Schedule 1 10.0 1 7.5 1 9.0 F 6.0 7.5 Reputation/Experience l 9 7 .4— F 8 ^ 4 Past Relationship with ( ° �5 5 I 5 6 City of Fort Worth _ TOTAL 93.0 1 82.0 170.5 F 67.0 63.0 The overall project costs are listed in the table below: HANDLEY MEADOWBROOK AND EUGENE McCRAY TOTALS COMMUNITY CENTER EXPANSIONS Architectural and Engineering Design - Handley Meadowbrook $159,590-00 Architectural and Engineering Design - McCray $101,322.00 Combined Project Management, Survey, Platting, Geotechnical, Bid $166,356.00 Advertisement, etc. Design Phase Total $427,268.00 Construction Contract - Handley Meadowbrook (including 7.5 percent of Base Bid as Owner's Construction Contingency $1,847,387.50 Allowance) Construction Contract - Eugene McCray (including 7.5 percent of [$1,554,428.50 Base Bid as Owners Construction Contingency Allowance) Combined Project Administration Cost: Site Utilities, Water Line _ Improvements, IT, Security, Project Management, Contingency, $736,937.64 FFE, Etc. Construction Phase Total $4,138,753.64 PROJECT TOTAL $4,566,021.64 .. FUNDING SOURCES—The 2014 Bond Program, Proposition 2, allocated $800,000.00 for the expansion of the Eugene McCray Community Center, $1,254,150.00 for the Handley Meadowbrook Community Center expansion and $80,760.00 for road and parking improvements at Handley Meadowbrook Park. _ On May 17, 2016, City Council authorized the reallocation of funding for each community center expansion project based on projected funding shortfall. Additionally, gas revenue was appropriated to cover the anticipated funding gap. Details of the project funding are summarized in the attached Funding Source Document. In accordance with Chapter 7, Article III, Section 7-47, Section 109.2.1 of the City Code, Building and Logname:21HANDLEY MEADOWBROOK AND MCCRAY COMMUNITY CENTER EXPANSIONS Page 2 of 4 Trade Permit Fees are waived for this project. These projects are included in the 2014 Bond Program. Available resources within the General Fund will ,. be used to provide interim financing until debt is issued. Once debt associated with the project is sold, bond proceeds will reimburse the General Fund, in accordance with the statement expressing official Intent to Reimburse that was adopted as part of the ordinance canvassing the bond election (Ordinance No. 21241-05-2014) and subsequent actions taken by the Mayor and City Council. OPERATING IMPACT-The annual center operating impact associated with this project beginning in Fiscal Year 2018 is expected to be$1,000.00 annually for Handley Meadowbrook Community Center, and $1,000.00 for Eugene McCray Community Center. Anticipated additional revenue is expected to be $1,956.00 total, or a five percent increase per Community Center, annually. FF&E has been approved and funded in Fiscal Year 2018. The annual park maintenance cost associated with this project beginning in Fiscal Year 2018 is expected to be $500.00 for each park. SCHEDULE- Construction on both Community Centers is anticipated to begin during the first quarter of Calendar Year 2018, with estimated completion during the first quarter of Calendar Year 2019. M/WBE OFFICE- RJM Contractors, Inc., is in compliance with the City's BDE Ordinance by committing to 19 percent MBE participation on the base bid. The City's MBE goal on this project is 17 percent. Both Community Centers are located in COUNCIL DISTRICT 5. _ FISCAL INFORMATION /CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as appropriated, of the 2014 Bond Program, the General Capital Projects Fund and the PACS Gas Lease Capital Projects Legacy Fund. Prior to an expenditure being incurred, the participating department has the responsibility to validate the availability of funds. FUND IDENTIFIERS (FIDs): TO Fund Department ccoun Project Program ctivity Budget Reference # moun ID ID Year Chartfield 2 FROM Fund Departmentccoun Project Program ctivity Budget Reference # Amount ID 1A ID Year (Chartfield 2) CERTIFICATIONS: Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Steve Cooke (5134) Additional Information Contact: Brian Glass (8088) ATTACHMENTS 1. 21 Handley Meadowbrook Mccray CC Expansions.xlsx (CFW Internal) 2. EM HM CCs Funding Sources 2018 0202.docx (CFW Internal) 3. EM HM Locations.pdf (Public) 4. RJM Contractors Compliance Memo.pdf (CFW Internal) Logname:21HANDLEY NMADOWBROOK AND MCCRAY COMMUNITY CENTER EXPANSIONS Page 3 of 4 5. RJM Form 1295.pdf (Public) 6. SAM RJM Contractors Inc.pd (CFW Internal) i E E Wi i 1^ Logname:21HANDLEY MEADOWBROOK AND MCCRAY COMMUNITY CENTER EXPANSIONS Page 4 of 4 0, -Czy� 1 (0 CERTIFICATE OF INTERESTED PARTIES FORM 1295 101'1 Complete Nos.1-4 and 6 If there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2016-303861 RJM Contractors,Inc. Fort Worth,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 01/19/2018 being filed. City of Fort Worth Date Acknowledg N, 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,anro de a description of the services,goods,or other property to be provided under the contract. PMD2015-10 and PMD2015-09 Eugene McCray Community Center Expansion(City Project#002459)and Handley-Meadowbrook Community Center Expansion Project#CD2460 4 Nature of interest Name of interested Party City,State,Country(place of business) (check applicable) Controlling Iritermediary 5 Check only it there is NO Interested Party. X 6 UNSWORN DECLARATION ►� / My name is ) .t�n1/ y t+1 F/Ir� and my date of birth is (�/! � 1605 Myaddressis V f ((!�✓s�u'�l I!ti q� , (street) (city) ( e) (zip-de) (country) I declare under penalty of perjury that the twegoing Is true and correct. n 0<1 Executed in � irr tel_y� County,State of� �[5 ,on the tday of n ,2q/9 . (month) (year) Sig tore gfA61hol6ed agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.3337 S� A Gateway - 1-30 3 Pa rk r _ LANCASTER ' • L I �. _ EpAdE = . Arlington 'r �h-�48 IL CO Recreation Center gir j. F_ t' r1-20 . Council District- f i f �' ': �: , U o o O Coco 0 0 0 0 0 0 YC o o 0 0 0 0 0 y 0 0 O O m I l l O.1 N N m N ' O ,C N N OND A O O 0- EL .- r m O a a N u N w c E f d $ 8LU > c V m O J CL �rCw� O u`S rn 2 E Cl) O HSN U d O O O p O O O O O O O C = IyM O O O p 000 O 000 ' G 53��`� V o o O mA A PI v01000 m V O Ill O i+l O N NLL LO C r ao l+Nl N O f N U w N z W W 0 W U o 0 0 0 0 0 0 0 0 Y c 0 0.00 0 0 0 A0 w O O 1 N N o Nrz 'i O mv �N N� J O' n J c Q N c Q f CL o N E y O �rowc O U mxcn� c cf m°Pmvx w w w wwww ww N O E coo•u N' 1 O O O O O O O O O N ` m 0 d O O O O O O .000 Z Lu N or m UN v O cmI00 mOODaa C V 0LL E r a p cn a o0'1 A G O N U d yr Q W Y f N U) CL J 3 i Z w o O W z � � F- WWLg LU W w �• www wwww m � U o o p o 0 0 0 0 0 U O o p C C C. C o Q = Q y O Y O .00 0 0 0 U ~ W f 0 0o o 0 O A O O O Ill CL o N W a O ,N A 'i+l'OI A m C Q m W W m N ; m N' GG H m 3� f0 N y D w 0Q W W N W N <O O H o (L J 0 0 C o f a z vi w 13 CL LLL m u l0 r >Ia rn cwi m z 3 Z > w M r ` �F4�E x w w �++ wwww ww Cl) a S. 5; in c � O O p poo Coco a J r O O o 0 o O O O O v X v D O m 0 ,m 0 m 0 0 0 0 0 0 0 F W d E v U 3 m r V A O o 0 o Coo c m n r N III tV o CL Ci Z � .O w 7 MLL Y r 16 0 r N N�oN'1 NN m� lL a LYIt z ~ W z V f N w XLU W z 0 � � w W H w w �/+ www wwww z O UU Y Y d o 3 m u P yy a ~ O O `mom opo Y j m rn i. 3 O >K � 3 O zy r U) cwn d d d °0°d > m000a m a �0 U a p r N a d a d z E " c E W o Y W o N a o Ip R.d �d �d= w I+� w a N d U) waaa ,aa z U W 2 nD8M -6 � " L° CL0 -i EEv� �w U J H O p M m O` V aaa�««af 7J U 0 w= LUz0 -6 LOM W 0 0 E99 �. W = 3 O N W O A d r Q Q 2 L11 d a N 0 > PVI v W a LL U LL z 0 0 Q y N y D O ik O m y z O O u u a` iD C =z z d d O G > G J J a<v . �/ \ \ \\\} \\ g §` , � _B ° n § Ac 2 § _ 2 ®®[ ! ® - ---- ®- /#7 § § ki° 7 Bk t k/ t: 0 § k ) §` - "3 _ § � 03 Ci R k� � � | - . ] § § k)})k - 2 ..M Z 2 IL mkZ\p 8 2 § § « %! 2 � § � 0 j zLU � P w § } ® ® zCl! Lq C, 0 cl Lq R Lq , ■ f k� C. _ � E § ~ - , Lu IL '0§)}§ § 0 .. u a E _ S k)(\| =® ® � ®®®® ®® ° k§y§§7\ IR Ln oi IS . R e; ; Si §m ! LU LU Ow LU 0 § - 0 � n;2;m\\2! ° - � £aa,2 §§ - _ E � 11� §kkE ELu ;§ § cn 0: „a te ° § G �R�� . #,«« !� LU I ® o0 'aa'a $\2/ *5 2 IL««« ,��`a mi . � 2 | )§� 2 A A t}� 9392 uj§kk IL 0� a co } § / ~ • Z � g ® w _ q ## /�k \ 0) # ,§+|■ - ---- - _ ■t;Agcs QR — § ! ] {O } §A _ __ k / kk / \ 2k$} c',-4 0� � - £ 2 • , t ƒ! e r « fr!}$ w . co SN |§m@A § - - - -- -- S ;()k\ z S It } E 00E �� °5 k� \ � �� © � � § w , X22 0 ■ LU § § o� QQ - - --- - -- \ §k \ \ _ �_ .. ■ f ;§ � w ] § ® " . wE r | � ° § IL k / z _ J )§}){ - - ---- -- 7 CL \®G7 S\ $ § ; ~uj • § 0 �ee # |k m-- [ \{2!§2 . a -©k (� a{,o�z ! CL � UzEEE! " Eb «« E® w§ 0 ui ;Rf � ,_� % a g§_;a< . ;#«< 2� uj co w 2§�!!!lkk�0 L� LU J A f wkk Zzz 040 FORT WORTHO, CITY OF FORT WORTH PROPERTY MANAGEMENT DEPARTMENT ADDENDUM NO. 3 EUGENE McCRAY and HANDLEY-MEADOWBROOK COMMUNITY CENTERS EXPANSION Request for Proposals Submittal Date: November 30, 2017 (NO CHANGE) The Request for Proposals for the above project is hereby revised and amended as follows: 1. The following General Contractors have indicated that they plan to submit a proposal for this project: Dante Williams Project Manager 1900 Ballpark Way Suite 1101 Arlington, TX 76006 T Office: (817) 640-44201 Fax: (817)640-44301 Email: dwilliams@con-real.coml Website: www.Con-Real.com 2. The following Asbestos Surveys for Eugene McCray Community Center, dated January 20, 2016 (Attachment No. 1) and Handley-Meadowbrook Community Center, dated April 17, 2008 (Attachment No. 2) are included as part of this Addendum. 3. A revised "Proposal' is included as part of this Addendum and dated November 17, 2017. (Attachment No. 3) 4. GSBS Architects Addendum No. 3 cover letter dated November 17, 2017 with attached revised/added drawings and clarification notes. (Attachment No. 4) Acknowledge the receipt of this Addendum No. 3 on your Proposal. Steve Cooke Director, Property Management Department By: Alfonso Meza Project Manager, Architectural Services PMD, Facilities Division 817-392-8274, FAX 817-392-8488 Alfonso.Meza(c)fortworthtexas.go RELEASE DATE: November 17, 2017 Addendum No.3 Page 1 of 1 PARD—E.McCrav&H-M Community Centers Expansion November 2017 r Report of Comprehensive Industrial Hygiene and + Safety Technology,Inc. Asbestos Survey 2235 Keller Way Prepared for. Carrollton,TX 75006 City of Fort Worth Phone: (972)478-7415 1000 Throckmorton .. Fax:(972)478-7615 Fort Worth,TX 76102 http://www.ihst.com Leaders in Building Surveyed. Quality, Service Euguene McCray Community Center and Innovation 4932 Wilbarger Street Fort Worth, TX Report Date: Wednesday,January 20, 2016 w w PAGE LEFT BLANK INTENTIONALLY Industrial Hygiene and Safety Technology,Inc. IHST Project Number:21197 6R Comprehensive Asbestos Survey OR Euguene McCray Community Center 4932 Wilbarger Street Fort Worth, TX OR - - 4 Table of Contents 11110 1.0 Introduction 3 2.0 Purpose and Scope 3 3.0 Report Organization 3 4.0 Field Investigation 3 5.0 Sampling 4 5.1 Laboratory Analysis 4 5.2 Analytical Methods 5 5.3 Bulk Sample Results 5 6.0 Hazard Assessment 6 6.1 Hazard Assessment Ratings 6 6.2 Asbestos-Containing Material Assessments 7 7.0 Hazard Assessment Summary 8 7.1 Response Actions 8 8.0 Qualifications 9 r. Appendices Appendix A: Site Drawings Appendix B: Lab Results Appendix C; Bulk Summary Report Appendix D: Photographs Comprehensive Asbestos Survey City of Fort Worth-Euguene McCray Community Center 4932 Wilbarger Street Page 2 of 10 ndus,naMyglenaand Fort Worth,TX SaleryTzeM1nalagy,Inc. Industrial Hygiene and Safety Technology, Inc. IHST Project Number:21197 1.0 Introduction This document is a report of a Comprehensive Asbestos Surrey performed by Industrial Hygiene and — Safety Technology, Inc.(IHST). IHST is licensed by the Texas Department of State Health Services (DSHS), formerly the Texas Department of Health, as an Asbestos Consultant Agency(DSHS License #10-0145. Figure 1 provides a description of the assessment described by this report. Figure 1. Comprehensive Asbestos Survey Profile T Client Name: City of Fort Worth Facility/Campus Eugene McCray Community Center — Building: Euguene McCray Community Center 4932 Wilbarger Street Fort Worth, TX Survey Date(s): 1/13/2016 Inspector(s): Kristopher Girton- DSHS Asbestos Inspector License#60-3353 2.0 Purpose and Scope The purpose of this project was to locate, identify, and assess the condition of asbestos containing material (ACM) present at the subject building, and to develop recommendations based on existing and potential asbestos related hazards. The following scope of work was used during the asbestos assessment for the subject property: ! A. Collecting and analyzing bulk samples of suspected asbestos-containing materials. B. Quantification of the suspected asbestos-containing material. C. Approximate costs of abatement, to include abatement specifications, contractor selection, and on-site management during remediation activities. D. Provide an approximate time schedule for abatement procedures. E. Make recommendations based on survey data collected to implement an Operation — and Maintenance(O&M) Program or abatement procedures. F. Preparing a report discussing the findings and remedial recommendations. — 3.0 Report Organization This report is divided into sections which discuss the review of available documentation, field investigation, laboratory analysis, hazard assessments, and recommendations. Illustrations, such as tables and figures follow the text. Other supporting documentation, such as laboratory reports are also included. 4.0 Field Investigation The survey was conducted to determine the amount of asbestos-containing materials present in the subject building. The surrey included an observation of accessible areas and unusual conditions; and bulk sampling of suspected asbestos-containing materials. Bulk samples were collected of suspect materials and analyzed by Polarized Light Microscopy(PLM)with dispersion staining, in accordance with the Environmental Protection Agency's (EPA) Method for the Determination of Asbestos in Bulk Insulation Samples(Method 600/R-93/116). Percentage estimates are based on the analyst's best Comprehensive Asbestos Survey City of Fort Worth-Euguene McCray Community Center 4932 Wilbarger Street Page 3 of 10 Fort Worth,TX SafcryTechnology,Inc. Industrial Hygiene and Safety Technology,Inc. IHST Project Number:21197 judgment following PLM/DS and examination with a stereoscope. Laboratory reports containing sample location and results are included with this report. The survey was designed to identify the presence of both friable and non-friable asbestos-containing materials present in the surveyed area. Friable means that the material, when dry, may be crumbled, pulverized, or reduced to powder by hand pressure. Building materials suspected of containing asbestos were grouped into"Homogeneous"sampling areas. The homogeneous areas were defined based on uniform texture, color, and appearance. Additionally, homogeneous areas were further defined based on building construction date(s). Each of the items sampled were classified into one of three categories: 1.) Surfacing Material: A surfacing material is a building material which has been applied to a surface (i.e., walls or ceilings) or structural members. Examples of surfacing materials which may contain asbestos are: spray-applied fireproofing, spray-applied acoustical texture, and trowel-applied textured ceilings and walls. 2.) Thermal System Insulation: All types of insulation used on a building's mechanical system are classified into the category of thermal system insulation. Examples of thermal system materials which may contain asbestos are: boilers and related piping, or duct insulation. 3.) Miscellaneous: All remaining materials which do not fall into the two above categories are placed in the miscellaneous category. Examples of miscellaneous materials which may contain asbestos are: lay-in ceiling tile, floor tile, mastic adhesives and roofing felt. An assessment was conducted for each building material sampled. The physical assessment consists of evaluating the condition of the suspect material and the potential for future disturbance. Recommendations made for a building material which contains asbestos are based on the assessments made by the inspector during the survey. The data developed during the asbestos survey is presented in the following sections of this report. Table 1 contains the Summary of Bulk Sample Analysis and Assessment and Table 2 contains the Cost Estimate Summary. Both tables present specific locations, results of additional asbestos analysis, time schedules, and quantities of asbestos. These cost estimates are based on IHST's experience and commercial estimates used by local abatement contractors. However, it should be noted that the cost estimates are not based on a written set of specifications or a confirmed scope of work, which can affect the final contract cost. 5.0 Sampling Sampling during the field investigation included the collection of bulk samples of suspected asbestos containing materials, as listed in Table 1., Summary of Bulk Sample Analysis and Assessment. After sample recovery, samples were placed in secure containers, and the sampling vicinity was cleaned and sealed. Appropriate chain-of-custody protocols were initiated at that time to track handling of bulk samples. 5.1 Laboratory Analysis The samples were transported to and analyzed by the analytical laboratory specified in Figure 2., — a successful participant in the Department of Commerce, National Institute of Standards and Technology's(NIST) National Voluntary Laboratory Accreditation Program and licensed by the Texas Department of State Health Services (DSHS), formerly the Texas Department of Health. Ten percent(10%)of the bulk samples were reanalyzed independently as part of the quality assurance and quality control programs. Comprehensive Asbestos Survey City of Fort Worth-Euguene McCray Community Center 4932 Wilbarger Street Page 4 of 10 Fort Worth,TX SahryTecM1nclogy,Inc. Industrial Hygiene and Safety Technology,Inc. IHST Project Number:21197 Figure 2. Bulk Sample Laboratory Profile Laboratory Name: Steve Moody Micro Services DSHS License Number: #30-0084 NVLAP Lab ID: #102056 Expires: 5/31/2016 5.2 Analytical Methods Bulk samples were analyzed by Polarized Light Microscopy(PLM). This technique characterizes the materials refractive indices, fiber morphology, birefringence, extinction angle, sign of elongation, and dispersion staining colors to detect asbestos. Percentage estimates are based on approximate area compositions under a stereo-microscope. 5.3 Bulk Sample Results The results of the sample analysis are presented in Table 1, and the laboratory analysis report is included as Appendix B. Figure 3. Materials with Asbestos Detected at 1% or Greater No materials were identified which contained 1%or more of asbestos. Figure 4. Materials with NO Asbestos Detected(Pursuant to EPA and DSHS Definition) Matz Type Description Location • Adhesive Wall Glue Utility Room on Roof ■ Pipe Ins. Pipe Insulation Utility Room on Roof • CoatingMaterial White End Cap Coating Utility Room on Roof • Roofing Rolled Roofing Office Roof,Gym Roof • Caulking Silver Vent Caulking Office Roof • Caulking White Penetration Caulking Office Roof • CoatingMaterial Beige Coating on Duct Office Roof&Gym Roof r • Caulking Atrium Caulking Office Roof ■ Caulking Gray Perimeter Caulking Office Roof _ ■ Caulking Beige Perimeter Caulking Office Roof,Gym Roof • Caulking Expansion Caulk Office Roof PW ■ Sheetrock Sheetrock/Joint Compound Ceilings Closet:Main Entrance,Weight Room,Gym • Cove Base 4"Gray Cove Base Closet:Main Entrance,Weight Room,Janitor • Flooring Matls 12"x12"Floor Tile/Mastic Closet:Main Entrance,Janitor,Storage ■ ACT 2'x2'Ceiling Tile Janitor Closet,Kitchen,Multipurpose Room#1 • Cove Base 4"Black Cove Base Weight Room • Flooring Matls Black Rubber Flooring Weight Room • Caulking Exterior Door Caulking Exterior:Main Entrance,Multipurpose Room #1,Multipurpose Room#2 • HVAC Ins HVAC Duct Insulation Multipurpose Room#1,Main Lobby, Multipurpose Room#2 Comprehensive Asbestos Survey City of Fort Worth-Euguene McCray Community Center 4932 Wilbarger Street Page 5 of 10 IntlusrizI MY9lene anE Fort Worth,TX S fdy Ted,,Il,,Inc. I Industrial Hygiene and Safety Technology,Inc. IHST Project Number.21197 w FI Pq w w w •w Comprehensive Asbestos Survey City of Fort Worth-Euguene McCray Community Center 4932 Wilbarger Street Page 6 of 10 „aHyseeaa Fort Worth,TX SaleryTechnology,Inc. Industrial Hygiene and Safety Technology,Inc. IHST Project Number:21197 6.0 Hazard Assessment Asbestos is an airborne hazard. A hazard assessment refers to the process by which we evaluate a material's potential to release fibers into the air. Fibers may be released spontaneously as part of the aging process, or as a result of sudden impact, vibration, air movement, or localized deterioration. Assessing a material's potential for fiber release, and hence its associated hazard, is based upon evaluating the material's condition and potential for further disturbance, damage, or deterioration. 6.1 Hazard Assessment Rankings Any material identified as asbestos containing that exhibits damage, should be considered a hazard to anyone who works in the area. Typically, damage is classified as minor or significant. Minor damage is characterized by small cuts, tears, scuffs, small openings, or other limited disturbance to asbestos containing materials. Areas with minor damage represent varying degrees of hazards from slight to high depending on: *The nature of the damage; _ *Proximity to disturbers, such as airstreams; * Location with respect to building occupants; *Activity in the immediate area; and * Frequency of maintenance in the area. Significant damage is characterized by large openings, visible flaking, loose particles, and debris on surfaces below the material. Asbestos containing materials which exhibit significant damage are either high or critical hazards, depending upon accessibility. High hazards exist where ! significantly damaged materials are generally inaccessible; however, where significant damage is accessible, or in the vicinity of building occupants, there is a critical hazard. The recommended action for addressing asbestos related hazards depends upon the degree of hazard. For .� example: *An immediate hazard or critical assessment describes a situation in which the material is exposed and friable, accessible to personnel, and is disturbed releasing fibers in the air. In this ! situation, immediate action should be taken. At a minimum, the area should be isolated and access restricted. *A high assessment describes a situation in which the material is in poor condition, exposed and friable, with a potential for disturbance. In this case, interim controls should be instituted, and the material should be removed when practical. Repairs should be made to the ACM if abatement is not scheduled. *A medium or moderate assessment describes a situation in which a combination of the determining factors vary, such as a material that is in good condition but has a high asbestos content and is generally accessible. In situations like this, abatement can be scheduled with future building renovation or maintenance. *A low or slight assessment describes a situation in which the material is in good condition and has a low potential for disturbance, damage, or deterioration. In this situation, an O&M program is usually all that is needed. In general, those areas that are classified as critical or high damage should be abated. These T are areas where a high probability of exposure could occur. Moderately damaged areas would require an Operations and Maintenance(O&M) Program to be instituted. In addition, these areas should be considered for abatement, or at the very least repaired. Comprehensive Asbestos Survey City of Fort Worth-Euguene McCray Community Center 4932 Wilbarger Street Page 7 of 10 d,� HY9—a a Fort Worth,TX SaleryTecAnala9Y.lnc. Industrial Hygiene and Safety Technology,Inc. IHST Project Number:21197 6.2 Asbestos-Containing Material Assessments — Figure 5 provides a summary of the asbestos identified during the survey, along with a hazard assessment for each type and condition of asbestos-containing material. Figure 5. Hazard Assessments for Asbestos-Containing Materials No asbestos-containing materials were identified during the survey. Comprehensive Asbestos Survey City of Fort Worth-Euguene McCray Community Center 4932 Wilbarger Street Page 8 of 10 i'l HYg;e Rend Fort Worth,TX srer�recn,cmgy,m. Industrial Hygiene and Safety Technology,Inc. IHST Project Number:21197 7.0 Hazard Assessment Summary In the event other building materials are discovered in addition to the materials sampled in this survey, those building materials should be presumed to contain asbestos and treated as such until proven otherwise by PLM laboratory analysis. 7.1 Response Actions No asbestos-containing materials were identified during the survey. No additional _ recommendations are necessary. 7.2 Explanation of Response Ratings Table 1 includes a response rating based on factors such as friability, accessibility, potential for disturbance, etc. Definitions for the response ratings are listed below: 0 = Material does not contain detectable amounts of asbestos and requires no asbestos-related abatement action. 1 = Material contains asbestos, was non-friable, and requires no abatement action unless sanded, abraded, drilled or otherwise disturbed. 2 = Material contains asbestos and was friable. Damage was not observed; no immediate abatement action is required. _ 3 = Material contains asbestos, was friable, and shows signs of localized damage with a potential for disturbance. 4= Material contains friable asbestos and was significantly damaged. Comprehensive Asbestos Survey City of Fort Worth-Euguene McCray Community Center 4932 Wilbarger Street Page 9 of 10 lnLusLial HygI...... Fort Worth,TX Sahly ,Technology,Inc. r Industrial Hygiene and Safety Technology, Inc. IHST Project Number:21197 8.0 Qualifications Industrial Hygiene and Safety Technology, Inc. has attempted to observe the existing conditions within the aforementioned building utilizing generally accepted procedures. Regardless of the thoroughness of a survey, the possibility exists that some areas containing asbestos were overlooked, inaccessible or different from those at specific locations. Furthermore, renovation and/or construction may reveal altered conditions. This report describes only the conditions present at the time of the survey, in the areas surveyed. The recommendations presented apply to the conditions that were observed during the survey. IHST policies are to not perform destructive sampling unless previously authorized by the client. Therefore, IHST does not perform core sampling of roofing materials unless previously authorized and accompanied by the owner and/or his representative. Other conditions may exist in unsurveyed or inaccessible areas such as behind walls and above permanent ceilings. In addition, the conditions of asbestos-containing materials may change gradually or suddenly depending upon use, maintenance or accident. As a result, the recommendations presented should be periodically reviewed and updated. The quantity estimates presented in this report were based upon observations during the survey as - well as information from building plans provided by the owner. While it is believed that the estimated quantities are reasonable, unanticipated conditions could be present in inaccessible or unsurveyed areas. Industrial Hygiene& Safety Technology, Inc. do not warrant or guarantee the quantity estimates. The use of such estimates shall be at the user's own risk and shall constitute a release and agreement to defend and indemnify Industrial Hygiene& Safety Technology, Inc. from and against any liability. — If you have any questions or comments regarding the content of this report, I would be glad to discuss them at your convenience. Sincerely, Kristopher Girton 2016.01 .20 14:55:36 -06'00' Kristopher Girton - DSHS Asbestos Inspector License#60-3353 t� Tracy K. Bramlett President DSHS Individual Asbestos Consultant License#10-5040 Comprehensive Asbestos Survey City of Fort Worth-Euguene McCray Community Center 4932 Wilbarger Street Page 10 of 10 -W.'flygi .,d Fort Worth,TX Industrial Hygiene and Safety Technology,Inc. IHST Project Number:21197 w� Appendix: Appendix A: Site Drawings Asbestos Survey Appendix City of Fort Worth-Euguene McCray Community Center 4932 Wilbarger Street d stdziNy9le,ee.. Fort Worth,TX SaleryTechralogy lne. M ro wq w. PAGE LEFT BLANK INTENTIONALLY � ° R � m � @ « �® /2 ¢ 0 \) {{ U) WF } /(E[t 0 omGO£ ( ƒ) /) } � ) / =G a ( #;) !ƒ CO k _ \ 0 \ }\ h , « - 2 \ ° \\ &¥LU !33 \ \\ \ 9 99 9 � \(\ k QD § 22\ J Q LU uj ] L §B! - \ z u , ----- E w m ) < , _ \§ \ `� \ \ 0 \\ - \\o »a ¥ } U u » \ e $ _ c \ (R ) § (§ \ m )} _ @ \ k\ \ \ e ?& 0 $ u 3 n Fal 0- , 04 )/ [ /)o )r % g t«fA« / 4 0 E b / /7\)LL 0 ƒ) /( _ 0 ..\ r \ �0p— c \E _ t a$ , } / t ° ® LU \§ %& ƒ | � ) \ � ! ! _ 6 lb %99 \ \ / )&& 333 \ ;kk /\\ ft ` ,-, � � § ------------------------- w ----- _ w - Ld L ° � ) ------- 9 & , \ CO ) 2 E [ _ \ It ) . = a \ \ � § \ � < _ § ( ) ( 6 5 e / § § f . ) \ {{ _ CO CO [} @ / CO _ \ e 2& w [ qm /) F19 04 k , 2 i2 of K \ \) /0 �* �@Ek° ( 3 \ E"3: Cl) /G$I ƒ) \) A 2 ..§ / \ £_ƒ : ;t \\ # — k_ \ ) k a ( LU \§ g= e � § � G ( \ 2 � . ; \/} 4199 j\j \\\ R| k ® »„ � a 3 ; ] ; ------ - OR .-\/ - . - _ $ 2L 9 3 ° � ) 3 o ------------ / e © Cl) rq 0 \ a 3 ® /± § % § ) ( ) . C § 0\ \ ) to (\ _ 2 ( / )/ ^ z ) /§ ED F ea rl 11 T r M jl PAGE LEFT BLANK INTENTIONALLY w Industrial Hygiene and Safety Technology,Inc. IHST Project Number:21197 am IR Appendix: FE Appendix B: Lab Results Asbestos Survey Appendix City of Fort Worth-Euguene McCray Community Center 4932 Wilbarger Street „H,,„yg;e e,.,, Fort Worth,TX 5f=ry Technology,Inc F• Opp r PAGE LEFT BLANK INTENTIONALLY M E C� PLM Summary Report NVLAP Lab Code 102056-0 2051 Valley View Lane TDSHS License No.30-0084 Farmers Branch,TX 75234 Phone: (972)241-8460 Client: Industrial Hygiene&Safety Technology,Inc. Lab Job No. : 16B-00456 Project: COFW-Eugene McCray CC,4932 Wilbarger St.,Fort Worth Report Date: 01/15/2016 Project#: 21197 Sample Date:01/13/2016 Identification: Asbestos,Bulk Sample Analysis Test Method: Polarized Light Microscopy/Dispersion Staining(PLM/DS) EPA Method 600/R-93/116 Page 1 of 5 On 1/13/2016,fifty seven(57)bulk material samples were submitted by Kristopher Girton of Industrial Hygiene&Safety Technology,Inc.for asbestos analysis by PLM/DS.The PLM Detail Report is attached;additional information may be found therein.The results are summarized below: Sample Number Client Sample Description/Location Asbestos Content EMCC-130116- Wall Glue, Utility Room on Roof None Detected-Glue 001 .. EMCC-130116- Wall Glue, Utility Room on Roof None Detected-Glue 002 EMCC-130116- Wall Glue, Utility Room on Roof None Detected-Glue 003 EMCC-130116- Pipe Insulation, Utility Room on Roof None Detected-Thermal Insulation 004 None Detected-Paper/Foil Wrap EMCC-130116- Pipe Insulation, Utility Room on Roof None Detected-Thermal Insulation 005 None Detected-Paper/Foil Wrap EMCC-130116- Pipe Insulation, Utility Room on Roof None Detected-Thermal Insulation 006 None Detected-Paper/Foil Wrap EMCC-130116- End Cap Coating(White), Utility Room on Roof None Detected-Thermal Insulation 007 None Detected-White Mastic EMCC-130116- End Cap Coating(White), Utility Room on Roof None Detected-Thermal Insulation 008 None Detected-White Mastic EMCC-130116- End Cap Coating(White), Utility Room on Roof None Detected-Thermal Insulation 009 None Detected-White Mastic EMCC-130116- Rolled Roofing Sealant Tar, Office Roof None Detected-Roll Roofing 010 EMCC-130116- Rolled Roofing Sealant Tar, Office Roof None Detected-Roll Roofing 011 EMCC-130116- Rolled Roofing Sealant Tar, Gym Roof None Detected-Roll Roofing 012 EMCC-130116- Vent Caulking(Silver), Office Roof None Detected-Caulking 013 EMCC-130116- Vent Caulking(Silver), Office Roof None Detected-Caulking 014 PLM Summary Report NVLAP Lab Code 102056-0 2051 Valley View Lane TDSHS License No.30-0084 Farmers Branch,TX 75234 Phone: (972)241-8460 i Client: Industrial Hygiene&Safety Technology,Inc. Lab Job No. : 16B-00456 Project: COFW-Eugene McCray CC,4932 Wilbarger St.,Fort Worth Report Date: 01/15/2016 Project#: 21197 Sample Date:01/13/2016 Identification: Asbestos,Bulk Sample Analysis Test Method: Polarized Light Microscopy/Dispersion Staining(PLM/DS) EPA Method 600/R-93/116 Page 2 of 5 On 1/13/2016,fifty seven(57)bulk material samples were submitted by Kristopher Girton of Industrial Hygiene&Safety Technology,Inc.for asbestos analysis by PLM/DS.The PLM Detail Report is attached;additional information may be found therein.The results are summarized below: Sample Number Client Sample Description/Location Asbestos Content EMCC-130116- Vent Caulking(Silver), Office Roof None Detected-Caulking 015 EMCC-130116- Penetration Coating(White), Office Roof None Detected-Coating 016 EMCC-130116- Penetration Coating(White), Office Roof None Detected-Coating 017 EMCC-130116- Penetration Coating(White), Gym Roof None Detected-Coating 018 EMCC-130116- Coating(Beige)on Duct, Office Roof None Detected-Coating 019 EMCC-130116- Coating(Beige)on Duct, Office Roof None Detected-Coating 020 EMCC-130116- Coating(Beige)on Duct, Gym Roof None Detected-Coating 021 EMCC-130116- Atrium Caulking, Office Roof None Detected-Caulking 022 _ EMCC-130116- Atrium Caulking, Office Roof None Detected-Caulking 023 EMCC-130116- Atrium Caulking, Office Roof None Detected-Caulking 024 EMCC-130116- Perimeter Caulking(Gray), Office Roof None Detected-Caulking 025 EMCC-130116- Perimeter Caulking(Gray), Office Roof None Detected-Caulking 026 EMCC-130116- Perimeter Caulking(Gray), Gym Roof None Detected-Caulking 027 EMCC-130116- Perimeter Caulking(Beige), Office Roof None Detected-Caulking 028 PLM Summary Report NVLAP Lab Code 102056-0 2051 Valley View Lane TDSHS License No.30-0084 Farmers Branch,TX 75234 Phone: (972)241-8460 Client: Industrial Hygiene&Safety Technology,Inc. Lab Job No. : 16B-00456 Project: COFW-Eugene McCray CC,4932 Wilbarger St.,Fort Worth Report Date: 01/15/2016 w Project#: 21197 Sample Date:01/13/2016 Identification: Asbestos,Bulk Sample Analysis Test Method: Polarized Light Microscopy/Dispersion Staining(PLM/DS) EPA Method 600/R-93/116 Page 3 of 5 On 1/13/2016,fifty seven(57)bulk material samples were submitted by Kristopher Girton of Industrial Hygiene&Safety Technology,Inc.for asbestos analysis by PLM/DS.The PLM Detail Report is attached;additional information may be found therein.The results are summarized below: Sample Number Client Sample Description/Location Asbestos Content EMCC-130116- Perimeter Caulking(Beige), Office Roof None Detected-Grey Caulking 029 None Detected-Beige Caulking EMCC-130116- Perimeter Caulking(Beige), Gym Roof None Detected-Grey Caulking 030 None Detected-Beige Caulking EMCC-130116- Expansion Caulk, Office Roof None Detected-Caulking 031 EMCC-130116- Expansion Caulk, Office Roof None Detected-Caulking 032 w EMCC-130116- Expansion Caulk, Office Roof None Detected-Caulking 033 EMCC-130116- Sheetrock/Joint Compound Ceilings, Closet at Main None Detected-Drywall Material 034 Entrance None Detected-Joint Compound EMCC-130116- Sheetrock/Joint Compound Ceilings, Closet at Weight None Detected-Drywall Material 035 Room None Detected-Joint Compound EMCC-130116- Sheetrock/Joint Compound Ceilings, Closet at Gym None Detected-Drywall Material w 036 None Detected-Joint Compound EMCC-130116- 4" Cove Base(Gray), Closet at Main Entrance None Detected-Cove Base 037 None Detected-Yellow Mastic me EMCC-130116- 4" Cove Base(Gray), Closet at Weight Room None Detected-Cove Base 038 None Detected-Yellow Mastic EMCC-130116- 4" Cove Base(Gray), Janitor Closet None Detected-Cove Base 039 None Detected-Yellow Mastic .. EMCC-130116- 12"x 12"Floor Tile/Mastic, Closet at Main Entrance None Detected-Floor Tile 040 None Detected-Yellow Mastic EMCC-130116- 12"x 12"Floor Tile/Mastic, Janitor Closet None Detected-Floor Tile 041 None Detected-Yellow Mastic EMCC-130116- 12"x 12"Floor Tile/Mastic, Storage Closet None Detected-Floor Tile 042 None Detected-Yellow Mastic +r PLM Summary Report NVLAP Lab Code 102056-0 _ 2051 Valley View Lane TDSHS License No.30-0084 Farmers Branch,TX 75234 Phone: (972)241-8460 Client: Industrial Hygiene&Safety Technology,Inc. Lab Job No. : 16B-00456 Project: COFW-Eugene McCray CC,4932 Wilbarger St.,Fort Worth Report Date: 01/15/2016 Project#: 21197 Sample Date :01/13/2016 Identification: Asbestos,Bulk Sample Analysis Test Method: Polarized Light Microscopy/Dispersion Staining(PLM/DS) EPA Method 600/R-93/116 Page 4 of 5 On 1/13/2016,fifty seven(57)bulk material samples were submitted by Kristopher Girton of Industrial Hygiene&Safety Technology,Inc.for asbestos analysis by PLM/DS.The PLM Detail Report is attached;additional information may be found therein.The results are summarized below: Sample Number Client Sample Description/Location Asbestos Content EMCC-130116- 2'x 2'Ceiling Tile, Janitor Closet None Detected-Acoustic Tile 043 EMCC-130116- 2'x 2'Ceiling Tile, Kitchen None Detected-Acoustic Tile 044 EMCC-130116- 2'x 2'Ceiling Tile, Multipurpose Room#1 None Detected-Acoustic Tile 045 EMCC-130116- 4" Cove Base(Black), Weight Room None Detected-Cove Base 046 None Detected-Yellow Mastic EMCC-130116- 4"Cove Base(Black), Weight Room None Detected-Cove Base 047 None Detected-Yellow Mastic EMCC-130116- 4" Cove Base(Black), Weight Room None Detected-Cove Base 048 None Detected-Yellow Mastic EMCC-130116- Rubber Flooring(Black), Weight Room None Detected-Rubber Flooring 049 EMCC-130116- Rubber Flooring(Black), Weight Room None Detected-Rubber Flooring 050 EMCC-130116- Rubber Flooring(Black), Weight Room None Detected-Rubber Flooring 051 EMCC-130116- Exterior Door Caulking, Exterior Main Entrance None Detected-Caulking 052 EMCC-130116- Exterior Door Caulking, Exterior Multipurpose Room#1 None Detected-Caulking 053 EMCC-130116- Exterior Door Caulking, Exterior Multipurpose Room#2 None Detected-Caulking 054 EMCC-130116- HVAC Duct Insulation, Multipurpose Room#1 None Detected-Thermal Insulation 055 None Detected-Glass Fiber Wrap EMCC-130116- HVAC Duct Insulation, Main Lobby None Detected-Thermal Insulation 056 None Detected-Glass Fiber Wrap PLM Summary Report NVLAP Lab Code 102056-0 2051 Valley View Lane TDSHS License No.30-0084 Farmers Branch,TX 75234 Phone: (972)241-8460 Client: Industrial Hygiene&Safety Technology,Inc. Lab Job No. : 16B-00456 Project: COFW-Eugene McCray CC,4932 Wilbarger St.,Fort Worth Report Date: 01/15/2016 Project#: 21197 Sample Date:01113/2016 Identification: Asbestos,Bulk Sample Analysis Test Method: Polarized Light Microscopy/Dispersion Staining(PLM/DS) EPA Method 600/R-93/116 Page 5 of 5 On 1/13/2016,fifty seven(57)bulk material samples were submitted by Kristopher Girton of Industrial Hygiene&Safety Technology,Inc.for asbestos analysis by PLM/DS.The PLM Detail Report is attached;additional information may be found therein.The results are summarized below: Sample Number Client Sample Description/Location Asbestos Content EMCC-130116- HVAC Duct Insulation, Multipurpose Room#2 None Detected-Thermal Insulation 057 None Detected-Glass Fiber Wrap These samples were analyzed by layers.Quantification,unless otherwise noted,is performed by calibrated visual estimate.The test report shall not be reproduced,except in full,without written approval of the laboratory. The results +M relate only to the items tested.These test results do not imply endorsement by NVLAP or any agency of the U.S. Government.Accredited by the National Voluntary Laboratory Accreditation Program for Bulk Asbestos Fiber Analysis Lei B # 0205 .Q under Lab Code 102056-0. Analyst(s): Shaun Wilkerson Lab Manager:Heather Lopez Approved Signatory:___—— w Lab Director:Bruce Crabb Approved Signatory ——————————— Thank you for choosing Moody Labs This Page Left Intentionally Blank _ Moody Labs PLM Detail Report NVLAP Lab Code 102056-0 iw 2051 Valley View Lane Supplement to PLM Summary Report TDSHS License No.30-0084 Farmers Branch,TX 75234 Phone:(972)241-8460 Client: Industrial Hygiene&Safety Technology,Inc. Lab Job No. : 16B-00456 Project: COFW-Eugene McCray CC,4932 Wilbarger St.,Fort Worth Report Date: 01/15/2016 Project#: 21197 Page 1 of 9 Sample Number Layer %Of Components %of JAnalysis Analyst ISample Laver I Date EMCC-130116- Glue(Yellow) 100% Glue Binders 100% 01/15 SW 001 EMCC-130116- Glue(Yellow) 100% Glue Binders 100% 01/15 SW 002 EMCC-130116- Glue(Yellow) 100% Glue Binders 100% 01/15 SW 003 EMCC-130116- Thermal Insulation(Yellow) 90% Mineral Wool Fibers 95% 01/15 SW 004 '* Resin Binders 5% Paper/Foil Wrap(Tan/Silver) 10% Cellulose Fibers 60% Glass Wool Fibers 20% Metal Foil 20% EMCC-130116- Thermal Insulation(Yellow) 90% Mineral Wool Fibers 95% 01/15 SW 005 Resin Binders 5% Paper/Foil Wrap(Tan/Silver) 10% Cellulose Fibers 60% ' Glass Wool Fibers 20% Metal Foil 20% EMCC-130116- Thermal Insulation(Yellow) 90% Mineral Wool Fibers 95% 01/15 SW 006 Resin Binders 5% Paper/Foil Wrap(Tan/Silver) 10% Cellulose Fibers 60% Glass Wool Fibers 20% Metal Foil 20% Moody Labs PLM Detail Report N'LAP Lab Code 102056-0 2051 Valley View Lane Supplement to PLM Summary Report TDSHS License No.30-0084 Farmers Branch,TX 75234 Phone:(972)241-8460 Client: Industrial Hygiene&Safety Technology,Inc. Lab Job No. : 16B-00456 Project: COFW-Eugene McCray CC,4932 Wilbarger St.,Fort Worth Report Date: 01/15/2016 Project#: 21197 Page 2 of 9 Sample Number Layer %Of Components %of Analysis Analyst ]Sample Layer Date EMCC-130116- Thermal Insulation(Yellow) 90% Mineral Wool Fibers 95% 01/15 SW _ 007 Resin Binders 5% White Mastic(White) 10% Wollastonite 5% Binders/Fillers 95% EMCC-130116- Thermal Insulation(Yellow) 90% Mineral Wool Fibers 95% 01/15 SW 008 '^ Resin Binders 5% White Mastic(White) 10% Wollastonite 5% Binders/Fillers 95% EMCC-130116- Thermal Insulation(Yellow) 90% Mineral Wool Fibers 95% 01/15 SW 009 _ Resin Binders 5% White Mastic(White) 10% Wollastonite 5% Binders/Fillers 95% EMCC-130116- Roll Roofing(Black) 100% Aggregate 80% 01/15 SW 010 Calcite/Tar Binders 20% EMCC-130116- Roll Roofing(Black) 100% Aggregate 80% 01/15 SW 011 Calcite/Tar Binders 20% EMCC-130116- Roll Roofing(Black) 100% Aggregate 80% 01/15 SW 012 Calcite/Tar Binders 20% Moody Labs PLM Detail Report NVLAP Lab Code 102056-0 2051 Valley View Lane Supplement to PLM Summary Report TDSHS License No.30-0084 Farmers Branch,TX 75234 Phone:(972)241-8460 Client: Industrial Hygiene&Safety Technology,Inc. Lab Job No. : 1613-00456 Project: COFW-Eugene McCray CC,4932 Wilbarger St.,Fort Worth Report Date: 01/15/2016 Project#: 21197 Page 3 of 9 Sample Number Layer %Of Components %of Analysis Analyst ]Sample Layer Date EMCC-130116- Caulking(Silver) 100% Calcite 50% 01/15 SW 013 Binders/Fillers 50% EMCC-130116- Caulking(Silver) 100% Calcite 50% 01/15 SW 014 Binders/Fillers 50% EMCC-130116- Caulking(Silver) 100% Calcite 50% 01/15 SW 015 Binders/Fillers 50% EMCC-130116- Coating(White) 100% Calcite 50% 01/15 SW 016 Binders/Fillers 50% EMCC-130116- Coating(White) 100% Calcite 50% 01/15 SW 017 Binders/Fillers 50% EMCC-130116- Coating(White) 100% Calcite 50% 01/15 SW 018 Binders/Fillers 50% EMCC-130116- Coating(Beige) 100% Calcite 50% 01/15 SW 019 Binders/Fillers 50% EMCC-130116- Coating(Beige) 100% Calcite 50% 01/15 SW 020 Binders I Fillers 50% EMCC-130116- Coating(Beige) 100% Calcite 50% 01/15 SW 021 Binders/Fillers 50% I Moody Labs PLM Detail Report NVLAP Lab Code 102056-0 2051 Valley View Lane Supplement to PLM Summary Report TDSHS License No.30-0084 Fanners Branch,TX 75234 Phone:(972)241-8460 Client: Industrial Hygiene&Safety Technology,Inc. Lab Job No. : 16B-00456 Project: COFW-Eugene McCray CC,4932 Wilbarger St.,Fort Worth Report Date: 01/15/2016 Project#: 21197 Page 4 of 9 Sample Number Layer %Of Components %of Analysis Analyst Sam le Layer Date EMCC-130116- Caulking(White) 100% Calcite 50% 01/15 SW 022 Binders/Fillers 50% EMCC-130116- Caulking(White) 100% Calcite 50% 01/15 SW 023 Binders/Fillers 50% EMCC-130116- Caulking(White) 100% Calcite 50% 01/15 SW 024 Binders/Fillers 50% EMCC-130116- Caulking(Grey) 100% Calcite 50% 01/15 SW 025 Binders/Fillers 50% EMCC-130116- Caulking(Grey) 100% Calcite 50% 01/15 SW 026 Binders/Fillers 50% EMCC-130116- Caulking(Grey) 100% Calcite 50% 01/15 SW 027 Binders/Fillers 50% EMCC-130116- Caulking(Grey) 100% Calcite 50% 01/15 SW 028 Binders/Fillers 50% EMCC-130116- Grey Caulking(Grey) 80% Calcite 50% 01/15 SW 029 Binders/Fillers 50% w Beige Caulking(Tan) 20% Calcite 50% w Binders/Fillers 50% Moody Labs PLM Detail Report NVAP Lab Code 102056-0 w 2051 Valley View Lane Supplement to PLM Summary Report TDSHS License No.30-0084 Farmers Branch,TX 75234 Phone:(972)241-8460 _ Client: Industrial Hygiene&Safety Technology,Inc. Lab Job No. : 16B-00456 Project: COFW-Eugene McCray CC,4932 Wilbarger St.,Fort Worth Report Date: 01/15/2016 Project#: 21197 Page 5 of 9 Sample Number Layer %Of Components %of Analysis Analyst ]Sample Layer Date EMCC-130116- Grey Caulking(Grey) 80% Calcite 50% 01/15 SW 030 Binders/Fillers 50% Beige Caulking(Tan) 20% Silicone Binders 100% EMCC-130116- Caulking(Grey) 100% Calcite 50% 01/15 SW 031 Binders/Fillers 50% EMCC-130116- Caulking(Grey) 100% Calcite 50% 01/15 SW 032 Binders/Fillers 50% EMCC-130116- Caulking(Grey) 100% Calcite 50% 01/15 SW 033 Binders/Fillers 50% EMCC-130116- Drywall Material(White) 70% Glass Wool Fibers 2% 01/15 SW 034 Cellulose Fibers 1% Gypsum/Binders 97% DW Paper/Tape(Tan/White) 10% Cellulose Fibers 100% Joint Compound(White) 20% Calcite/Talc/Binders 100% FIR Moody Labs PLM Detail Report NVLAP Lab Code 102056-0 2051 Valley View Lane Supplement to PLM Summary Report TDSHS License No.30-0084 i Farmers Branch,TX 75234 Phone:(972)241-8460 Client: Industrial Hygiene&Safety Technology,Inc. Lab Job No. : 1613-00456 Project: COFW-Eugene McCray CC,4932 Wilbarger St.,Fort Worth Report Date: 01/15/2016 Project#: 21197 Page 6 of 9 Sample Number Layer %Of Components %of Analysis Analyst ]Sample Layer Date EMCC-130116- Drywall Material(White) 70% Glass Wool Fibers 2% 01/15 SW 035 Cellulose Fibers 1% Gypsum/Binders 97% DW Paper/Tape(Tan/White) 10% Cellulose Fibers 100% Joint Compound(White) 20% Calcite/Talc/Binders 100% EMCC-130116- Drywall Material(White) 70% Glass Wool Fibers 2% 01/15 SW 036 Cellulose Fibers 1% Gypsum/Binders 97% DW Paper/Tape(Tan/White) 10% Cellulose Fibers 100% Joint Compound(White) 20% Calcite/Talc/Binders 100% EMCC-130116- Cove Base(Grey) 95% Calcite/Vinyl Binders 100% 01/15 SW 037 Yellow Mastic(Yellow) 5% Glue Binders 100% EMCC-130116- Cove Base(Grey) 95% Calcite/Vinyl Binders 100% 01/15 SW 038 Yellow Mastic(Yellow) 5% Glue Binders 100% EMCC-130116- Cove Base(Grey) 95% Calcite/Vinyl Binders 100% 01/15 SW 039 Yellow Mastic(Yellow) 5% Glue Binders 100% EMCC-130116- Floor Tile(Grey) 95% Calcite/Vinyl Binders 100% 01/15 SW 040 r Yellow Mastic(Yellow) 5% Glue Binders 100% Moody Labs PLM Detail Report NVLAP Lab Code 102056-0 2051 Valley View Lane Supplement to PLM Summary Report TDSHS License No.30-0084 Farmers Branch,TX 75234 Phone:(972)241-8460 Client: Industrial Hygiene&Safety Technology,Inc. Lab Job No. : 16B-00456 Project: COFW-Eugene McCray CC,4932 Wilbarger St.,Fort Worth Report Date: 01/15/2016 Project#: 21197 ,. Page 7 of 9 Sample Number Layer %Of Components %of Analysis Analyst ]Sample Layer Date EMCC-130116- Floor Tile(Grey) 95% Calcite/Vinyl Binders 100% 01/15 SW 041 Yellow Mastic(Yellow) 5% Glue Binders 100% EMCC-130116- Floor Tile(Grey) 95% Calcite/Vinyl Binders 100% 01/15 SW 042 Yellow Mastic(Yellow) 5% Glue Binders 100% EMCC-130116- Acoustic Tile(Tan) 100% Cellulose Fibers 50% 01/15 SW 043 Mineral Wool Fibers 30% Perlite 20% EMCC-130116- Acoustic Tile(Tan) 100% Cellulose Fibers 50% 01/15 SW 044 Mineral Wool Fibers 30% Perlite 20% EMCC-130116- Acoustic Tile(Tan) 100% Cellulose Fibers 50% 01/15 SW 045 Mineral Wool Fibers 30% Perlite 20% EMCC-130116- Cove Base(Black) 95% Calcite/Vinyl Binders 100% 01/15 SW 046 Yellow Mastic(Yellow) 5% Glue Binders 100% EMCC-130116- Cove Base(Black) 95% Calcite/Vinyl Binders 100% 01/15 SW 047 Yellow Mastic(Yellow) 5% Glue Binders 100% ti Moody Labs PLM Detail Report NVLAP Lab Code 102056-0 2051 Valley View Lane Supplement to PLM Summary Report TDSHS License No.30-0084 Farmers Branch,TX 75234 Phone:(972)241-8460 Client: Industrial Hygiene&Safety Technology,Inc. Lab Job No. : 16B-00456 Project: COFW-Eugene McCray CC,4932 Wilbarger St.,Fort Worth Report Date: 01/15/2016 Project#: 21197 _ Page 8 of 9 Sample Number Layer %Of Components %of Analysis Analyst ]Sample Layer i Date EMCC-130116- Cove Base(Black) 95% Calcite/Vinyl Binders 100% 01/15 SW _ 048 Yellow Mastic(Yellow) 5% Glue Binders 100% EMCC-130116- Rubber Flooring(Black) 100% Rubber Binders 100% 01/15 SW 049 EMCC-130116- Rubber Flooring(Black) 100% Rubber Binders 100% 01/15 SW 050 EMCC-130116- Rubber Flooring(Black) 100% Rubber Binders 100% 01/15 SW _ 051 EMCC-130116- Caulking(Brown) 100% Calcite 50% 01/15 SW 052 Binders/Fillers 50% EMCC-130116- Caulking(Brown) 100% Calcite 50% 01/15 SW 053 Binders/Fillers 50% w EMCC-130116- Caulking(Brown) 100% Calcite 50% 01/15 SW 054 Binders/Fillers 50% EMCC-130116- Thermal Insulation(Yellow) 90% Mineral Wool Fibers 95% 01/15 SW 055 Resin Binders 5% Glass Fiber Wrap(White) 10% Glass Wool Fibers 100% EMCC-130116- Thermal Insulation(Yellow) 90% Mineral Wool Fibers 95% 01/15 SW 056 Resin Binders 5% Glass Fiber Wrap(White) 10% Glass Wool Fibers 100% Moody Labs PLM Detail Report NVLAP Lab Code 102056-0 2051 Valley View Lane Supplement to PLM Summary Report TDSHS License No.30-0084 Farmers Branch,TX 75234 Phone:(972)241-8460 an Client: Industrial Hygiene&Safety Technology,Inc. Lab Job No. : 16B-00456 Project: COFW-Eugene McCray CC,4932 Wilbarger St.,Fort Worth Report Date: 01/15/2016 Project#: 21197 Page 9 of 9 Sample Number Layer %Of Components %of Analysis Analyst ISample Layer I Date EMCC-130116- Thermal Insulation(Yellow) 90% Mineral Wool Fibers 95% 01/15 SW 057 Resin Binders 5% Glass Fiber Wrap(White) 10% Glass Wool Fibers 100% w - i w w+ w of w OR *r f 1'! PAGE LEFT BLANK INTENTIONALLY w t LU U ` ) tQ o o o U != Z o w d N p G d4i y w ❑ `� ' co `n o b CL . �- 0— u 1�. u 2 E Lua m s UDa 0 O � cv d E 0 o C) Q 0 v � � N V c, d z c v -t a, a o Lij 3 w C M r- -� O �rn U- M !�- W 4^ tri x U p o � p °� `J z ami ^- a Lb a � w U� zco (+ Ch u.i Y 1 a O Z J 0 o .. Q N Lli a CO a F- W n Z aa. (tyLn rn ti LO LL Li- T Q� o Uz elm O Y a ~ a N lr, o, � N (6 ti ca u d m CD� (D X s to �SS C A d Ol w LU E� v O IJ _ w M +c -41 N COtL ' -:3 O '!XP- I^ F UJ to 9!A vi � C C d Q w �7 j '� rJ O q O m ami m fi sm L6 LU cts o _ ¢ M ui p F Iz— Li M O O O z O �c w zM im z,o ` W p V V Zs � C 0 4 y t� o o c 41 o� u , ti " zZ2 Z I--] Q, M d a ou r M - o in co Cn fm o �a a � k N y? + N L N O V A cm v ti u ° LL- F- auj ¢ w O O r? .0 d O Q cu aroi CD a � u �0ZZ ` x U M w� c a o O -' LLJ z LiC) cu .. Via � � c w z cv �► z � to) w a —,, v l a Z U � 00 ` 12 to ti U.LL H M Z Z (� ME LU 1L MCSS ° o v AA •� CO ND CO 0 CUP *A Of to ct Q o ` 41 \Z C Y., t M J✓ (D�. CIO N O co N v rn o W. co - = -a k u Cl) a O V aIto a CD (n w w O .� O d D © �? J m m W co L9 O Z Z O _ ~ co w d tir1 O O z o 4b Q U 1`- `a zo o" a H W d `Z 2 V C� -i Milo - Z > osa,kz�' (D O CDE Q `� cto a d � E3 v "•'W � N z Qt vs N ro M E W v n t M o v .0 CO i d tom+ N O Q_ t Y ~ w Tf cm Lo a., 4 O 1 � O , x Z � Ir- 40 ' w y3 +•. 4 v� 1 04 x04 CN c3 � C) 0 Q N Z �� z N O V o r. lw L. Lul 11 U Q ~ O Q �' LL— m `�- co Q rn o , 06 Utz U W co O 4*UJ < p0 co co ca Lu \,, (/) fi O� can c W �r w PAGE LEFT BLANK INTENTIONALLY pm N i we Industrial Hygiene and Safety Technology,Inc. IHST Project Number:21197 1�1 Appendix: Appendix C; Bulk Summary Report Asbestos Survey Appendix City of Fort Worth-Euguene McCray Community Center 4932 Wilbarger Street hdusUHy9f—,d Fort Worth,TX $0,1,Te,fi,I-Inc w I wr Pit r PAGE LEFT BLANK INTENTIONALLY r� z00 CD O C tm C a� 0 0 0 0 0 0 m � U) a a� E L N w v N C y cn C J J J Q d w c w cu 00 O m .N _a C (0 l6 0 C v Q R O O O O O O .•. .y -0 O O O O O O N a o C5 C5 C7 C7 C7 C7 n U E cu n _Y 7 p V LL LL LL LL Z LL Z N~ Z Z Z Z LL U 4- 0 0 a - a H 0 0 y C) C) C) C) O O —. E f6 N N N M O N ti7 W C M N N CLv y 6 E2 w N c �{ I O S o 0 LLco co CU "G a N c9 C7 C7 N a Q ¢ a a s a s ¢ Q ?_....................._...... .z_..._-_ I ..........._._. _z.._.?-_...._.__. z_.._z _... _z. z ........... . ........_ A c 0 0 0 Oo 0 u 0 0 CO 0 a 0 c 0 0 0 0 0 0 0 E D. o 0 N m Z Z Z Z Z U E2 y 0) ►/ T N 0 y a0i ami *k *k = W C C C C Co c (0 c (0 co EL N _ �� �� - O N O N O N •C u) t .0 co ca O O O O 0 0 (a N = y Ei N O N X S :0:, rn f+ O d i j °cm c L ca •ZS c 5 0 5 ami 5 a) c 0 c L y C O C O C y O •C 1 (0 LL O CL O LL O O T y U d N VI (0 W (0 L L L Q U LL cm cl m ,_Vco V`a �Uco Uma �Ucoo _ aat U Uro v�o C) C, Uro C) o C Z Ea foo foo goo WTo WMo WMo tm CC,*,) O W W r W r W r F' V W ", LL f4 ca E N 0 cn E N O G O O O O O O O N CL � O c d G7 E � V (D a o 0 o a Q C L O J J J J J J --� 'a O N T C � y D a a 0 0 0 0 o m Na o 0 0 0 0 c c C7 C7 C7 C7 0 U C7 E aU Y LL LL U (C Z Z Z z Z Z Z Z L LL CO COQ N N N N N 0 CL m H M a w C) G) O O U1 O O O m p (C G U) O O N O p — O N N O N N W N so=OEM asm 0 O 0 0 CL `—° `—° (—° j on T y 7 U U U �f r 06 �,❑ m m ca 0 o rn m o � (n m �i I m 2 m 2 of 0 c c G7 0 E d � �7 �-' �I � �I .Y Y N U N t I d t p 0 �.......... o 0 i ¢ °¢ ¢ ¢ ¢ ¢ ¢ z z..._._... i. z...z Z_ z_ ._... z z..... I_.. zz . .__._ z...l— 0 0 0 0 0 o c o � a U o a a a 0 0 0 0 C> C7 C7 a 0 0 _ J O 0 O 0 O O < U U E. a a oa77 a Q O (j 0) � r N N C N tm m OCD cl m� W O O O O O I _ �k �k = d (0 W (U N O)(U 0)Co 0)(U .Y (0 Y (0 i a U � UP U � u�-- � w1 om m `m ca ca > � (A tlj ny vQo c o V � ZOV7N CO (U U) (U O N c 0 ca 0 (n 0 (D m U oa oo o ' 0emo c0 O( (U (U LL W 0 W Od c (U G Fr– w 0) .0.. O ) O a' 0 O 0 > 0 > 0 U) O N N o o L o o E 0 0 CO 0 U) o w M o �v v 0 v v Q U b m Uc0 Ucb� UcO� UcOp Ute.. USN U�M-,. -�� @ � �MO �M OO �MO w�O .WHO W�O :WHO C') Lu w2 � _ COW W W W r : ., _ _ m c o m E O C M CL O O O O O O O O a N a) CoCO m E o °' N v C N ,N.fl O O O O O O O O ¢ fi y +-' C O N m ao m U1 = C •N 'O O O O O O O O O CD (D (D (D (D O- IL 0 U E cd U Y_ .0 U LL LL LL LL. LL LL- LL LL 20 �— Z Z Z Z Z Z Z Z LL U rn 0 ¢ U U U U U U U cn U N N � � 47 > > 7 CL U U U .a Cl) (O O m O) CDC) M o o w o o w Ec N co N N N N N N NIn N N W CD Y t- CL c f 0) c l i O p O O A OI O 4 @ d U U U U U U U U IL tq I I . _._..._.... _- Z.._... .. Z ........._. _.._.. _Z Z-.... __....... ?. . ........ ... .Z _.. -z -_........ p o O N 00 - O cr N c � � U ° E E E 0 O T T T +T' i V O O O O 0ad ad C-5 7 U U U w O w- w- U o o E d O O O O C� O U U U U N O O O U U N N : c O Y LO O YO YO bio 7c SCD �k A W N * 7 7 M Co CU Co N 3 (0 co O)p = N d 'Y U U N U `I O N C C C N L (0 fC C (6 C (6 C (0 O N O (0 O O � (0 N .O U1 U p O O Ol N Ol N O)N N O N X uJ UN N 3 � C— =1 c = c = U > > rnF o amicid � oa) oC o � E a Co v > _ � _ " ( Ua) Ua) ` d ALL- - 3 CL E > 0 0. 0 a 0 a 0 rn0 �0 0) Q 0 N O N c E ;? E a) E � E u, E a� E mE o w rn o cn cnv :E 0 �v my my my v ¢ U v LL CL V m`O U c`oO UTo� Um°° Ucr.-o T' U N U N UrN >- E� X00 X00 goo dao gOo gco�o �Mo �Mo „ W W r W r W r W r W W W a aw _. 0 PWA v ao 0 o a C o 0 o aNi ca c d m E on -- N w C1 N C N p 30 0 30 0 0 0 Q co CL ❑ to T f0 C c 0 0 Q v a a 0 0 0 0 0 ° ° m L cC7 CD U U U U E CL U cu _Y 7 v LL Ll.. LL LL LL LL z z Z Z Z Z Z Z Z Z LL i Q 0 0 0 0 N N N - N_ 0 rL Gl CL T F- .d N N t0 t0 00 0o a) 04 N N N O NO cuO O _ O O EN of N N O NN i N(� N N LO N N LO N N W I � � I I CL I I i mY rI �I N .x O .x m (0 ❑ 0) I 01 0) 0) 0 M I, O U N U C Np Y I y y Y .Y 1 .Y T Uj•. al � a U U U U U U z -z ��..._ ? z. z sm 0 0 c 0 m ° U N O O O O O E+ T >1 0 �° Q Q: a: Q: ra U U 0 : V 00 ° O O O O 0 0O a U cc tr: E2 0 r N N N 00 C10 f' m i O O C O C O C O W a c Y �e .x� d 0� > > N CO co (0 N N (0 , p• CD CU ccc a) co N0 U � - U 2 U 2 c Y Y U U U N m N N a) C1 7 N (6 N - N N .N-. N ..O-. N Z y x = N N N N 7 .N+ 7 rN.. rN-. 7 N 7 N AI O 7 m ❑ c c E E a E � E E N o n N N d) A) N a) O LL CL o � o (L CD ao ao ac ao ao w0 m Q E Q E c,E `E m E rn o .O1 0 •a)o m rn 0 0 Cl) o 0 0 0 my my mL Q U v ❑- i (Dv m�- _:,.-.: _ a) C.6 04 Cl) E2CL U UrN UrN UrN UrN UC:) �0p �MO �MO Cl)A❑ w T 0 W}M"'O L l l M O L l l M O L l J r W r L l l r L l l r h co m '0 0 N E C LOC a o 0 0 0 0 0 0 0 0 � a) co CO cad Q' N �. E O N co w v N d r J J J J J J J J ¢ a C O N N ao Mn'N T C + C Ur .a O O O ¢ O O O O O N t c OO C7 C7 C7 C7 C7 0 CL a V Em CO _Y 7 a LL LL LL LL LL z Z z z z z Z z LL Q U U U U U U U N O N (A _N _ N .15CL T V co Cc e o o ui o Mo m o E CN h N ClN 04 N N 0 N 'n a Cl) Cl) N Cl) N N N W v m c >a.aci m o y o 6 o v m 0_ m C. m m m m 06 0 rn rn o o o m2 mz m m al r Y Y Y 2i >i C C > > C O N O N N a0 CU ca cc U U U ❑ ❑ - ❑ -0i U U 6. N i I I i Q p p ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ¢ a ¢ ¢.¢_... ....._. .a�¢ .......... ¢ a ¢ a ¢ ¢ z.. __..._...�._ z ..__._.__.......___. -Z- ......__...........__. _z. z.. __.. ?.._.z..._.__._. z.._z._...................._. ._z.....z.. z.z_....._-..... ..... L a� O) m a/ O U V- c � c � a >1 cc oo m 0 0 o c c U O cu N ca C O w -') O E E E W c0i v U W 0 W a W 0 ►L E c E E c0 c0 c0 c0 c0 0 mC cum m� ma0 m� U m m m m 0 U O 0 O O _O U U U U U U �- r a� N C N p p`T C cn r r O O 9k �k O O O O O O N co U = W m Y C-N C.N Ncc a m m m m o m o o m Co m T L U0 U0 U0 UoN C) CD— Uor a) 0 00 N 0 U : N C CO C CO C CO C E 9k C E C E O 7 O 7 Z Q O O O C O a O O O •0 O f0 U O U O a f0 .N '� .0 N -5:s N 'O v N "7�N >1 G T C 0 O -0 LC d m U O r_ m C O O U N C U N@ U N t6 NW 0)N � O U co xp Y 0 W O _� O C70 C70 d 0 N N Wo W o o d).F �'� a0i.� � o morn o .L... .L... .L... L U L U L U v v Q U V ll.. U U U CL �j<o C1Cp04 U(DM �j0 UcD� U�D0 U n U�Om ® m U U �y r. E U o M Uoo U o o g 0 0 m o o 0 0 0 0 .5 0 E"� N W�0 W� W� Wr Wr Wr Wr W r� `N _ — 00 - w E yo E m c c o 0 0 � C tp o 0 0 0 0 a a E E N v a) O N 3 3 ur mn 3 3 3 0 0 0 0 o Q W r ca a. T ca Cc p -O Q a o (DcE Y_ 7 mLL LL LL " LL z z z LL z z z z z U- 2 2 U U Q U U U N N U U O a) CLA F a) H a0 w p p MCl) w � :i+ Cl) U) V' N - _ E C o o 0 0 0 ) N W CY N N 0) N N ~ ry � I v o 4)CL U A y V , U U U N d) 0) N F- + N N N ca 1- - N a) 060 a) to to a) ~ ca 1LL= 0 0 Q U N}00 H 3 d aO O ° 0) ` ° °D ° a) 0 O m } Q Q LL aa0 Q ' °¢ ¢ Q a °a Q ¢ ¢ a° °a °¢ z..z-- z z z z. z z ?...1 ? ._....._ _.__. _? z z _z _ ..._..._ t m ;? � ai ai aci� aci� aci� aci wc° a) o @ � C: (D r- (D wo ro o m c m X 0 m W ° W ° W ° Y o J C C UJ C y N N yN N t f0 W E O O U �y m �ca .. c .. c oa `o cn CO .a a) Co (Da) a)a �. o -E'S 'cS c� ca a) U U U -coi (a ca N O N c _ a) to O a)4k �`aa 4 co _ m k O k a) y m s = W N a M 2 cc cc F— N 00 a) T (n a) N a) m Co O j O O O x 0 co 0 a) N o N o Na) o pm C C C 0 a LL- r— a) 1 tO CL a) a) a) vx 0 O p C,40) VNE E U r) >e m E i E v o i m 2 LO E9 foo foo foo �To gMo �Mo� wTo Wro „ a W� Wr Wr W W W C� =h 00 r:... ..,... u.. - wrn 0 c = 0 C) C) 0 0 0 0 0 0 m ca U3 m 0) a E- 0 a) y o "ju m N fU) +O- Y O O O E O0 N aQC N ao A N _T C N c V r ) N a00 0 O O O 0 O 0 aco C7 C7 C7 C? c7 C? c7 C� E U ca Ln m Z' LL LL LL LL LL LL LL LL m Z Z Z Z Z Z Z Z LL U Q U U U U U U y N N _N N N N a H N N O O r O O N O O N a) E (d N (� N N Cl) N N N N W O p o.v U '0 .O O CU co ca ca .2 LL LL LL �� tm cn c p m 3 CO 3 (D al Y c c d co ca U 0) U 0) CK tY fr U U U aQ _? ? ._.._.. _ ?.._Z z. _.....__. ._ _z __ . _z .. �........ z ._ . ..... _... _...__._ _? ..._. .._...... r 04 o - �k c O ca .f :° Eo EEo� oO O O ca O O O O O O0 O 0 0 0 0 W W W a W CY E 0 U c of w w w cma) s 0) E0a) m J L L L -t L .O co O (0 N NO .cc ON 0 ED .9 rn 0 X00 X000 n E e O CL N=3 N LL, W W r U rn C%j� c rn� Y ca = W N a ca cu m m `0 ca o` ca o` ca m ca m 2 O 2 N m c mLo0c) ca (a Li m Lca Li ca ca co Q V o o 0 N CO o oVo o o 0 0 o ca A! h- 0 0 a f 'mccm ` $ o m m E m E 0 0 m � N o o mE E E E E E r) CO o O O W o o Nrn o v b Q U LL co LO LO m� �C)O �MO �c, �a)0 C,0 �MO 2�O ECMO N W W W `W W W W W -h _ < y . -- �_ ---— 2 j _ �§ ° ° \ Eto _ J § § 3 2 # ■ ■ k { ) j j _ a. \ � # /k 2 2 % � R o o = =0 c c o l 3 a � � \ z z z ILL � a0 0 0 \ — § § § / E\ § / \ a m / coJv / maw $ 0 » / § _. \43) 16 \� k k k If _ \R - \Q1 � ) « n \ m 7 E \ o z 0 o _§ § § ) & )� & a F- CL e \ ƒ.:. : . � . :.:.... / — < 0 3k 3k \Q E c \§ /k /§ / / $ o \± -kJ k� 0 2 \ 7 § t § § § < : ® 2 - 22 Ji J2 , 2 � E ` `_ — {\} ° k k— ° k� -10 =s [$ :3 \ » // k$ /k \ 2Z § ./0 /\ ƒ0 %)� 220 & � � — & ° a L & $ \# .0 0* � a)o 1 ca 75 5 § /6£ m Iy \ _ 2 _ 2 k\ƒ / k { _ • m \ § \ :3 <F- $ gy m \ \ § \ § \ \ \/ � � \ k \ E \ E :\ E *$E k ƒ 2 « CO 0 ,If . If 77z ko@2- m ._ bJZ 66(66ƒw }< 211C)LL _ Ec o�� o�G o�� , � a) J / 3/° 3\° �/� / )/ Co Industrial Hygiene and Safety Technology, Inc. IHST Project Number:21197 Appendix: Appendix D: Photographs w w Asbestos Survey Appendix City of Fort Worth-Euguene McCray Community Center 4932 Wilbarger Street InLv V,1Hy,t—xnd Fort Worth,TX Safery Technology,Inc. pop PAGE LEFT BLANK INTENTIONALLY ' TR A PR 'PR I r� ' R T Eugene McCray Community Center 4932 Wilbarger Street Fort Worth, Texas North Side of Building ft Northwest Corner of Building �I H F e s � l F y IMMO RMI, Xt; a 3c y g�-�4. r,N�v.t'a'rt a ''r€.1i•1'� •'. � T .� 4 � k..����i�,�",.e ra ��� ". i ? } sGyaG �• �y,�tv Eugene McCray Community Center 4932 Wilbarger Street Fort Worth, Texas t W- I-i# r ti Samples 001-003 l� 4 � - it t_ L t.} Sample s 004-006 dp Aw Eugene McCray Community Center 4932 Wilbarger Street Fort Worth, Texas Iff L Samples 007-009 n X w - -�- a -iJ Samples 010-012 IMP Eugene McCray Community Center 4932 Wilbarger Street Fort Worth, Texas Y ' t Samples 013-015 OWe K � > C,t�/{� �'e" � .✓yam Samples 016-018 Eugene McCray Community Center 4932 Wilbarger Street Fort Worth, Texas l Samples 019-021 I Y RI h } 1 r4 samples 022-024 +rt Eugene McCray Community Center 4932 Wilbarger Street Fort Worth, Texas - .. �1 3 t +y.7•- J �. II 1 V hll �t t � 4 xNal-`n'�YIY - Samples 025-027 s c r it r s 'c a Samples 028-030 Eugene McCray Community Center 4932 Wilbarger Street R Fort Worth, Texas Samples 031-033 .I i tY]f p -ly Samples 034-036 so w Eugene McCray Community Center 4932 Wilbarger Street Fort Worth, Texas y-^kit r =- r 5'L Samples 037-039 - t ALI 4 Zz y ± 3 F f fk it• • n Y Samples 040-042 Eugene McCray Community Center 4932 Wilbarger Street Fort Worth, Texas %e V lfux�l�6� �l i r r 4 VP Samples 043-045 :Ok* �' is �M 71 y G s� Samples 046-048 = x- h � 4 YY� a r t �$ I f Eugene McCray Community Center 4932 Wilbarger Street Fort Worth, Texas Samples 055-057 __....._ ....._......- -....__..................... ..._..... __--- -..._..-..._._.._..._.................. R FORTWORTH ENVIRONMENTAL MANAGEMENT Asbestos Survey: Handley-Meadowbrook Community Center and Park Shelter 6201 Beatty Fort Worth, Texas 76112 - Report Date: April 17, 2008 Survey Date: April 8, 2008 Prepared By: _ Envirgumental Management Department City of Fort Worth 1000 Throckmorton Street Fort Worth, Texas 76102 r+ PAGE LEFT BLANK INTENTIONALLY f TABLE OF CONTENTS 1.0 INTRODUCTION Page 1 2.0 PURPOSE AND SCOPE Page I 3.0 FIELD INVESTIGATION Page 1 4.0 BULK SAMPLE ANALYSIS AND RESULTS Page 2 5.0 ASBESTOS HAZARD ASSESSMENT Page 2 6.0 LIMITATIONS OF SURVEY Page 3 7.0 CONCLUSIONS&RECOMMENDATIONS Page 3 Figure 1: Vicinity Map Appendix A: Summary of Bulk Sample Analysis Table Table I: Community Center Table II:Park Shelter Appendix B: Site Diagrams -� Appendix C: Photos Appendix D: Lab Reports I r r I r pr r PAGE LEFT BLANK INTENTIONALLY li , h 1' I l vR 1.0 INTRODUCTION This document presents the results of asbestos surveys performed at the City of Fort Worth, Handley- Meadowbrook Community Center and park shelter located at 6201 Beatty in Fort Worth,Texas, on April 7, 2008. As part of the City's Asbestos Management Program,Ms.Pamela Green of the Environmental Management Department(EMD)performed the survey. The City of Fort Worth is licensed by the Texas Department of State Health Services (DSHS) as an Asbestos Consultant Agency (DSHS license# 100- 427). 2.0 PURPOSE AND SCOPE The purpose of the surveys was to locate, identify, and assess the condition of asbestos-containing materials (ACM) present in the buildings, and to develop recommendations based on existing and potential asbestos-related hazards. The surveys were also performed to meet DSHS Asbestos Health Protection Rules, which require surveys in public buildings prior to renovation, construction, or dismantling activities. The following scope of work was used during the asbestos assessment of the structures: o Visibly inspected accessible areas to identify the location of potential ACM; o Assessed the status,degree of friability, and condition of potential ACM; o Collected samples of any potential ACM for laboratory analysis; o Quantified the amount of ACM; o Made recommendations based on survey data for the management of ACM on site;and o Prepared a report discussing the findings and management recommendations. 3.0 FIELD INVES'T'IGATION On April 8,2008, Ms. Pamela Green of the EMD performed a building-materials survey for the purpose of identifying ACM at the Handley-Meadowbrook Community Center and Park Shelter. The community center is a one-story structure composed primarily of concrete, brick, CMU, and sheetrock. The structure consists of offices, activity rooms, computer room, gymnasium, weight room, storage rooms, and kitchen. Based on records,the 14,340 square feet structure was constructed in 1981. The facility was occupied during the survey. The park shelter is an open structure comprised of metal, wood, and asphalt roofing materials. The 84 square feet structure includes men's and women's restrooms. Fourteen(14)homogeneous areas of potential ACM were identified in the community center and one(1) homogeneous area was identified in the park shelter. A homogeneous area is a group of materials that appear to have the same attributes (size, color, constructed material) in common. Forty-two (42) bulk samples were collected for analysis(see Appendix A). The potential ACM materials found in the homogeneous areas include: o Floor Tile o Mastic o Surfacing Material o Drywall Material Asbestos Survey:Handley-Meadowbmok Community Center&Park Shelter Survey Date: April 8,2008 '" 1 o Ceiling Tile o Joint Compound o Asphalt Roofing Material All materials were observed intact and in good condition. Based on the activity in the structures, there appeared to be a low potential for damage to the materials. 4.0 BULK SAMPLE ANALYSIS AND RESULTS The DSHS Licensed Laboratory Quest MicroAnalytics,Inc. (Quest)(DSHS License#30-0218)analyzed all samples with Polarized Light Microscopy (PLM). Based on the analysis of the samples, the following materials contained greater than one percent(>1%) asbestos in the Community Center: 0 12"x 12"brown with white streaks floor tile located throughout the east half contained 2% chrysotile. The following materials tested negative for asbestos content: o Light roll-on texture in the Computer Room a Knock-down texture located on ceilings and walls throughout the community center o Joint compound located throughout the community center e Sheetrock located throughout the community center m Tan cove base mastic located throughout the community center m 2'x 2' and 2'x 4' ceiling tile with pinholes and fissures located in the Lobby, Center Office, Activity Rooms#1 &#2,and Storage Room a 2'x 2'ceiling file with pinholes and pocks in the Arts&Crafts Room and Computer Room — a 2'x 2'plain ceiling tile in the kitchen ® 2'x 2' ceiling file with large pocks in the Director's Office Closet ® Yellow carpet glue in the Director's Office&Closet and Center Office ® Roofing material on the park shelter The following potential asbestos-containing materials were not sampled in this survey due to _ inaccessibility: 6 White mastic on air ducts in Mechanical Room 5.0 ASBESTOS HAZARD ASSESSMENT A hazard assessment was conducted to evaluate the ACM's potential to release fibers into the air. Fibers may be released spontaneously as part of deterioration,sudden impact,vibration,or air movement. ACM was assessed for its potential to release fibers based on its condition, potential for further disturbance, damage,and deterioration. Asbestos was detected in the 1211x 12" brown with white streaks floor file (approximately 2,600 square feet) located in the Kitchen, Arts & Crafts Room, Computer Room, Storage Room, and Activity Rooms#1 and#2 of the Community Center. The ACM appeared to be undamaged and non- Asbestos Survey:Handley-Meadowbrook Community Center&Park Shelter Survey Date: April 8,2008 2 ' 1 friable (when dry cannot be crumbled, pulverized, or reduced to powder by hand pressure). The ACM presents a low potential health hazard to building occupants due to its non-friable condition and low potential for disturbance. At the time of the survey, the structure was occupied. If the current state of the ACM changes, (i.e. become damaged and exposed)the hazard assessment may change. 6.0 LIlVIITATIONS OF SURVEY The information in this report is based on analytical data and observations made on the site. This report is limited to what was observed and sampled during the time the survey was performed. The survey and sampling were performed in a non-destructive manner,therefore,some potential ACM may not have been observed. Every attempt was made to identify and sample suspect ACM. It is possible that inaccessible or unidentified materials may be exposed during proposed renovation or demolition activities. Such materials should then be sampled and evaluated at that point of time. 7.0 CONCLUSIONS &RECONEVIENDATIONS The purpose of the survey was to identify and assess the status and condition of potential ACM found on- site. Forty-two (42) bulk samples were collected from a total of fourteen (14) homogeneous areas for analysis. Quest analyzed all samples with PLM. Based on the analysis of the samples, the following materials contained greater than one percent(>1%)asbestos in the Community Center: c 1211% 12" brown with white streaks floor file located throughout the east half contained 2% chrysotile. Based on the hazard assessment of the current state of the ACM,the ACM presents a low potential health hazard to building occupants. If the structure is to be demolished or the materials stated above are to be removed or disturbed during the — course of renovation, the DSHS requires that ACM be removed by a Licensed DSHS Asbestos Abatement Contractor prior to the renovation or demolition. The DSHS must be notified prior to any renovation of asbestos-containing materials or demolition work. Please contact the Environmental Management Department prior to renovation or demolition. The information in this report is based on analytical data,and observations made on the site. THIS REPORT IS FOR THE EXCLUSIVE USE AND BENEFIT OF THE CITY OF FORT WORTH, TEXAS. NO PERSON OR ENTITY OTHER THAN THE CITY OF FORT WORTH MAY RELY ON THIS ASSESSMENT. IF ANY THIRD PARTY RELIES ON THIS ASSESSMENT WITHOUT FIRST OBTAINING WRITTEN AUTHORIZATION FROM THE CITY OF FORT WORTH, SUCH RELIANCE SHALL BE AT THE THIRD PARTY'S SOLE RISK, AND THE CITY OF FORT WORTH SHALL HAVE NO DUTY,RESPONSIBILITY, OR LIABILITY FOR SUCH RELIANCE. If there are any questions or comments regarding the content of this report,please contact the City of Fort Worth,Environmental Management Department. Asbestos Survey.Handley-Meadowbmok Community Center&Park Shelter Survey Date: April 8,2008 i 3 ..........._...__....._..................... Sincerely Pamela D.Green Senior Environmental Specialist City of Fort Worth Licensed Individual Asbestos Inspector License Number 602790 Roger Grantham Program.Manager City of Fort Worth DSHS Individual Management Planner License Number 205446 Attachments Asbestos Survey:Handley-Meadowbrook Community Center&Park Shelter Survey Date: April 8,2008 4 Appendix A: Summary of Bulk Sample Analysis Table wr MF Asbestos Survey:Handley-Meadowbrook Community Center&P-Ic Shelter Survey Date:April 8,2008 r � pip r PAGE LEFT BLANK INTENTIONALLY r r ' w r M r .� ; s o w � O o 7 i °' •� •� G •� .� p .� R, a ami O O N U Pi O U P-i A � IOU A O o y 4 ° O 0 .mo w• bq �bA .b� �bA ,.q 0 OV •Fi - � O ` 00 0 ou ° 0 � pq o rd do v >� f� 0 ba� o .0 � � O � OO #i q q i 0 0 0 0 a0i v v -10 N M [h Vl 110 Y TF ve 3y - O �D Vl V'1 � N N N 00 i 00 OO 00 00 00 00 00 c,O O O O O O O O O -_ \ '-_t .-, -' dam' d\' 'd' •d' 9aTi �tVim' ••d d' �S' ziamil I 1 " o I iv C cv 0 ID ID �cl�++ I cyV m ,� '+� '+`� „� +, '+� ,F., ••" .N b0 •gym �. � • � � � � . � . � . � . � . ,� � a ; a r i a s O 0 ,2 O o 0 0 p 0 N N N N N N y cn o y o o U U U U U U W " rn ) W W V! N RS- •' - O O O O O O i.., W GC 4+ +` k CO y'..i •" k cC q-•+ U �5� �s, U ;:15i,o 00n ) co ` � oc°y E-i E- Fq a� Q0 O O v H v G P u s1 p°u v � p ��00oOy etV -y, � pNH -1-, �0 0 Nq ca � 3 a) �°ci to °cio boU° bqU° o ° N °ON ° UUa U 0 L�ami O O O o yS .'� k d �' yti ?+ iC •� '^ N N N U U U N N N N ¢ N PLN ^D4 iC 1G F+ F+ E-' H H r1 N N N � U tn 00 MONEY— o ,�-, 000� N N N Pl N N N N N N cq a v ��� �j CD +�cs`g O O O - e-i rt o GD cw0 r ��� 400 x 0 00 Oa 00 00 00 00 C, 00 00 00 00 00 Cc) 0 0 0 0 0 0 0 0 0 0 0 � O O O O O o So-11 .._._...................................... . . L�1 yr 1 dik + I i i I 1 1 •1 I i I o •- 1 I 1 I I 1 1 1 1 1 I 1 1 IL "d A GO Y ��I •i���� I I 1 I I I I 1 1 1 Z +•� �O=�� i i I 1 1 1 1 I 1 1 1 + oda � II ed , N wwwwww a-aaaawa _ E"1 10 V W g ar a4i Oi� 3 » yy 0 O O ° UO ° UO ° UO c� "r� o o o a�"i a}"i ti ami ai a}i ai o cn api � aqi A � aqi A � aqi A � � oig OU OU OU b N N N N N N N N N :0 N A 'R}-,-=-•c"-,,,: 00 W vii bA M bq vi b0 bdD vi bD vi ,y a0+ +'-7 r�� CI y u CI O CC CJ N N N N CEJ + O ■wR�<. .��•4:'4 !�' Q+ P+ O X O O X O O O U U U U II •.Z7 .•1 r N N N ;cC X X p< C-4 p N N P N R N P N N N N U G7 0 - ai QQ cc be 'fl+' N +n M V w 00 ON o — N 0 a cd 3 ` M M Cl) m m M m M m 'a' 'a' a ,�I p 1•'� 0 II Mc �zA o �o sd0y'�' ayt: +�-� H N Cl) MM d' 'V' �• V'1 .�-1 .�-1 } ' ° x cl 00 .. x ur00 00 IC 00 00 00 00 �',� y 00 00 0 d 0 0 0 0 0 0 0 0 0 0 0 o U q Asa o 0 0 0 0 1p OM en O _ Fh—iv�l o I - a � z N xg _ U q HLd it 4 0 � pn as 4-43 � Pei td .-I Ld •V �N N x H I� 4 ii 14 0 .. _ N M co N °O Cd �r ..r w w w. w Appendix B: Site Diagrams Asbestos Survey:Handley-Meadowbrook Community Center&Park Shelter Survey Date:April 8,2008 r4 w we �.r PAGE LEFT BLANK INTENTIONALLY ■' pm r+ PM pw w � H 0 o w d 6 a O o � 4 Ed U .� O • tj cu O � L � O y Q D 3 ami ron T41 O o U m a co wm E mo w cru V p w � � - - f N c Cf) rN+ N N M w d m -' I 'tc n N Star e o � z O 1-4 U o N-00 a o v> !�a N 0 a - � a1 O M 0 M C co O � N 2c)ol r"V CO O O O m o O �o A - oCD U ma ^` m m ¢ V./ D12 co 0 3 T v � r Appendix C: Photographs f Asbestos Survey:Handley-Meadowbrook Community Center&Park Shelter Survey Date:April 8,2008 A OR Y � r IR Y PAGE LEFT BLANK INTENTIONALLY w w '• 1 1 ' '1 1 1 1 1 '1 ".•• • •• •t1 t1 1 "1 " r - J �-+•--`mak �-. ~' ::SLS t•• • i 1 1 I I 1 1• • � 1' • 1 1• _ i •• I t _ .1 1 t •1 t 11/l 1 -1 'i• • #7: White mastic on Air Ducts in 'r• • •: •rr Maintenance€ ' ••u dw t _ 'i• • `: Knock-Down Wall Texture 'r• • 1 Handley-Meadowbrook Community Survey D.te:April 1,2008 PROPOSAL (Revised October 26, 2017, November 17,2017) T0: MR. DAVID COOKE CITY MANAGER ATTN: PURCHASING OFFICE 200 TEXAS STREET CITY OF FORT WORTH, TEXAS FOR: Eugene McCray Community Center Expansion-PMD2015-10,City Project#CO2459 4932 Wilbarger Street Fort Worth, Texas Handley-Meadowbrook Community Center Expansion-PMD2015-09, City Project#CO2460 6201 Beaty Street Fort Worth, Texas Pursuant to the foregoing "Instructions to Offerors," the undersigned has thoroughly examined the plans, �- specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director of Transportation and Public Works of the City of Fort Worth. Upon acceptance of this Proposal by the City Council, the bidder is bound to execute a contract and, if the contract amount exceeds $25,000.00, furnish acceptable Performance and/or Payment Bonds approved by the City of Fort Worth for performing and completing the Work within the time stated and for the following sum, to wit: DESCRIPTION OF ITEMS Eugene McCray Community Center Expansion: $ Base Proposal Calendar Days $ Owner's Contingency Allowance (7.5%) added to Base Proposal (This Allowance amount is not included in the Base Proposal but is added to the Base Proposal. Only the Owner will approve the use of this Allowance during construction. Any Allowance remaining at the end of construction will be retained by the City of Fort Worth). $ Base Proposal plus Owner's Contingency Allowance Hand ley-Meadowbrook Community Center Expansion: W Base Proposal Calendar Days $ Owner's Contingency Allowance (7.5%) added to Base Proposal (This Allowance amount is not included in the Base Proposal but is added to the Base Proposal. Only the Owner will approve the use of this Allowance during construction. Any Allowance remaining at the end of construction will be retained by the City of Fort Worth). $ Base Proposal plus Owner's Contingency Allowance Instruction to Offerors Page 9 of 33 CFW PMD—Eugene McCray&Handley-Meadowbrook Community Centers Expansion October 2017 ALTERNATES— A. LTERNATES—A. Eugene McCray Community Center Expansion: Add Alternate No. 1 —Wall Pack Lighting Upgrade: Provide for the removal and replacement of the existing wall pack lighting fixtures, not a part of the new construction. Add Alternate#1 $ — Add Alternate No. 2—Resilient Sheet Flooring in Weight Room 110: Provide for installation resilient sheet flooring. _ Add Alternate#2 $ Add Alternate No. 3—Millwork: Provide for addition of millwork as shown in Play Area 111, Multi-Purpose 3 Room 112 (east wall only), Computer Study 118, and Storage 125. Add Alternate#3 $ Add Alternate No. 4—Folding Partition Doors 113C and 113D: Provide for installation of folding partition panels in Multi-Purpose 2 Room 113. Add Alternate#4 $ (Door 113C) Add Alternate#4 $ (Door 113D) Add Alternate No. 5—Women Restroom 108,West Wall: Provide for removal and rebuild of = the west wall Women Restroom 108 and associated details. Add Alternate#5 $ B. Handley-Meadowbrook Community Center Expansion: Add Alternate No. 1 —Alternate Accessible Route: Provide alternate accessible route as detailed on Sheet C2.00 along north side of Beaty Street. Add Alternate#1 $ i Add/Deduct Alternate No. 2—Site Paving: Provide asphalt paving. Alternate#2 $ Add_Deduct_(Check one) Add Alternate No. 3—Gymnasium Divider: Provide for Gymnasium Divider and required = mounting to the existing Gymnasium structural members. Add Alternate#3 $ Add Alternate No. 4—Millwork: Provide for addition of millwork as shown in Multi-Purpose Room 113, Multi-Purpose Room 115A, Multi-Purpose Room 115B, and Weight Room 119. Add Alternate#4 $ Add Alternate No. 5—Folding Partition Door 115E: Provide for installation of folding partition panels in Multi-Purpose Room 1158. Instruction to Offerors Page 10 of 33 CFW PMD—Eugene McCray&Handley-Meadowbrook Community Centers Expansion October 2017 Add Alternate#5 $ UNIT PRICES—Eugene McCray & Handley-Meadowbrook Community Centers Expansion: A. For INCREASE of drilled pier shafts, complete with drilling, excavation, concrete, and reinforcing: 1. For 18"diameter piers: ADD$ per linear foot B. For DECREASE of drilled pier shafts, complete with drilling, excavation, concrete, and reinforcing: 1. For 18"diameter piers: DEDUCT: $ per linear foot Note: Deduct price shall be minimum 66%of add unit price. C. For ADDITION of temporary metal casings for drilled pier shafts: 1. For 18"diameter piers: Add: $ per linear foot ALLOWANCES— Eugene McCray& Hand ley-Meadowbrook Community Centers Expansion: As noted in the Contract Documents of both projects, the amount of existing ceiling—whether remove and replace or remove and place new—work could vary based on the placement of new construction above. Contractor may elect to voluntarily establish a Ceiling allowance (Not to Exceed) and openly track and allocate based on the project progression. A. Eugene McCray Ceiling Allowances (Not to Exceed)$ - --- — -• B. Handley-Meadowbrook—Ceiling Allowances (Not to Exceed) $ The undersigned agrees to complete the Work within the calendar days specified above after the date of Notice to Proceed. A Project Schedule will be submitted as required in the Instructions to Offeror. _ The City reserves the right to accept or reject any and all bids or any combination thereof proposed for the above work. The undersigned assures that its employees and applicants for employment and those of any labor —• organization, subcontractors or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance 7278 as amended by City Ordinance 7400 (Fort Worth City Code Section 13A-21 through 13A-29). T Residency of Offerors: The 1985 Session of the Texas Legislature passed house Bill 620 relative to the award of contracts to non-resident bidders. The law provides that, in order to be awarded a contract as low bidder, non-resident bidders (out of state contractors whose corporate offices or principal place of ' business are outside of the State of Texas) that 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 Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all non-resident bidders in order for your bid to meet specifications. The failure of out of state or non-resident bidders to complete the forms may disqualify that bidder. Resident bidders must check the box in Section B. Instruction to Offerors Page 11 of 33 ('FW PMD—Funene McCrav&Handlev-Meadowbrook Communitv Centers Exoansion October 2017 A. I_I Non-resident vendors in (give state), our principal place of -• business, are required to be percent lower than resident bidders by state law. I_I Non-resident vendors in (give state), are not required to underbid resident bidders. B. I_I Our principal place of business or corporate offices are in the State of Texas. Within ten (10)days of receipt of notice of acceptance of this bid,the successful bidder will execute the formal contract and will deliver approved Performance and Payment Bonds for the faithful performance of this contact. The attached deposit check in the sum of — Dollars ($ ) is to become the property of the City of Fort Worth, Texas, or the attached Bidder's Bond is to be forfeited in the event the contract and bonds are not executed within the time set forth, as liquidated damages for delay and additional work caused thereby. _ MINORITY BUSINESS ENTERPRISE (MBE): (For Proposals in excess of$50,000) 1 am aware that I must submit information to the Director, Property Management Department, concerning the MBE participation within FIVE BUSINESS DAYS of submittal of this Proposal in order to be considered RESPONSIVE. Respectfully submitted, Company Name By: Signature Printed Name of Principal Title Address: Street City Zip Phone: Fax: Email: Receipt is acknowledged of the following addenda: Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No.4: Addendum No. 5: Addendum No. 6: Addendum No. 7: Addendum No. 8: Addendum No. 9: Addendum No. 10: Instruction to Offerors Page 12 of 33 CFW PMD—Eugene McCray&Hand ley-Meadowbrook Community Centers Expansion October 2017 �r GSBS ARCHITECTURE LANDSCAPE ARCHITECTURE INTERIOR DESIGN• PLANNING ARCH- -EFTS ARC w h Bq _A Addendum No. 03 C:) A Date: November 17,2017 r o 736 P To: All bidders OF �. 11/17/17 From: GSBS ARCHITECTS Project Name: Eugene McCray Community Center Expansion Handley/Meadowbrook Community Center Expansion GSBS Architects Project#: 2015.114.00 2015.115.00 rlr This addendum shall be considered to be part of the contract documents for the project referenced above. Where provisions of the following supplemental information differ from that contained in the original contract documents,this Addendum shall govern and take precedence. Bidders are hereby notified that they shall make any necessary adjustments in their estimate on account of this Addendum. It will be construed that each Bidder's proposal is submitted with full knowledge of all modifications and supplemental data specified therein. Acknowledge receipt of this addendum in the space provided on the Bid Form. General: 1. Clarification: The payment procedure on the projects;General Contractor should contact the MWBE Office for guidelines&requirements. 2. Clarification:Both buildings note Fire protection coverage of canopies and overhangs. The requirement is governed by code and AHJ. 3. Clarification:Exterior wall framing of Metal Studs:As each metal stud manufacturer's design for performance varies in gage, Structural design loads are listed on the general notes of each project. �. Compliance is per design loads listed for the exterior walls. 2015.114.00—Eugene McCray Community Center Expansion GSBS ARCHITECTS 2015.115.00—Handley/Meadowbrook Community Center Expansion 4. Clarification:Regarding the need to upgrade fire alarm system for the whole facility: The intent is to provide new devices,equipment and associated appurtenances to provide fire alarm to new and renovated areas.Existing areas to remain as is. 5. Clarification: Regarding low-voltage cabling for light switching:Low-voltage cabling for lighting controls shall be in conduit inside walls and can be open air in ceiling cavities. 6. Clarification: As noted in the Contract Documents of both projects,the amount of existing ceiling-whether remove and replace or remove and place new-work could vary based on the placement of new construction above. Contractor may elect to voluntarily establish a Ceiling allowance(Not to Exceed)and openly track and allocate based on the project progression. 7. Clarification:There is no new Work associated with the existing glass block on the Eugene McCray project. 8. Clarification:Bollards identified on the projects are to be compliant with Specification Section 055000. 9. Clarification: Hazardous materials testing and reports have been performed on both facilities. The Owner will provide for removal of hazardous materials prior to Contractor arriving on site _ for construction related activities. The reports are available for review on the Owner's Buzzsaw Site for these projects. 10. Clarification: A vapor barrier (retarder) under slab is required per Structural specifications and detail 9/S3.01. 11. Clarification: McCray sheet S5.03: A structural expansion joint is shown only at the foundation and not at the structural components above. Architectural elements/materials shall keep expansion capabilities as detailed. Specifications: IM 1. Specification Section 262213.Delete paragraphs 2.1.A and 2.1.C. 2. Specification Section 262416.Delete paragraphs 2.1.A and 2.1.C. 3. Specification Section 283100. Add the following paragraph: "3.1.D All wiring related to the fire alarm system shall be in conduit." Drawings: 1. Eugene McCray Sheet G0.2; Code Analysis notes; Change reference of 2014 National Electrical Code to 2017 National Electrical Code.The current design incorporates the 2017 NEC. PM 2. Eugene McCray Sheet C2.00; Dumpster paving: Provide 7" concrete paving inside the dumpster enclosure as identified on attached sheet. 3. Eugene McCray Sheet A4.2, Wall sections/Details: The back of parapet wall material shall be minimum 5/8" exterior rated plywood with the roofing membrane run to the parapet cap and properly terminated/sealed. ADDENDUM 03 2 2015.114.00—Eugene McCray Community Center Expansion GSBS ARCHITECTS 2015.115.00—Handley/Meadowbrook Community Center Expansion 4. Eugene McCray Sheets L1.1 and L1.2:The bed prep area noted below for sheets L2.2 and L2.3, below,will change from turf irrigation to bed irrigation.There is no change to the total irrigation area. 5. Eugene McCray Sheets L2.2 and L2.3: a. Add approximately 500 square feet of bed prep, The shrub bed location is TBD at later date. b. Add (48) — 5 gallon shrubs, species TBD at a later date, but within current palette of landscaping materials already scheduled. c. Increase the size of the(22)—from 3 gallon coral berry to 5 gallon 6. Handley/Meadowbrook Sheet G0.2; Code Analysis notes; Change reference of 2015 National Electrical Code to 2017 National Electrical Code. The current design incorporates the 2017 NEC. 7. Handley/Meadowbrook Sheet L1.0: The bed prep area noted for sheet L2.2 below will change from turf irrigation to bed irrigation. There is no change to the total irrigation area 8. Handley/Meadowbrook Sheet L2.2: a. Add approximately 270 square feet of bed prep. The new shrub bed location is TBD at later date. b. Add(32)5-gallon dwarf yaupons for new shrub bed. c. Add approximately 65 linear feet of edging for new shrub bed. W d. Omit references to addition of a new bike rack. the existing bike shall remain without a new additional one. This also refers to Sheet A1.1 for the elimination of any new bike rack. 9. Handley/Meadowbrook Sheet P0.2; FIRE PROTECTION NOTES, Note 1. Add the following sentence to the end of Note 1. "This includes fire protection for the existing front entry canopy." End of Addendum No. 03 i i w ADDENDUM 03 3 f S1N3Wfl000 IS; e5R �o a o g� NOI 5miSNOO N0J '' I' s pp e neo_ wQ� " �' � z Z w � 5 a �� awe cw9Uz www �3 1111;fill1p . a y , y DO _ 6 ;fid =im III V a a _ I I x y I Q I I OR uiE Ut. e• tit I _ �I I •� I - I I 9 I __ f9I td I I I I I I I I e�I e F f PAGE LEFT BLANK INTENTIONALLY G FoRTWORTH. CITY OF FORT WORTH PROPERTY MANAGEMENT DEPARTMENT ADDENDUM NO. 2 EUGENE McCRAY and HAND LEY-MEADOWBROOK COMMUNITY CENTERS EXPANSION 4 Request for Proposals Submittal Date: November 30, 2017 (NO CHANGE) The Request for Proposals for the above project is hereby revised and amended as follows: 1. The following General Contractors have indicated that they plan to submit a proposal for this project: .� Jim Wilkinson CIMA General Contractors, Inc. Jimwilkinson(a)cima.build 214-233-7442 office direct 1017 Long Prairie Rd., Suite 200 Flower Mound, TX 75022 Trevor Browne President RJM Contractors — 817-377-0971 ext.103 Fax: 817-377-0973 tbrowneC@ri-miller.com www.rj-miller.com 2. GSBS Architects Addendum No. 2 cover letter dated November 8, 2017 with attached revised/added drawings and clarification notes. (Attachment No. 1) Acknowledge the receipt of this Addendum No. 2 on your Proposal. Steve Cooke Director, Property Management Department By: Alfonso Meza Project Manager, Architectural Services PMD, Facilities Division 817-392-8274, FAX 817-392-8488 �- Alfonso.MezaC@fortworthtexas.gov RELEASE DATE: November 8, 2017 Addendum No.2 Page 1 of 1 PARD—P Me('.rav R PAA('nmmnnity(:ontom P—noinn AL............nna- p+ f *r PAGE LEFT BLANK INTENTIONALLY t+ w GSBS ARCH?AHC LURE LANDSCAPE ARCMR"r'C'f iJNE INTERIOR DESIGN PLANNING A R C H 1 TE CTS i ZD ARC SA Addendum No. 02 -C Date: Date: November 8,2017OF r To: All bidders t 11/08/17 From: GSBS ARCHITECTS w. Project Name: Eugene McCray Community Center Expansion Handley/Meadowbrook Community Center Expansion GSBS Architects Project#: 2015.114.00 2015.115.00 This addendum shall be considered to be part of the contract documents for the project referenced above. Where provisions of the following supplemental information differ from that contained in the original �+ contract documents,this Addendum shall govern and take precedence. Bidders are hereby notified that they shall make any necessary adjustments in their estimate on account of this Addendum. It will be construed that each Bidder's proposal is submitted with full knowledge of all modifications and supplemental data specified therein. Acknowledge receipt of this addendum in the space provided on the Bid Form. General: 1. None Specifications: 1. None Drawings: 1. Eugene McCray Sheet 53.01;Ref. 1/53.01. Estimated bearing stratum elevation should be 79'-0" „� and not 21'-0"as shown. 2015.114.00-Eugene McCray Community Center Expansion GSBS ARCHITECTS 2015.115.00-Handley/Meadowbrook Community Center Expansion 2. Eugene McCray Sheet M0.1: Changed airflow data for RTU-3 and RTU-4. Added dehumidification cycle to RTU-3. 3. Eugene McCray Sheet M2.1: Changed return air and supply air ductwork for RTU-3 and RTU-4. Added humidistat for RTU-3. 4. Eugene McCray Sheet M2.2: Changed size of makeup air unit. 5. Eugene McCray Sheet M3.2: Changed makeup air unit manufacturer and performance data. 6. Eugene McCray Sheet M4.1: Revised control diagram for RTU-3. 7. Eugene McCray Sheet Sheet E4.1: Revised feeder and circuit breaker protection for MUA FAN-2 to accommodate for new equipment size. 8. Handley/Meadowbrook Sheet A2.2; Provide wall types as noted on the Wall Types and Finishes Plan. 9. Handley/Meadowbrook Sheet S2.02; Locate the new RTU-4 as required per the revised Mechanical drawing; channels should be installed per detail 3/S5.02 at each end of the RTU curb. Angle frames should be installed per detail 2/S5.02 for required RTU penetrations in the existing roof. 10. Handley/Meadowbrook Sheet MO.l: Added new RTU-4 and AC-3 (R) rooftop performance *+ information. 11. Handley/Meadowbrook Sheet M1.1: Demolish thermostat for AC-3 (E). 12. Handley/Meadowbrook Sheet M1.2: Demolish existing rooftop unit AC-3 (E) and associated piping. 13. Handley/Meadowbrook Sheet M2.1: Revised supply and return air ductwork for Kitchen Area and Computer Area. Added new thermostats for RTU-4 and AC-3 (R) 14. Handley/Meadowbrook Sheet M2.2: Added new rooftop unit RTU-4 and associated gas and condensate piping. Added new AC-3 (R) rooftop unit and it shall be set on new curb adapter. Modified gas and condensate piping. Modify size of makeup air unit. 15. Handley/Meadowbrook Sheet M3.2: Changed manufacturer of makeup air unit. 16. Handley/Meadowbrook Sheet M3.3: Provided new manufacturer of makeup air unit which affected size of unit. 17. Handley/Meadowbrook Sheet M4.1: Added new control diagrams for RTU-4 and AC-3 (R). Removed smoke detector for RTU-2,RTU-3. 18. Handley/Meadowbrook Sheet E3.2: Added RTU-4 and AC-3 (R)to roof plan. PM 19. Handley/Meadowbrook Sheet E4.1: Added AC-3(R) and RTU-4 to equipment schedule. Revised feeder and overcurrent protection for MUA FAN-2 to accommodate for new equipment size. Updated panel schedule B to reflect new equipment connections. ADDENDUM 01 2 .. RW 2015.114.00—Eugene McCray Community Center Expansion GSBS ARCHITECTS 2015.115.00—Handley/Meadowbrook Community Center Expansion w End of Addendum No. 02 w qR w w w w DR ADDENDUM 01 3 f� rl PAGE LEFT BLANK INTENTIONALLY w �r w r N N N =1 g S1N3Wf10 W}ZW LL o N011�fl2ilSN0� 80=1 U a=" � w hof a Wtt 0 UO _ UJ Y_UU u3a Bc S i i I I I I _._. i I py�Al a ggEwjy� dgg:, QF g� C 83b3, �4'�, ^8P' Q LLIp111,111;'s I LL —1 O C r g 1;'sQ 1 Awa I ! LL Z b � 9`gi;Qr' 1 gds s b _�_._._. ._._._._._-_._._. —--__ O k � 6g $b 1' �48�~sppo (/fir [��7I I 1 m �g o$wgx �b g3 N ®0 LU all Lu lu Wi a u a r r t Z O - I 131 I I I a -------- ----- ®------'i----..-'-'-.-'-I-------'-.------' -- ----- _ R ehA D CL 'j. w Lq Lu w it S1N3wnoo(i z F— 0 1— (D u 2:z 0 NouondiSNOD dO=1 0 ZF ::)Uow Ox 2 0 wl:uu u c -M. H1 ] j as p fill. ful 1,11 il 11 1 11 !I III, fol, . . . . . . . . . . . -M— 7 fill St > IN I �j 01 < L AL l'S! R 'i 11 1 I It a HIM viii li :f L L J Bs Lk-- fill gg � FIT! zoNouondISNOD 80=1 �+ z �wPw eas3`a C7Uz � �p yog UZ - DUOw ��g CyfU wyuu @ u3a _ N y E S �6 URI H / _ 81111, ; 1a H 5 P l' Igo _ g Y 33 �d z �@LLJ e84 g� 8 ° � � off' >l Ill $ � g L n� 5els 4 a 11�J E B ea 5aH Y o 00 HISH cool �y g pG V O a iq t � y € U y &'S° gR5a Fq4flw z® :en's a€5Y $ � t5 x xF jpg of o agws� a � d y ELI RIM IgH IMS! s 4 / 3 ° w �§ as¢Lu 9 9 Y$ z �W y y59� JIM �a 3 �€ dg 9 € baa s3 e5� 3�3� t ur y i � �g€Fgg 3 qg{4 3 8i 1 � dn A W SlNgWflooa 3# NOI.L�IINISNOD NOA (D� z o R a w v a � aaaaaa a _ aaaadadd a<W ® §1111 I'M cccccC__C.C__C__c c cc c ccc c a = c c 8 8 8 8 M ai asaaaR s R R a R aNa`aa`aaa e a=_ jENNA RRaRR 0 SSRRaA88 R r `� H �3 _ •fie _����� � � s ;s ;; .:.: aIM A A'r9 a R wnN�A n n a a�aad a� 9 aaaaaaaadaaaaadaaaa � g a CN WAH ccccC_cC_C_ccccccccccccccccc c €� a a RSR R $�eases aR R aaaaaaaaaaaaaaaaa�a ���@� e�aaFA�aRea:ascssaa6R �a g gF 888 R R s R R W =oma a 0 e � 3 -----------ga s3 g!as� LL w W wr $ a %pp CL 6n _ W U a Q$ L Hd N �g glib e_ O k N ® s S1N3wno0a o m� A a � Q N $'" NOuonb1SNOO LL }3z OS a 4 M LL 1:w D(x ao W JO WZ,Q ON a W: - b0j Of- � �zQ�Za� o� aw M1i U>>22ODUWB OaL:O y W wr y g si�S U ❑ W = 4C 3 r � 211M611M : 1r11 Z -- g r all e33��g�g�°���=E383 n -��a •3.,� I �-� 4 I � 4 __..�___ ° 3 as s log 4 se c � x3n<9yy6 e E CL x - 4 - - z W Q o Q w 3 _ J W B e a e Lu 5 € A a a J J 3 CL 151 h J Q wZ O Ow , O ^ S1N3Wf1�0a F o Oz WN NOI1onHISNOO '' a0p0 01 0 •• § UOd ;Iac,�1$, LL=wQWWzLL zJ7 ;e�3a > W I O� U~x i^ U�S�aUWa u3a 'sGizm '� ea ws ES � ag . a z68ags=�GaL� o` a d a A� a " da $ e " ¢ �`W z os a ani �s " a „so r N- a� pp ;g "P " , " pw o bgk e 6 dWa� a a A a aG � g�€ dew �g3 "s6Wg�� a ;aa 3 €-°EE ° " > s< `�5 �5a ° awWWa �ae �a�i� a=ss��1�saas . _g� w X A I I g@@ 3k a 7 a. -5 R° g-.3 in S �!. j K Y s C3 s S Sa msmsanc�a"osa aasaa�r3e2��ecea�=.�a���= $a y a=12 I I _ �� � d< � ❑ � " a " + a sa« w a€ " $ ;EE x a co B f "+a sk" U 1 �e $ w k k:k k k � ztz � � J a�69 o k k k� k a O is z�x"�@ Muting a� $ a a a W E m s S $ k �a K Fg eJ a 9 s"�„ z Is ❑ @ 3 g gg GG Aja v ° yg53 5 t Rqg ❑ g _ _ zeF'o" " € O i [ U is Glei M G 2 s =i9 $F i5 U si _ ag=1 11 5II IrLas o z z IZQB®��IG]®0Z 000000 mj a a�plB ® + �" + w _ U LLJJJJJ ((((((ffffff W s� 114 � adEEq€§€ ag3goyy p �. a °agail@e � gpyRN a n R p Conan, 'M a e a cwi cn Lu g �� "fin � app € g i . 38 ; 119n^e MIz Lu WMHERYYY n a W n w9 a �ssego n94 091-m! € � 6 2: � a € 9 ? °a s ❑ ¢a ansag y3 �" L) jdg €�<1a$3aLL m � ° ge' -° -a.� g c$ a s��� 4 Za v 111-1- � -- E 3@ 3 R S@ k 'Y e F 3y ' 9 ❑ Lu - a ^ d d r S1N3wnooa °Z NOuonbISNOO ��;.5� r3� �C o CoQ sedb vv JJ y4,s W=JOa�� " ^ 2Ha t %d, OO7o••-._r:�` O H 'Xi W Z ti20 t J r:a fi y' Mr. > ZQUZdd OyyHcv lo=U0 I– O W lF-Uf p�UXO : ,. U32�ffUW9 �13a :sfaLL r a R A 5 m b -------------------------------- .-.-.—_ ------------ --------------- 0 -------e------o 0 ® Q { 1--------- - -- a o pell & g -------I °-----------9�------------- -------_._.---------------- Z m $ 8tltl ? RO i $ Oe 000 0 0 0 Q F x4 ( ] w ........–------._._-----------_------ ---— ------ –___---•-_-__ z 2.11 ISS a Z � �� tilLU2 ;gg Ga sl 5 QJfli z qp4gg4 uj 19 W 4 J U d �! f7 IJJ @ 9 11 log w 0 .rxe S.LN31n n000 ^ ,, °o z NOI1of12i1SN0O _ '`:' `e44�= 0� o JZ "- �° CJOj LL QF- WWZjw=o Q zQUzo auo 04 a- _Oa af QwWWx3�ofgww0 " U�2�Of C)wa a �9f0[Y Y �I�I a .hFil" 74 J � m !,3 4 0 83 9EEBg EE J.-H! 0 O O O O m e Ei � e A Oz6 g ® e `s yy9 U `€o IbM ��id s� 3C� 0 Man : °a W ! d d d Y U' Z g 0 0 z 0 J � W QJ Z 2 U. w„ —s i� �.r S1N3wn�oa °Z x NouonbISNOO ° mO Z� F Hit; i = s�= Hod LL W 3 Q o° z }� LLJ ZQU�Zaa O�ci X3=0 , .. U32WXaUw® E3?:0.x a fLL lig @ pis R1 li LU H, LOLJ 1 dud tl d u = 0 00 0 (. De 0 ® ® ®8 ------- ------------- -----_.---------------------------- -- -- -- ._._._ - ! I 81P [A N � I 11 Ig I i ! ' I J J it a--- - -- - --.------- --------- -.-.---------.--.--------- _- i----- ; a ,e .. W I 0 RED I ; ! w! �.-.- - ---------- •_--- -_------•- -•�._•_._•_._._._--------- ------------ --._._- _-._.-_-----_ I! I 3 Z_.moi._._._._._, l`. ti Y 88 � y_Kx:a S.LN31nnpoa \p � °z 7- 'PPIo -oz Ilofl2ilSN0D p „ ii ° o8 LL W Q cr u) $ w a a0=1off JOWWZi 20 G ZP. _ -- ��ZQUZ4.°` p c2i0 „ WUW6 dEli LLI Qin HIMF � O € gfll U §i iG �i $ fit _• $ 'E O $ y B oda 93 "y�G" gk. q C 41H= �`� ? 3� � N w a a a a a z 0DO O 0 0 Q/Jmo Q� ; I I - ---------------------------------.---- -'----'_'--- ------------------------ ---'-- ------ -------- e� I _._._._.__-_._.__ _— -I .�bl� 1 I 1 --- e-'-------- '------------------- - -'-'-' _ I i Eq a i 1 i j Q I j � i i J i i i 3gII y�y U 4 �I -fl ^S I G I � i I I 1 I I I ----- - � ---I- ------ ---_ ------- --- -------------.---'- --- - ------------ _ M 0S1N]WnDOO I j§ cnJ§2NOuonNiSNOD LL »aE_ p U- zl -iowwd0d ora0r4� § � � , �- RQ | © »®z<ozaS « !- E0Lu e<WwwxlG§f ■|0z u*I�mou■ u»� BE «o _ Ff5l � . „ � ■ j • : , | 1hll _ . . • ! I1 . , |.|. ! | ! ■ , , |■ |.| k� |iill|, ||||| e . • � ■ � ��! h| '�� $|q� • _ � � � � � ! � � | � [��h■ ��| ��� � s , |9 - } h ■ _ / ! ■ §. | | � ■ | !/ ;| � , , , �/�| ■ , § , , , ' | � : _ ;� Y 11 M — s1N�wn�oa S =" s ~ �Z Z yrjQ NOinnbISN0O s '` '',- ° >00O � s.. a x W -= 80� �a °I—��ww Z� uxo C }oZQUz0- >IX6 1Qpa o F— Qwwwxjrof flozlr w U�2�ofUw@ u3a arx¢o we � .na 3 j fl J? l a i ttr ;te >nun•„ st: - i ��^Eh}•-;; p J •'I} } 5 } i F } I — t {AIWA � y E6 w tY¢ L) pp y pili lif Fi j�i} g�9 Mll ASH H 9 id U C4 II I 4 .7 6 n e I � I I �Se ' � F x � s e J P glia 17 o �t ` S1N3wnpoa 0z L ? J cn , E $ NOIlo(12i1SN0O � v }g° °= o 0 f 1f '� LL W Q IL 1(1 i Z J }"£t UOd y�� ,,p ._ Of=—�OWWZ ago G ZO 3b � 2 Qn.o �OzWUzm e@@uz U�=�wUwa t�i3a '€xu ac I 1,1 Lu e� IC � gigb cn if pp p ga g 0TElEl 0®0 0000® ®doo n o J 11F W H III �e� Z d MORW r. I. t$8 SIM-1 €< 112 � r is if �I$ �s 5 h HR § ��,h �n" $ a� g w $ I d Hill fill atg='IOf i as 4g€ 6g $ IN a W § es�a5&� gggs Ck s 0 HH, 8 S < 3 = s a gg w #g tim i9,3~s£ �§ cz ggi s a g ppji � z' sg E ns;CY LU 9 UY !1 = F n1j, pelli F Y d a s Iffig tl � r 2 a - g ya5 � 5Gay fa §@EJ goo fia€" $ P I M I a 11 8�I �1.€ r € R z Rl I III �a9 is < IS a Ey z 3I His gags Ga j65 �' $ F� e&€ gg gg a g O 35. 9aF �o a Ha 8' u. 6dy" p�' C ij LU 0 11 zo M01 HHU L�< 2m3 B5d � 8E6 ES 9 F F� w 2F€F F �W. og?3� a ;" gs=yi w �W gt=e ki y g giLU ll hill, 1- O�s S g. N � �€ � $�g�a � �d«'� �� I t n!j53H19Fs v "c7�9 w a a w _ _ S±NJW2000r ) 3 N0113M ±SNOO w )z zI & _ \O2 |� % k � / � . ^ ` § b)|§\ o / \§/§§ , ok=��o�■ §! qe � § ! % ■ . ■ i's §| , ( 1! 2 / a j, ) iK _ < e o> c _ � \e d �e / £ / / ) \ al \_ _ � � sZNFIMIDOG o w w NOIZ�n2I LSNOD J Jm 0' o m o o as} xoA LL=:w Z =: wWWMB Z �� �= a r-------------"� ggg 55 J i ¢ 3 §§ � � d � � g fall - �Iaaa'F`e'"�s 4 aaasnaaaaa�aaaaas aaaa mp aaa as aaaaa W A ccccccccccccccccC_cccC_ccccC_cccccC_C_cccc dfilU $�aaaaaaaaaaaasaaaR aaaa aaaaR saaasR R aaaa � � v1 �@l _-aaaaRaRAXARS:ISSaRXEaS:aasax�aaasa �s ���� A'S f U s All- LU W 3 ar O=x a s �, a a a a a n ay aaaaaaaaadaaaaaaaaaa _ a 9 � �] .@=Lzaaaaaa�aRas:¢scsaasssassss�aaczea � _ 7 � U LU " p f! 12N I 6 � LLJ s s� > s _ �3� a z 41 'U^ k'g 6! �b #d # 9ZAI J ' H sa - x � S .cx k .ca H ccc c y�g r n,T A 8qE a � m A R R CR R C z C U w � ���� 4 � c c cccc ❑ �5 � 4 dR� R a R R R RRRA ❑❑ o IV w U � A Fj- 2 a M w a o a„ 0sm� = o as 3� � 4� ¢ 4 r 4 3 Lu a IM 0 m 3 ' she r a U L m z �a go as o �� s e g s 3 de� ¢aescssasss� w °' � ¢ � �"g�� a s' ��§�F�S�fSS•na?3 � g�� eV Ld LLmszea^ a n a x^ a Xlaid z= r.e n SINHWIDOa oZ W NO.L� INISNODJo ��n_o z o NOJ 3 o�oo�i ¢rxo �oQu� wXad�a paw �n U�Smwwo&jI )Y e�a � �rr a 3 9 'S�3'3YI�NF YI Ik iY�S �` Fl gN S tlkYY tl Y fill L 2'e'a3n�'"•a2292•e22e`s n"32a 3ta=9 22222 ccccccccccccccccC_cccC_ccccC_ccccC_C_cccc ®€ $$sxaaaaaaasasa aaax aRa3 RRRaA �aaaaA R ease �� � J V1 ��� _ saaxaaAaxRAssssseaxaxs:aasxa�aasaa ��$���� m 2•a_n $ �� ��: S � a" ^_ 7 dy 2"a"e2•e22'e•ee'2222222222 ��qm � � � #�� _ __C_C__C__C__C_-cC—cccccccccccccccccccc 4� R= 90 � L@g$m� x s a _ a as aaaaaaaaaaaaaaaaaaaa ��� � �� MI ^apaFRaaaFR.sscsaaasssaasa aaFzaa I: 7 Q � U B fi b Q 1 — 3. LLJ fVI N Fg R :6 w L J s s d= a =a s g €z3 3 � a 4 2= nZ i J $§ab ssi R€Rgg€ !Y7B°� a 5 4� S G .Gf C N � rGf G d d d n 9r� o a 3 1C C m3 m 7 m m m m m Fe U I Ro C C �RCRC E Q s W C aC C C C Eli _ oR� a R R R RRRR ElQ � ❑ ag _ R S R S R a N F4 g /, 0 /, If «r " wUH n asg as ga� cge a Q IWO. l m " > ; co g � g o g c ge w t s g 3 a a a ¢�Q a ��€ c H� XWO (hh' a a 6a . S m c io < g �a P LLsg " €asaaezgxaxa aa�� z= FORTWORTH. CITY OF FORT WORTH PROPERTY MANAGEMENT DEPARTMENT ADDENDUM NO. 1 y EUGENE McCRAY and HANDLEY-MEADOWBROOK COMMUNITY CENTERS EXPANSION 'F Request for Proposals Submittal Date: November 30, 2017 (CHANGED) The Request for Proposals for the above project is hereby revised and amended as follows: 1. The following paragraphs of the "NOTICE TO OFFERORS" in the "Instructions to Offerors" are revised as noted: "Proposals for the Eugene McCray Community Center located at 4932 Wilbarger Street and the Hand ley-Meadowbrook Community Center located at 6201 Beaty Street in Fort Worth Texas will be received at the Purchasing Office, City of Fort Worth, 200 Texas Street, Fort Worth, 76102, until 1:30 P.M on Thursday, November 30, 2017, and will be opened and publicly read aloud approximately thirty minutes later in the Council Chambers". "All questions will be answered by Addenda. The last day for questions from prospective Offerors is at 5:00 PM on Wednesday, November 15, 2017." "Refer to the Request for Proposal documents for the Minority Business Enterprise (MBE) Information. MBE participation will be evaluated in awarding this Contract. The MBE participation goal is:" • Eugene McCray Community Center Expansion and Hand ley-Meadowbrook Community Center Expansion— 17916. 2. The Pre-Proposal Conference and Walk-Through/Site Visit was held at 10:00 AM, Wednesday, October 18, 2017 at the existing building project sites located at 6201 Beaty Street and 4932 Wilbarger Street. Refer to enclosed Pre-Proposal Attendees List. (Attachment No. 1) 3. The following paragraph of Section, 2. MINORITY BUSINESS ENTERPRISE (MBE) (Best VALUE PROPOSAL), Minority Business Enterprise Provisions: of the "INSTRUCTIONS TO OFFERORS"is revised as noted: "The MBE goal on this project (construction contract) is 17%." Both Centers will be awarded as one construction contract. 4. A revised"Proposal'is included as part of this addendum and dated, October 26, 2017. (Attachment No. 2) 5. The following Geotechnical Engineering Reports dated August 25, 2016 are included as part of this addendum: Document 716041 Geo Report Handley-Meadowbrook Center Fort Worth" (Attachment No. 3) and Document 716042 Geo Report McCray Center Fort Worth" ' (Attachment No. 4) 6. GSBS Architects Addendum No. 1 cover letter dated October 26, 2017 with attached revised/added specifications and drawings. (Attachment No. 5) Addendum No.1 Page 1 of 2 PARD—E.McCray&H-M Communitv Centers Expansion October 2017 FORTWORTH(A) T Acknowledge the receipt of this Addendum No. 1 on your•Proposal. Steve Cooke Director, Property Management Department By. ! Alfonso Meza Project Manager, Architectural Services PMD, Facilities Division 817-392-8274, FAX 817-392-8488 Alfonso.Meza0fortworthtexas.gov RELEASE DATE:October 26, 2017 w w w Addendum No.1 Page 2 of 2 PARD—E. McCray&H-M Community Centers Expansion October 2017 tj' 1 1tZ3i 1 J '' 1 �1 ^},,1 -All co J� ; ;�'^� ; 1 ; 11.1 ; : ; ; i 4D PH I -e` W 1 'lJ`�V•.I{ �'I 1 _�1 //��1 I `�' � �4; d i i i`•, A r� �i + I lq.; _VC ' v�.'t3' `�+I � �y 1 I 44 I � rO� ; ; ; �,i � •.fir, C3� ; \ i (�i �� �� �:)r'.'1 �y ape �J I 1 �� ,•� � � d`'; � oma; � ��� ao; , �; � ; �' ; ; p , l I �i /� �.�Ii O � I 1 1 � lV Y'!s� ( �; A , � •+�+; �'� ` (j; Irl `'d� �J• til I `tea; MMJ "�`i .?i .� ! rC! w� ;...�d; do ; a 101 1 •�.1 1 �1 ��y}'; :`\`; Lam' ; ; �7l { "�Q�I '1 J 0'Cd ' J[��•'` Al //��`i �V; r .2 i i"�� ; 5'+1\( ; ; ; U'JI S7 Vl 1 1�1 J 1 1 1 1 I 1 _ 6A, ,1W 1 1 1 J J I Q r , ; J1 ` 7 •`�E, � '74 cz 1 �, 1 ��.,11•�.{��'[]', �; ,�; 1 w�at.l 1 .� �1 ��1 1 1 PL( 06 IVIN �; 1i1 l 1 { _ QQ e Qm W1 lr'114. ar Of 04 ' 1 1 �1ml1 •�� .lrf�r all 1 Cd t I 1 Vrl `N 1 1 1 1 1 1 1I 1 1 1 1 1 1 { 31 t 1 1 1 1 1 � It oi cl till 1 Itcj 01 U, , �(V1 i 1 U-1 r " 1 I + 1 bD •.,�, ( 1 t 1 { ; ; ; { 1 C� 11x11 �{ ; ; , 1 1 1 ; (�� L1 v 1 t •'1 1 I mo' ' � fa..t. 1 1 1 I Of 1 ji mw l It V} } cy} C5 -s;I CA 00 Pte' ; � � ' ' It 10 (( o46 �1 1 V1 fit I It It It , i II + ItIt It It t .� at _ j i ", ' 1It I 17I 1 t 1 1 I 1 1 1 1 1 I 1 1 1 I 1 ; 1 1 1 1 1 1 1 1 1 (V } . 1 I t U } 1 1 I O 1 bD {1 1 11 1 I ' JA; 1 1 1 1 1 I l 1 + 1 1 r'� q 1It Q� !`} r/ f 1 1 1 1 1 1 1 i 1 i �1 1 ....t +� 1 , 1 1 1 } 1 + i 1 1 w w PAGE LEFT BLANK INTENTIONALLY w w PROPOSAL(Revised October 26, 2017) -- T0: MR. DAVID COOKE CITY MANAGER ATTN: PURCHASING OFFICE 200 TEXAS STREET CITY OF FORT WORTH, TEXAS FOR: Eugene McCray Community Center Expansion—PMD2015-10, City Project#CO2459 4932 Wilbarger Street Fort Worth,Texas Handley-Meadowbrook Community Center Expansion—PMD2015-09, City Project#CO2460 6201 Beaty Street Fort Worth,Texas Pursuant to the foregoing "Instructions to Offerors," the undersigned has thoroughly examined the plans, " specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director of Transportation and Public Works of the City of Fort Worth. Upon acceptance of this Proposal by the City Council, the bidder is bound to execute a contract and, if the contract amount exceeds $25,000.00, furnish acceptable Performance and/or Payment Bonds approved by the City of Fort Worth for performing and completing the Work within the time stated and for the following sum,to wit: DESCRIPTION OF ITEMS Eugene McCray Community Center Expansion: $ Base Proposal Calendar Days $ Owner's Contingency Allowance (7.5%) added to Base Proposal (This Allowance amount is not included in the Base Proposal but is added to the Base Proposal. Only the Owner will approve the use of this Allowance during construction. Any Allowance remaining at the end of construction will be retained by the City of Fort Worth). $ - Base Proposal plus Owner's Contingency Allowance Handley-Meadowbrook Community Center Expansion: Base Proposal Calendar Days $ Owner's Contingency Allowance (7.5%) added to Base Proposal (This Allowance amount is not included in the Base Proposal but is added to the Base Proposal. Only the Owner will approve the use of this Allowance during construction. Any Allowance remaining at the end of construction will be retained by the City of Fort Worth). $ _ Base Proposal plus Owner's Contingency Allowance Instruction to Offerors Page 9 of 33 CFW PMD—Eugene McCray&Hand Iev-Meadowbrook Community Centers Expansion October 2017 ALTERNATES— A. LTERNATES—A. Eugene McCray Community Center Expansion: Add Alternate No. 1 —Wall Pack Lighting Upgrade: Provide for the removal and replacement of the existing wall pack lighting fixtures, not a part of the new construction. Add Alternate#1 $ -- Add Alternate No. 2—Resilient Sheet Flooring in Weight Room 110: Provide for installation resilient sheet flooring. Add Alternate#2 $ Add Alternate No. 3—Millwork: Provide for addition of millwork as shown in Play Area 111, Multi-Purpose 3 Room 112 (east wall only), Computer Study 118, and Storage 125. Add Alternate#3 $ — Add Alternate No. 4—Folding Partition Doors 113C and 113D: Provide for installation of folding partition panels in Multi-Purpose 2 Room 113. Add Alternate#4 $ Add Alternate No. 5—Women Restroom 108, West Wall: Provide for removal and rebuild of " the west wall Women Restroom 108 and associated details. Add Alternate#5 $ B. Hand ley-Meadowbrook Community Center Expansion: Add Alternate No. 1 —Alternate Accessible Route: Provide alternate accessible route as detailed on Sheet C2.00 along north side of Beaty Street. Add Alternate#1 $ Add/Deduct Alternate No. 2—Site Paving: Provide asphalt paving. _ Alternate#2 $ Add_Deduct (Check One) Add Alternate No. 3—Gymnasium Divider: Provide for Gymnasium Divider and required ! mounting to the existing Gymnasium structural members. Add Alternate#3 $ — Add Alternate No. 4—Millwork: Provide for addition of millwork as shown in Multi-Purpose Room 113, Multi-Purpose Room 115A, Multi-Purpose Room 115B, and Weight Room 119. Add Alternate#4 $ Add Alternate No. 5—Folding Partition Door 115E: Provide for installation of folding partition panels in Multi-Purpose Room 115B. Add Alternate#5 $ — Instruction to Offerors Page 10 of 33 CFW PMD—Eugene McCray&Handley-Meadowbrook Community Centers Expansion October 2017 UNIT PRICES—Eugene McCray& Hand ley-Meadowbrook Community Centers Expansion: A. For INCREASE of drilled pier shafts, complete with drilling, excavation, concrete, and reinforcing: 1. For 18"diameter piers: ADD $ per linear foot B. For DECREASE of drilled pier shafts, complete with drilling, excavation, concrete, and reinforcing: 1. For 18"diameter piers: DEDUCT: $ per linear foot Note: Deduct price shall be minimum 66%of add unit price. C. For ADDITION of temporary metal casings for drilled pier shafts: 1. For 18"diameter piers: Add: $ per linear foot The undersigned agrees to complete the Work within the calendar days specified above after the date of Notice to Proceed. A Project Schedule will be submitted as required in the Instructions to Offeror. The City reserves the right to accept or reject any and all bids or any combination thereof proposed for the above work. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance 7278 as amended by City Ordinance 7400 (Fort Worth City Code Section 13A-21 through 13A-29). Residency of Offerors: The 1985 Session of the Texas Legislature passed house Bill 620 relative to the award of contracts to non-resident bidders. The law provides that, in order to be awarded a contract as — low bidder, non-resident bidders (out of state contractors whose corporate offices or principal place of business are outside of the State of Texas) that 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 Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all non-resident bidders in order for your bid to meet specifications. The failure of out of state or non-resident bidders to complete the forms may disqualify that bidder. Resident bidders must check the box in Section B. A. I_I Non-resident vendors in (give state), our principal place of business, are required to be percent lower than resident bidders by state law. I_I Non-resident vendors in (give state), are not required to underbid resident bidders. B. +_I Our principal place of business or corporate offices are in the State of Texas. Within ten (10) days of receipt of notice of acceptance of this bid,the successful bidder will execute the formal contract and will deliver approved Performance and Payment Bonds for the faithful performance of this contact. The attached deposit check in the sum of Dollars ($ ) is to become the property of the City of Fort Worth,Texas, or the attached Bidder's Bond is to be forfeited in the event the contract and bonds are not executed within the time set forth, as liquidated damages for delay and additional work caused thereby. MINORITY BUSINESS ENTERPRISE (MBE): (For Proposals in excess of$50,000) Instruction to Offerors Page 11 of 33 r=1At DhAr)—M.,ono AAn(rrw A L-nn.ticv_hAcnri­e,hrnnk rnmmi inihi('.antarc FYnnncinn Ortnhar 9M 7 I am aware that I must submit information to the Director, Property Management Department, .. concerning the MBE participation within FIVE BUSINESS DAYS of submittal of this Proposal in order to be considered RESPONSIVE. Respectfully submitted, Company Name By: Signature Printed Name of Principal Title Address: Street City Zip Phone: Fax: Email: Receipt is acknowledged of the following addenda: Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No.4: Addendum No. 5: Addendum No. 6: Addendum No. 7: Addendum No. 8: Addendum No. 9: Addendum No. 10: Instruction to Offerors Page 12 of 33 CFW PMD—Eugene McCray&Handley-Meadowbrook Community Centers Expansion October 2017 T. SMITH INSPECTION AND TESTING, LLC TSIT GEOTECHNICAL ENGINEERING&CONSTRUCTION MATERIAL&TESTING&INSPECTION GEOTECHNICAL ENGINEERING REPORT FOR HANDLEY MEADOWBROOK COMMUNITY CENTER ADDITION FORT WORTH , TEXAS - PREPARED FOR CITY OF FORT WORTH i August 25 , 2016 - TSIT REPORT NO . T16041 7473 AIRPORT FREEWAY 2211 CENTURY CENTER BLVD,,#101 FORT WORTH,TX 76118 IRVING,TX 75062 P 817-589-9933 F 817-590-4433 wwwAsitservicesxom P 972-573-6083 F 972-573-6088 ?@, �I '"rriil• Vl(l�I'i°�il'i P I,�IIi �-, r ,- c ! . .�I, ., [ ..,? To SMITH INSPECTION AND TESTING, LLC GEOTECHNICAL ENGINEERING&CONSTRUCTION MATERIAL&TESTING&INSPECTION August 25, 2016 THE CITY OF FORT WORTH Attn: Mr. Alfonso Meza, Property Management Dept. R 401 West 13th Street Fort Worth, TX 76102-4616 P 817-392-8274; E alfonso.meza@fortworthtexas.gov RE: TSIT GEOTECHNICAL ENGINEERING REPORT NO. T16041 FOR FOUNDATION & PAVEMENT DESIGN FOR HANDLEY MEADOWBROOK COMMUNITY CENTER ADDITION @ 6201 BEATY STREET, FORT WORTH, TEXAS Dear Mr. Meza: Attached is our geotechnical report for the referenced project. This report contains the results of our geotechnical field and laboratory investigations, our observations, engineering opinions and recommendations to guide the design and construction of the proposed structure. w To complement our geotechnical engineering services, our Construction Materials Testing Division will be happy to provide materials testing services required during the construction phase of this project. We will be pleased to discuss the scope of work with you and/or submit a proposal to provide these services at the appropriate time, if requested. It has been a pleasure to perform this work for you. If we can be of further assistance, please do not hesitate to call on us. Sincerely, �.4or �•�ti���1ty CHISHA MUSENDA, MSCE PE �""' `•"""""""`""'"" "' CHISHA MVSE14DA GEOTECHNICAL ENGINEER j"•'�"""^••"""•••""'•"�'~' ' f °�; 87838 'far TSITt�o` FIRM NO. F-5278 'h'��" � �• '��"� >> S/DNAI C.C. 7473 AIRPORT FREEWAY 2211 CENTURY CENTER BLVD.,#101 FORT WORTH,TX 76118 IRVI NG,TX 7506,2 P 817-589-9933 F 817-590-4433 www.tsitservicesxorn P 972-573-6083 F 972-573-6088 PAGE LEFT BLANK INTENTIONALLY " GEOTECHNICAL INVESTIGATION FOR FOUNDATION & PAVEMENT DESIGN HANDLEY MEADOWBROOK COMMUNITY CENTER ADDITION @ 6201 BEATY STREET, FORT WORTH, TEXAS URLE OF CONTENTS 1. PROJECT INFORMATION..............................................................................................................................................1 2. PURPOSE AND SCOPE OF INVESTIGATION.....................................................................................................................1 3. FIELD OPERATIONS...................................................................................................................................................1 4. LABORATORY TESTING...............................................................................................................................................2 5. SUBSURFACE CONDITIONS..........................................................................................................................................2 �- 5.1. SITE GEOLOGY AND SOIL STRATIGRAPHY.................................. ..............2 ............................................................................ 5.2. GROUNDWATER......................................................................................................................................:....................2 5.3. ENGINEERING PROPERTIES.............................................................................................................................................3 5.3.1. Soil PlasScik....................................................................................................................................................3 5.3.2. Soil Moisture and Dry Density.............................................................................................................................3 5.3.3. Swell Tests........................................................................................................................................................3 5.3.4. Potential Vertical Rise........................................................................................................................................3 6. SUMMARIES AND CONCLUSIONS..................................................................................................................................4 6.1. SUBSURFACE CONDITIONS..............................................................................................................................................4 6.2. FOUNDATIONS............................................................................................................................................................4 6.3. BEARING CAPACITY..................................................................... ..............4 ................................................................... 6.4. ESTIMATED SOIL INPUT PARAMETERS FOR THE L-PILE PROGRAM...............................................................................................5 7. RECOMMENDATIONS..................................................................................................................................................6 7.1. QUALITY CONTROL.......................................................................................................................................................6 7.2. SOIL IMPROVEMENT.....................................................................................................................................................6 7.2.1. Site Specific Recommendations..........................................................................................................................6 7.2.2. Select Fill..........................................................................................................................................................6 7.2.3. Site Grading and Fill Compaction.........................................................................................................................6 7.3. FOUNDATIONSUPPORT.................................................................................................................................................7 7.3.1. Allowable Bearing Capacity for Drilled Shafts.......................................................................................................7 7.3.2. Construction Considerations for Drilled Shafts.....................................................................................................7 7.3.3. 51ab-on-6rade...................................................................................................................................................7 7.4. SEISMIC CONSIDERATIONS..............................................................................................................................................8 7.5. GENERAL CONSTRUCTION CONSIDERATIONS.................... 7.5.1. Utilities Considerations.......................................................................................................................................8 7.5.2. Drainage Considerations....................................................................................................................................8 7.6. PAVING RECOMMENDATIONS...........................................................................................................................................9 7.6.1. Stabilization......................................................................................................................................................9 7.6.2. Pavement Sedons.............................................................................................................................................9 7.6.3. Special Pavement Considerations...................................................................................................................... 10 7.7. CONSTRUCTION MATERIALS TESTING&INSPECTION SPECS.....................................................................................................11 7.7.1. ObservationsAnspections................................................................................................................................. 11 7.7.2. Materials Testing............................................................................................................................................. ff 7.7.3. Cost Estimates................................................................................................................................................. 11 8. LIMITATIONS..........................................................................................................................................................11 APPENDIX 1. BORING LOCATION DIAGRAM....................................................................................................................................Mi 2. LOGS OF BORINGS..................................................................................................................................................A 2 3. GENERAL SOIL DESCRIPTIONS..................................................................................................................................B-1 TSIT I PROJECT NO. T16041 w vp N F h !'F PAGE LEFT BLANK INTENTIONALLY N f p I f _ GEOTECHNICAL INVESTIGATION FOR FOUNDATION & PAVEMENT DESIGN HANDLEY MEADOWBROOK COMMUNITY CENTER ADDITION @ 6201 BEATY STREET, FORT WORTH, TEXAS 1. PROJECT INFORMATION The project consists of the construction of a one-story addition to an existing building. The structure will consist of a steel-framed building and a structural slab supported on a shallow foundation. The total building pad area is approximately 2,700 sf. The building addition anticipates a structural slab over carton void forms Alternate recommendations for slab on grade construction is also requested. (Concentrated column loads of 10 kips to 150 kips for ground floor slab, and a maximum column load of 50 kips for a slab on grade). The structure will be located at 6201 Beaty Street, Fort Worth, Texas A site plan has been provided with an architectural layout plan shown for the building and proposed paving area. A geotechnical investigation is required to aid the planning, design and construction teams for this projectsite.A seismicsite class of the soils has also been requested along with shallow foundations for dumpster pad and screen wall. 2. PURPOSE AND SCOPE OF INVESTIGATION The scope of the required investigation is outlined as follows: 1. Perform drilling and sampling to explore the subsurface conditions at the site, and determine the presence of groundwater and its effect on foundation and/or basement installation. 2. Evaluate the pertinent engineering properties of the subsurface materials. 3. Recommend suitable types of foundation systems, depths and design parameters, and support for floor slabs for the proposed buildings. 4. Evaluate the potential for volume change of the existing foundation soils with respect to settlements and/or heaving of these soils and discuss methods of reducing any anticipated movements associated with compressible or expansive soils. 5. Provide recommendations for site grading and drainage, including the use of on-site materials as fill, fill replacement, compaction and recommend requirements for off-site borrow material, if required. 6. Provide recommendations for pavement subgrade treatment and suggested paving sections. 7. Preparation of a geotechnical report with conclusions and summaries of the information referenced above. 3. FIELD OPERATIONS Between July 22, 2016 a total of 4 soil test borings were drilled at the site as follows ■ BuildingAreas.• 2 soil bodngs(B-1 th/u B-2) were ddlled to a maximum depth of 50 feet ■ PaWngAreas.•2soil bodng(P->Th/u P-2) were ddlled to a maximum depth of 5 feet Approximate drill locations are shown on the Boring Location Diagram in the Appendix. A truck-mounted auger-drilling rig was used to advance these borings and to obtain samples for laboratory evaluation. Undisturbed samples of cohesive soil were obtained at intermittent intervals with standard, thin- walled, seamless tube samplers. These specimens were extruded in the field, logged, sealed and packaged to protect them from any disturbance and loss of in-situ moisture content during transportation to our laboratory. Where cohesionless or very sandy soils were encountered, an indication of their engineering properties was obtained by means of the Standard Penetration Test. This test consists of determining the number of blows required for a 140-pound hammer falling 30 inches to drive a standard split-spoon sampler 12 inches into the soil. TSIT 1 PROJECT NO. T16041 GEOTECHNICAL INVESTIGATION FOR FOUNDATION & PAVEMENT DESIGN HANDLEY MEADOWBROOK COMMUNITY CENTER ADDITION @ 6201 BEATY STREET, FORT WORTH, TEXAS Foundation bearing properties of the bedrock layers were evaluated using the Texas Highway Department (THD) Cone Penetrometer test. This test consists of determining the penetration of a 3-inch diameter cone driven with an approximate energy equivalent of a 170-pound hammer falling 24 inches. The results of the boring program are presented on the Logs of Borings in the Appendix. 4. LABORATORY TESTING Samples, obtained during our field exploration, were examined at our laboratory by the Project Geotechnical Engineer. Representative samples of the soil were selected, under the supervision of this engineer,for laboratory testing. The in-situ dry unit weight and moisture content of the samples were determined and used in conjunction with the Atterberg Limit tests for the determination of the Plastic and Liquid Limit to evaluate the potential volumetric change of the expansive clay strata. The results of these tests were also used to evaluate the uniformity of the material. The compressive strength of the cohesive soils was evaluated by means of unconfined compression tests. r Absorption swell tests were performed using selected undisturbed cohesive soil samples. These tests were performed for the purpose of evaluating the swell potential of these soils at their in-situ moisture contents. All the results of our laboratory testing are presented on the Logs of the Boring and other data sheets in the Appendix. 5. SUBSURFACE CONDITIONS T The subsurface soil conditions encountered during drilling of the borings are presented on the Logs of the Borings in the Appendix. 5.1. SITE GEOLOGY AND SOIL STRATIGRAPHY Based on our local experience and available subsurface geology maps, this site is situated on an outcrop of the Woodbine Formation. This formation is highly complex with many discontinuous layers, which generally consist of highly plastic clays through sandy clays and silts, to sands and gravel. These materials may vary widely over very short distances both horizontally and vertically. Dense seams and layers of sandstone often occur at irregular intervals throughout the formation. Our boring logs indicate that the subsurface conditions encountered at this project site are generally consistent and similar with those anticipated based on the site geology and our experience in this area. At this site,variable and alternating layers of sands, sandy clays and/or cemented sands were encountered from the existing ground surface to a depth of 40 feet. Hereafter, shale with unweathered limestone was encountered to the maximum depths explored. Accurate descriptions and details of the various strata encountered, their depths and thicknesses are presented on the corresponding Logs of Borings in the Appendix. 5.2. GROUNDWATER The borings were advanced using continuous flight augers allowing relatively accurate measurements of the groundwater levels. Groundwater seepage was not encountered during drilling of the borings. It must be noted that groundwater conditions can vary with seasonal fluctuations in the precipitation. TSIT 2 PROJECT NO. T16041 GEOTECHNICAL INVESTIGATION FOR FOUNDATION & PAVEMENT DESIGN HANDLEY MEADOWBROOK COMMUNITY CENTER ADDITION @ 6201 BEATY STREET, FORT WORTH, TEXAS 5.3. ENGINEERING PROPERTIES 5.3.1. SOIL PLASTICITY The surficial soils are sands, sandy clays and/or clayey sands with low-plasticity Indexes with effective Plasticity Index of 15 percent or less. 5.3.2. SOIL MOISTURE AND DRY DENSITY The in-situ moisture contents of these samples are on the order of 13 to 18 percent. We have estimated the effective dry unit weight of the clays to be on the order of 110 to 115 pcf. 5.3.3. SWELL TESTS Results of absorption swell tests performed on in-situ moist samples are presented on the following table: BORING DEPTH INITIAL MOISTURE FINAL MOISTURE SWELL LOCATION (FT) CONTENT (%) CONTENT (%) N B1 2-4 19.1 24.3 0 B2 6-8 13.8 16.5 0 5.3.4. POTENTIAL VERTICAL RISE Based on the Texas Highway Department Test Method Tex-124-E, the on-site clays exhibit heave potentials of one inch or less, for dry conditions. Based on absorption swell tests on samples with in-situ moisture at the time of drilling, the soil PVR is one inch or less, depending on initial moisture conditions in the soil. TSIT 3 PROJECT NO. T16041 GEOTECHNICAL INVESTIGATION FOR FOUNDATION & PAVEMENT DESIGN HANDLEY MEADOWBROOK COMMUNITY CENTER ADDITION — @ 6201 BEATY STREET, FORT WORTH, TEXAS 6. SUMMARIES AND CONCLUSIONS - Based on available information provided by our test borings, laboratory testing, our observations, all the information available to us from the client, and all other sources mentioned in this report we provide the following comments and conclusions: 6.1. SUBSURFACE CONDITIONS The subsurface conditions encountered at this project site are generally sands, clayey sands, sandy clays and/or ! cemented sands.The on-site soils are classified as SP (poorly graded sands) and SC (Sandy Clays) by the unified Soils Classification System. r 6.2. FOUNDATIONS It is our opinion that a slab-on-grade supported by straight-drilled pier foundations bearing in stable cemented - sand strata will perform in a satisfactory manner. Detailed recommendations for these foundation systems are presented in the Section 7. 6.3. BEARING CAPACITY Based on unconfined compressive strength tests and field test data we have estimated and recommend the following net allowable bearing capacities: DEPTH SOIL DESCRIPTION BEARING CAPACITY* SKIN FRICTION* UPLIFT* - [FT] [PSF] [PSF] [PFS] 0 - 2 SAND (SP) 2,000 11500 0 ! 2 - 10 SANDY CLAY (CL) 2,500 1,500 0 10 - 25 Cemented SAND (SP) 10,000 2,500 0 25 - 40 SANDY CLAY (CL) 3,500 1,500 0 40 - 50 Gray Shale with limestone 12,000 2,000 0 * The estimated bearing capacity includes a safety factor of three. LM TSIT 4 PROJECT NO. T16041 GEOTECHNICAL INVESTIGATION FOR FOUNDATION & PAVEMENT DESIGN HANDLEY MEADOWBROOK COMMUNITY CENTER ADDITION @ 6201 BEATY STREET, FORT WORTH, TEXAS 6.4. ESTIMATED SOIL INPUT PARAMETERS FOR THE L-PILE PROGRAM Below is summary of estimated soil parameters for input for the L-Pile program: Layer Depth Soil Type Soil Parameter Values Unit 1 2-10 Stiff Clay Eff. Unit Weight 115 pcf w/o Free Water Soil Modulus k 500 pci Uniaxial Compressive Strength 8,000 psf Strain, E50 0.07 - Undrained Shear Strength S, 2,000 psf Friction Angle 26 deg Modulus of Elasticity 10,000 psi w 2 10-21 Cemented Sand Eff. Unit Weight 120 pcf very dense Soil Modulus k 225 pci Friction Angle 42 deg Modulus of Elasticity 20,000 psi 3 21-40 Stiff Clay Eff. Unit Weight 115 pcf w/ Free Water Soil Modulus k 800 pci Uniaxial Compressive Strength 8,000 psf Strain, E50 0.05 - Undrained Shear Strength S❑ 3,000 psf Friction Angle 26 deg Modulus of Elasticity 14,000 psi 4 40-50 Shale Eff. Unit Weight 130.000 pcf Weak Rock Soil Modulus k 0.0005 pci Uniaxial Compressive Strength 50,000 psf Modulus of Elasticity 120,000 psi RQD 85 % K-rm 0.005 - The resistance provided in the upper 5 feet of the soil profile should not be used in the analysis s TSIT 5 PROJECT NO. T16041 GEOTECHNICAL INVESTIGATION FOR FOUNDATION & PAVEMENT DESIGN HANDLEY MEADOWBROOK COMMUNITY CENTER ADDITION @ 6201 BEATY STREET, FORT WORTH, TEXAS 7. RECOMMENDATIONS After review and analysis of our field exploratory information, laboratory test results of the obtained samples, data provided by the client, and available information from all other sources mentioned in this report, we provide _ the following recommendations: 7.1. QUALITY CONTROL Based on our experience on numerous projects, we have established that the project owner is served well, if the Geotechnical Engineer of Record, who performed the geotechnical investigation and who has insight of the characteristics of existing on-site soil conditions and their complexities, is retained to provide quality control } testing and inspection for foundation/pier installation, subgrade compaction/stabilization and other construction materials such as concrete, asphalt, steel, geosynthetic fiber reinforcement etc. 7.2. SOIL IMPROVEMENT - 7.2.1. SITE SPECIFIC RECOMMENDATIONS At this site, we anticipate some amount of earth moving for the purpose of site grading. We provide the following -- recommendations for soil improvement: 1. We recommend compacting these soils in accordance with ASTM D698 (See Section 7.2.3 "Fill Compaction and Site Grading"). If compaction takes place in summer times, moisture conditioning of these soils may be required.The Geotechnical Engineer of Record should be consulted in this case. 2. The surficial on-site soils (top 2 feet) consist of very loose sands with negligible plasticity.These soils will pose difficulty when compacting due to lack of cohesion. The compaction characteristics of the existing soils could be improved by mixing the soils with 3 to 6 percent Portland Cement. 3. We recommend that the soils be tested for compliance with the recommended compaction and moisture conditions. Field-testing should conform to ASTM D2922, Nuclear Density Method. The Geotechnical Engineer of Record should be contacted to perform fill compaction testing and testing for other construction materials such as asphalt or concrete. 4. If soils with undesired engineering properties are encountered, we recommend that these soils are removed and replaced with engineered "select fill'.The Geotechnical Engineer of Record should also be — contacted to verify if recommendations provided in this report are still valid. 7.2.2. SELECT FILL The material used as select fill should meet the following criteria: be a very sandy clay or clayey sand with a liquid limit of less than 35, a plasticity index between 4 and 15, and a minimum dry unit weight of 110 pcf. It should be spread in loose lifts, less than 9 inches thick, and uniformly compacted to a minimum of 95 percent of maximum dry density within -2 to +3 percent of optimum moisture content as determined in accordance with ASTM D698. When installing select fill below existing grades, positive drainage must be provided away from the structure to T prevent the ponding of water in the select fill. Care must be taken that backfill against the exterior face of the grade beams is properly compacted on-site clay. The select fill should not extend outside the limits of the structure. _ 7.2.3. SITE GRADING AND FILL COMPACTION Both the areas to receive fill and the fill materials should be free of any vegetation or debris. Prior to placing the fill,the exposed soil subgrade in areas to receive fill should be scarified to a depth of 6 inches and re-compacted TSIT 6 PROJECT NO. T16041 GEOTECHNICAL INVESTIGATION FOR FOUNDATION & PAVEMENT DESIGN HANDLEY MEADOWBROOK COMMUNITY CENTER ADDITION @ 6201 BEATY STREET, FORT WORTH, TEXAS to a minimum of 95 percent of maximum dry density as determined in accordance with ASTM D698, within -1 to +4 percent of optimum moisture content. Fill materials should be spread in loose lifts, less than 9 inches thick and uniformly compacted in a similar manner. 7.3. FOUNDATION SUPPORT 7.3.1. ALLOWABLE BEARING CAPACITY FOR DRILLED SHAFTS We recommend a foundation system consisting of straight-drilled piers. These shafts should be founded in the stable cemented sand strata encountered at a minimum depth of 10 feet below the e)asbng grades. We recommend that the Geotechnical Engineer of Record verify the bearing strata during pier installation. These shafts should be proportioned using a net allowable bearing pressure of 10,000 pounds per square foot. This allowable bearing value contains a safety factor of 3. An allowable net skin friction of 2,500 psf is recommended for shafts penetrating the bearing stratum a minimum of 3 feet. The first 2 feet of penetration should be neglected in skin friction calculations. In order to develop full load carrying capacity in skin friction, adjacent shafts should have a minimum center-to- center spacing of 3 times the diameter of the shafts. Closer spacing may require some reductions in skin friction and/or changes in installation sequences. The Geotechnical Engineer of Record should be contacted to review, on a case-by-case basis, shafts requiring closer spacing. 7.3.2. CONSTRUCTION CONSIDERATIONS FOR DRILLED SHAFTS A minimum shaft diameter of 18 inches is recommended for all drilled shafts in order to facilitate shaft clean-out. Groundwater seepage could be encountered during the installation of some of the shafts, particularly if construction proceeds during a wet period of the year. In most cases, rapid placement of concrete and steel will permit shaft installation to proceed; however, the seepage rates could be sufficient to require the use of temporary casing. In those instances,where casing is required, it should be seated below the water seepage with all water and most loose material removed prior to beginning the design penetration. Care should then be taken ' that a sufficient head of plastic concrete is maintained within the casing during extraction. The design penetration of individual shafts should be excavated in a continuous operation and concrete placed as soon as practical after completion of the drilling. No shaft should be left open for more than 8 hours.All drilled shaft installations should be carefully inspected by experienced geotechnical personnel to help verify the bearing stratum, the design penetration, and perform related duties. The concrete should have a slump of 6 inches plus or minus 1 inch and be placed in a manner to avoid striking the reinforcing steel and walls of the shaft during placement. Allowable bearing capacity recommendations provided in this report are based on proper construction procedures, including maintaining a dry shaft excavation and proper cleaning of bearing surfaces prior to placing reinforcing steel and concrete. 7.3.3. SLAB-ON-GRADE At this site, we have estimated slab movements due to moisture induced heave to be 1.0 inch or less for compacted subgrades. The slabs must be capable of tolerating and/or resisting these movements without inducing unacceptable distress in the foundation or superstructure. The following design parameters are recommended by the Post-Tensioning Institute's slab-on-grade design method (3rd Edition): TSIT 7 PROJECT NO. T16041 GEOTECHNICAL INVESTIGATION FOR FOUNDATION & PAVEMENT DESIGN HANDLEY MEADOWBROOK COMMUNITY CENTER ADDITION @ 6201 BEATY STREET, FORT WORTH, TEXAS METHOD LOCATION ON SLAB CENTER EDGE PTI 3RD EDITION EDGE MOISTURE VARIATION (FT.) 9.0 5.0 PTI 3R° EDITION DIFFERENTIAL SWELL (IN.) 0.8 0.4 TxDOT TEx-124-E POTENTIAL VERTICAL RISE (IN.) 1.0 The values presented above are based on the assumption that the areas around the structures will be well drained, flowerbeds are not over watered, and utility leaks are promptly repaired. Those movements,which do take place,will tend to occur differentially between the lightly loaded interior portions of the slabs, and the more heavily loaded perimeter grade beams. The grade beams of the slabs should exert a maximum bearing pressure of 2,000 pounds per square foot and extend a minimum of 12 inches into the compacted select fill/natural subgrade. A vapor barrier should be provided beneath those portions of the slabs, which are to be covered, carpeted, or sealed. We recommend placing a 2-4 inch thick layer of granular fill preferably sand or select fill over the vapor -- barrier to assist in concrete curing and reduce surface cracking. It is critical that the sand layer be prevented from getting wet during the construction process. If wet sand conditions cannot be prevented, placing the concrete directly on the vapor barrier may be considered. In this case the Geotechnical Engineer of Record or Foundation -- Design Engineer should be consulted (ACI 302.1 R-96, update 2003 "Guide for Design Concrete Floor and Slab Construction"). 7.4. SEISMIC CONSIDERATIONS This site is located in seismic zone "0" (low seismicity). Based on the latest IBC, we have characterized the on- site subgrade materials as follows: Subgrade Material Seismic Site Class Dense Sand & Shale Strata C ! 7.5. GENERAL CONSTRUCTION CONSIDERATIONS 7.5.1. UTILITIES CONSIDERATIONS Care should be taken that utility cuts are not left open for extended periods, and that the cuts are properly backfilled. A positive cut-off at the building line is recommended to help prevent water migrating in the utility _ trench backfill from entering beneath the building. Trench excavations should be sloped or braced in the interest of safety. Attention is drawn to OSHA Safety and Health Standards (29 CFR 1926, Subpart P), regarding trench excavations greater than 5.0 feet in depth. — Depending on the proximity of the excavation to adjacent property lines and streets, some type of temporary retention system may be required during construction. 7.5.2. DRAINAGE CONSIDERATIONS Positive and effective surface drainage at the proposed site is an essential part of the overall design,construction, and maintenance of the project. All grading should be performed such that positive drainage is provided away —' from the building and water is not allowed to collector discharge near the foundation. Water must not be permitted to pond adjacent to the structure during or after construction. TSIT 8 PROJECT NO. T16041 GEOTECHNICAL INVESTIGATION FOR FOUNDATION & PAVEMENT DESIGN HANDLEY MEADOWBROOK COMMUNITY CENTER ADDITION @ 6201 BEATY STREET, FORT WORTH, TEXAS Surface drainage gradients should be designed to divert surface water away from the foundations,tops of slopes, and edges of pavements and towards suitable collection and discharge facilities. Unpaved areas and permeable y surfaces should be provided with steeper gradients than paved areas. Surface drainage gradients within 10 feet of buildings should be constructed with a minimum slope of 3 percent for paved areas and 5 percent for unpaved areas. Roofs should be provided with gutters and downspouts to prevent the discharge of rainwater directly onto the ground adjacent to the building foundations. Downspouts should discharge directly into storm drains or drainage swales, if possible. Roof downspout and surface drain outlets should discharge into erosion-resistant areas, such as paving rock rip-rap or other energy dissipaters. Joints next to the building should be thoroughly sealed to prevent the infiltration of surface water. Where concrete - pavement is used,joints should also be sealed to prevent the infiltration of water. Since some post construction movement of pavement and flatwork may occur,joints around the buildings should be periodically inspected and resealed where necessary. 7.6. PAVING RECOMMENDATIONS 7.6.1. STABILIZATION The sun`icial soils encountered at this site are generally sands, clayey sands and/orsandy clays which are capable of performing satisfactorily as pa vement subgrade if they are compacted to a minimum of 95 percent of maximum dry density as determined in accordance with ASTM D698 at moisture contents within +3 percent of optimum moisture content. if there is difficulty in meeting compaction specifications, compaction characteristics of the existing soils could be improved by mixing the soils with 3 to 6 percent Portland Cement. Significant strength gains can be achieved with higher percentages of Portland Cement. In lieu of cement stabiliza>yon, standard practice allows for an increased concrete pavement thickness (i inch beyond the specified thiclwess, if no stabilization is used). For public streets the goveming entity(City) shall sanction the minimum allowable increase. /t must be noted that increase of the pavement thickness does not eliminate compaction of the subgrade beneath the concrete pavement.Allsubgrade shall be scarified to a depth of 6 inches and re-compacted to a minimum of 95 percent ofmaximum dry density as determined in accordance with ASTMD 698, within >to +4 percent of optimum moisture content. 7.6.2. PAVEMENT SECTIONS Concrete Pavement Option Portland Cement Concrete paving is recommended in any areas subject to truck traffic and should also provide excellent service for general area paving. We recommend the use of 5 inches of Portland Cement Concrete for general area paving with 6 or more inches in areas subject to truck traffic. A minimum of 7 inches of concrete is recommended in any areas subject to frequent heavy trucks.The concrete in light duty parking areas should have a minimum 28-day compressive strength of 3,000 pounds per square inch. In heavy duty parking areas, the concrete strength should be increased to 4,000 pounds per square inch. Concrete quality will be important in order to produce the desired flexural strength and long-term durability. Assuming a nominal maximum aggregate size of 1 to 1'/z inches,we recommend that the concrete have entrained air of 5 percent (±1%) with a maximum water cement ratio of 0.50. Portland cement concrete pavement for the parking area should be jointed reinforced concrete pavement. Due to construction over swelling clays, unreinforced pavement is not recommended. TSIT 9 PROJECT NO. T16041 GEOTECHNICAL INVESTIGATION FOR FOUNDATION & PAVEMENT DESIGN HANDLEY MEADOWBROOK COMMUNITY CENTER ADDITION — @ 6201 BEATY STREET, FORT WORTH, TEXAS Proper joint placement and design is critical to pavement performance. Load transfer at all longitudinal joints and - maintenance of water-tight joints should be accomplished by use of tie bars.Control joints should be sawed within 5 to 12 hours after placing concrete. Joints should also be properly cleaned and sealed as soon as possible to avoid infiltration of water, small gravel, etc. We have found that joint spacing on 12 to 15 foot centers have generally performed satisfactorily. Expansion joints should be on a 60-foot spacing and be sealed with an elastomeric joint sealant. It is our recommendation that the concrete pavement be reinforced with No. 3 bars on approximately 18-inch centers in each direction or equivalent reinforcing steel. In loading dock areas, we recommend that the perimeter of the pavement area have a stiffening curb section to prevent possible distress due to heavy wheel loads near the edge of the pavement and also to provide channelized drainage. Pavement should be properly jointed and joints should be properly sealed to insure a watertight subgrade condition. If the soil subgrades are not stabilized,we recommend increasing the recommended minimum pavements sections by a minimum of one inch. It must be noted that the actual/final pavement sections will depend on analysis of pavement design variables such as actual traffic loading,traffic distribution, performance period etc. _ Asphalt Pavement Option In parking lots and drives servicing primarily automobile traffic, 5 inches of asphalt concrete should provide r adequate service. This should be increased to a minimum of 6 inches in areas subject to more frequent traffic. The section should consist of a 2-inch surface course similar to THD Type D with a base course similar to THD Type A or B. The coarse aggregate in the surface layer should be crushed limestone rather than gravel. _ The soils at the site may be active and vary in thickness. Accordingly, differential heave within the parking area is expected.The service life of asphalt paving may be reduced due to water infiltration into subgrade soils through heave-induced cracks in the paving section. This will result in softening and loss of strength of the subgrade soils. A regular maintenance program to seal paving cracks will help prolong the service life of asphalt concrete paving. 7.6.3. SPECIAL PAVEMENT CONSIDERATIONS y It is recommended that provisions be made in the contract to provide for proof-rolling in areas where questionable subgrade areas will support new pavements. It is also recommended that an item be included for removal and replacement of soft materials, which are identified by this procedure. Proof rolling can generally be accomplished using a heavy (25 ton or greater total weight) pneumatic tired roller making several passes over the areas. Where soft or spongy zones are encountered, these areas should be removed to a firm subgrade. Wet or very moist surficial materials may need to be undercut and either dried and replaced with proper compaction or replaced with a material which can be properly compacted. Any resulting void _ areas should be backfilled to finished subgrade in 6 inch compacted lifts compacted to 95 percent of maximum dry density as determined in accordance with ASTM D698, at a moisture content within -1 to +4 percent of optimum. _ The life of the pavement can be increased with proper drainage. Areas should be graded to prevent ponding adjacent to curbs or pavement edges. Flat pavement grades should be avoided. Trees near proposed pavement areas should be removed if practical, due to their contribution to loss of subgrade support during dry periods of the year. Where trees will remain near the pavement, consideration should be given to the use of thicker pavement sections to resist the loss of subgrade support or movement of the pavement due _ to tree root systems in these areas. TSIT 10 PROJECT NO. T16041 GEOTECHNICAL INVESTIGATION FOR FOUNDATION & PAVEMENT DESIGN HANDLEY MEADOWBROOK COMMUNITY CENTER ADDITION @ 6201 BEATY STREET, FORT WORTH, TEXAS 7.7. CONSTRUCTION MATERIALS TESTING & INSPECTION SPECS Construction materials testing and inspections shall be an integral part of the construction process to ensure compliance and conformity with the engineer's specification. It is our opinion that the following general specs shall be adequate for quality control for this project: 7.7.1. OBSERVATIONS/INSPECTIONS ■ Pierinstallation-fu//time ■ Concrete Placement-full Time ■ Fill placementand compaction-prior&after compaction ■ Rebarplacement-prior to concrete placement 7.7.2. MATERIALS TESTING Earthwork (moisture content and compaction ■ Building Pads:minimum one testper 3,000 SFperlift.A minimum of tests per Aft sha06e required, rf the pad is lander than 3,000 SF ■ Paving areas minimum one test per f0,000 SFper lift. ■ Retaining WaOBack-Fill, Grade Beams, 11ti%ityLines(sewer,stone, wateretc): minimum one testper 100 LFperlift. Concrete - ■ A minimum one set of cylinders per75 cubic yard pour: 7.7.3. COST ESTIMATES Upon receipt of project specifications (Structural&Civil design drawings-foundation plans, grading plans, utility plans etc.), we will provide an estimate for construction materials testing & inspection services for the project. 8. LIMITATIONS All geotechnical investigations are limited in that the recommendations are developed from the information obtained specifically in the small-diameter test borings which depict subsurface conditions at the particular -� location and time designated on the boring logs. Subsurface conditions at other locations may differ from those observed at nearby boring locations. The nature and extent of variations between the borings may not become evident until the course of construction. If significant variations then appear evident, it will be necessary to re- evaluate the recommendations of this report after performing on-site observations during the construction period and noting the characteristics of any variation. Should any conditions other than those described in this report be encountered, our office should be notified so that further investigations and supplemental recommendations, if required, can be provided. The recommendations provided in this report were based on our understanding of information about the characteristics of the project, which was provided by the client. If the client notes any deviation from the facts about the project characteristics or if the nature of the proposed project has changed, our office should be contacted immediately since this may materially alter the content of our design recommendations. This investigation and study was performed in accordance with generally accepted geotechnical engineering principles and practices.This company is not responsible forthe conclusions,opinions or recommendations made TSIT 11 PROJECT NO. T16041 GEOTECHNICAL INVESTIGATION FOR FOUNDATION & PAVEMENT DESIGN HANDLEY MEADOWBROOK COMMUNITY CENTER ADDITION R @ 6201 BEATY STREET, FORT WORTH, TEXAS by others based on this data. The information contained in this report is intended for the exclusive use of our — client. In the event that any changes in the location, nature, or design of the project are made, the conclusions and recommendations in this report should not be considered valid until the changes are reviewed, and conclusions and/or recommendations are modified or verified by our office. The reproduction of this report, or any part thereof, supplied to persons other than the owner, should indicate that this study was made to guide the restoration efforts of the proposed structure only. This report should not _ be used as a construction specification but as a guide for developing final building plans and specifications. TSIT 12 PROJECT NO. T16041 .. GEOTECHNICAL INVESTIGATION FOR FOUNDATION & PAVEMENT DESIGN HANDLEY MEADOWBROOK COMMUNITY CENTER ADDITION @ 6201 BEATY STREET, FORT WORTH, TEXAS APPENDIX SITE MAPS, DRAWINGS, BORINGS LOGS TSIT 13 PROJECT NO. T16041 �..r w �r PAGE LEFT BLANK INTENTIONALLY r� GEOTECHNICAL INVESTIGATION FOR FOUNDATION & PAVEMENT DESIGN HANDLEY MEADOWBROOK COMMUNITY CENTER ADDITION @ 6201 BEATY STREET, FORT WORTH, TEXAS i SITE LOCATION/ TEST BORING LOCATIONS 137815 IlNkVH 6 z .. (7) a (Li I 1 yl I �tt '''•.� I 1 1 1 ; I w 11 II �� ,; A3.MR `11 �- 1 ,1 II 1� 11 l ( I. i I TSIT A-1 PROJECT NO. T16041 RECORD OF SUBSURFACE EXPLORATION Boring No.: B-1 Date Started: 7122116 Project No.: T16041 Date Completed: 7122116 Client: CITY OF FORT WORTH Entered By: SHEILA M.TESAR Project: HANDLEY MEADOWBROOK COMMUNITY CENTER ADDITION Approved By: CHISHA MUSENDA, P.E. Location: FORT WORTH,TEXAS Drilling Co.: GM ENTERPRISES SAMPLING INFORMATION FIELD DATA LABORATORY DATA Hammer Wt. 140 lbs. Rock Core Dia. in. ATTERBERG LIMITS Hammer Drop 30 in. Tube O.D. 3.0 in. o Spoon Sampler O.D. 2.0 in. z r w w DRILLING METHOD(S): Boring advanced using continuous flight w W w z w' auger drilling equipment. =o}3} z o w J F OF O `C J o GROUNDWATER INFORMATION: Groundwater seepage °m La?uja w o F F o c=iu~–, z N F – encountered at 37.0'Burin drilling. Water at 25.0'at completion and at N NNN F-=) x y y z y z LU y g 9• p _ 3W Zo M J J w oo zazy x 22.0'at end of day. m 0_J U u�i a a °�w o is DEPTH DESCRIPTION OF STRATUM y U) z fi:~a W � LL PL PI E a.o 5 0 in~ o ` l� Tan and brown SAND(SP) P:4.5+ Tan brown and reddish brown SANDY CLAY(CL) P:3.5 18 57 23 34 113 4.05@ 12.6% 5 P:4.5+ 5 P:4.0 13 35 21 14 115 1' ° 3.6% P:4.0 ;* 10 Tan brown and reddish brown cemented SAND(SP) 10 N:5015.5" 15 15 N:50/3.75" 20 20 1 Tan brown and gray SANDY CLAY(CL)with sand seams P:4.5+ 12 116 2.38@ 5.0% 25 25 P:4.5+ 30 30 P:4.5+ 12 119 6.64@ R 3.2% 35 35 Q 2.4% Gray SHALE with occasional limestone seams = P:4.5+ 12 116 — 2.4% 40 40 = T:100/3.13" 45 ° 45 = N — tM12 56 50 Q W Bottom of Test Boring at 50.0' 0 'a NO RECOVERY ®CONTINUOUS FLIGHT AUGER N-STANDARD PENETRATION TEST �? P-HAND PENETROMETER o m ROCK CORE TEXAS CONE PENETROMETER T-TEXAS CONE PENETROMETER ® PRESSED SEAMLESS TUBE WATER INITIAL *SEE BORING LOCATION DIAGRAM FOR ` o ®DRIVEN SPLIT SPOON 1 WATER FINAL BORING LOCATIONS J a A-2 RECORD OF SUBSURFACE EXPLORATION Boring No.: B-2 Date Started: 7/22/16 Project No.: T16041 Date Completed: 7/22/16 -- Client: CITY OF FORT WORTH Entered By: SHEILA M.TESAR Project: HANDLEY MEADOWBROOK COMMUNITY CENTER ADDITION Approved By: CHISHA MUSENDA,P.E. Location: FORT WORTH,TEXAS Drilling Co.: GM ENTERPRISES SAMPLING INFORMATION FIELD DATA LABORATORY DATA Hammer Wt. 140 lbs. Rock Core Dia. in. ATTERBERG Hammer Drop 30 in. Tube O.D. 3.0 in. o LIMITS Spoon Sampler O.D. 2.0 in. a e o DRILLING METHOD(S): Boring advanced using continuous flight �y z o > auger drilling equipment. >o z UJ w z w GROUNDWATER INFORMATION: Groundwater seepage 0 rL z W n o n L) � N Z W��—,=LL encountered at 37.0'during drilling. Water at 27.0'at completion and at w n w w�= � ° u~, u~, ° P z E w 0 a 25.0'atendofda -' 0Z0LU a a Z ow zo:Z`� _ y a 10-jvY U) -J a a zo OawZ H M-Mwu Z 7} Un�0 W DEPTH DESCRIPTION OF STRATUM N N Z a�a�° n LL PL PI N a°o °U o Tan and brown SAND(SP) P:4.5+ 9 30 15 15 110 9.34@ 2.4% Tan brown and reddish brown SANDY CLAY(CL) P:4,5+ 5 P:4.5+ 5 P:4.5+ 13 38 17 21 119 4.73@ _ 4.8% P:4.5+ 10 Tan brown and reddish brown cemented SAND(SP) 10 N:5011.5" 15 15 20 N:5013.0" 20 N:5013.75" 25 25 Tan brown and gray SANDY CLAY(CL)with sand seams P:4.5+ 30 30 N:5013.5" 35 35 P:4.5+ 40 40 Gray SHALE with occasional limestone seams = 45 = T:10015.13" 45 N — H Bottom of Test Boring at 50.0' EJ NO RECOVERY 10 CONTINUOUS FLIGHT AUGER N-STANDARD PENETRATION TEST _ o m ROCK CORE Ll TEXAS CONE PENETROMETER P-HAND PENETROMETER I♦PRESSED SEAMLESS TUBE S WATER INITIAL T-TEXAS CONE PENETROMETER SEE BORING LOCATION DIAGRAM FOR ®DRIVEN SPLIT SPOON 1 WATER FINAL BORING LOCATIONS w o A�3 RECORD OF SUBSURFACE EXPLORATION Boring No.: P-1 Date Started: 7122116 Project No.: T16041 Date Completed: 7122116 Client: CITY OF FORT WORTH Entered By: SHEILA M.TESAR v Project: HANDLEY MEADOWBROOK COMMUNITY CENTER ADDITION Approved By: CHISHA MUSENDA,P.E. Location: FORT WORTH,TEXAS Drilling Co.: GM ENTERPRISES SAMPLING INFORMATION FIELD DATA LABORATORY DATA - Hammer Wt. 140 lbs. Rock Core Dia. in. ATTERBERG LIMITS Hammer Drop 30 in. Tube O.D. 3.0 in. o Spoon Sampler O.D. 2.0 in. z a m � � w DRILLING METHOD(S): Boring advanced using continuous flight it y W Z w auger drilling equipment. x 0 o o LL' o> GROUNDWATER INFORMATION: No groundwater seepage co N N EE W? W 0 o z z w 0 encountered during drilling. Boring dry at completion. } , 3 Z5 3 w o � E5 co co Z< o o Z a z _ a -Jo�Ux a a > >y o��Z a DEPTH O Q m~mw0 0 Z 0w zOHO w (FT) DESCRIPTION OF STRATUM co U) Z 6:f-:o.W n LL PL PI a❑ M 0 N a Tan brown and reddish brown SANDY CLAY(CL) Bottom of Test Boring at 5.0' 10 10 15 15 _ 2 20 0 N � U` W '- a n NO RECOVERY ®CONTINUOUS FLIGHT AUGER N-STANDARD PENETRATION TEST M ROCK CORE TEXAS CONE PENETROMETER P-HAND PENETROMETER o T-TEXAS CONE PENETROMETER ® PRESSED SEAMLESS TUBE 5Z WATER INITIAL *SEE BORING LOCATION DIAGRAM FOR °o ® DRIVEN SPLIT SPOON L WATER FINAL BORING LOCATIONS J a A-4 RECORD OF SUBSURFACE EXPLORATION Boring No.: P-2 Date Started: 7/22/16 Project No.: T16041 Date Completed: 7/22/16 Client: CITY OF FORT WORTH Entered By: SHEILA M.TESAR Project: HANDLEY MEADOWBROOK COMMUNITY CENTER ADDITION Approved By. CHISHA MUSENDA,P.E. Location: FORT WORTH,TEXAS Drilling Co.: GM ENTERPRISES SAMPLING INFORMATION FIELD DATA LABORATORY DATA Hammer Wt. 140 lbs. Rock Core Dia. in. ATTERBERG Hammer Drop 30 in. Tube O.D. 3.0 in. o LIMITS Spoon Sampler O.D. 2.0 in. a o 0 DRILLING METHOD(S): Boring advanced using continuous flight U) zo > auger drilling equipment. >a z w F GROUNDWATER INFORMATION: No groundwater seepage m LL�zw N M= w W=LL i= LU 0 encountered during drilling. Boring dry at completion. } w 3 o3z a a zz o z LU a y '` t a Ozpw O m p aZm = mO_JW' � a a Z �} L)2LU z W0 a DEPTH DESCRIPTION OF STRATUM z a 0 13 F a°� n LL PL PI n a.o L)to° o Tan brown and reddish brown SANDY CLAY(CL) --5- Bottom of Test Boring at 5.0' 10 10 W 15 15 on 20 20 M N U` 0 O = J W H a NO RECOVERY I❑ CONTINUOUS FLIGHT AUGER N-STANDARD PENETRATION TEST o m ROCK CORE Ll TEXAS CONE PENETROMETER P-HAND PENETROMETER T-TEXAS CONE PENETROMETER ■ PRESSED SEAMLESS TUBE WATER INITIAL *SEE BORING LOCATION DIAGRAM FOR w E DRIVEN SPLIT SPOON t WATER FINAL BORING LOCATIONS A-5 i i PAGE LEFT BLANK INTENTIONALLY ' GEOTECHNICAL INVESTIGATION FOR FOUNDATION & PAVEMENT DESIGN HANDLEY MEADOWBROOK COMMUNITY CENTER ADDITION @ 6201 BEATY STREET, FORT WORTH, TEXAS GENERAL SOIL DESCRIPTIONS Unified Soll Classification cation (USC) System (from ASTM D 2487) Major Divisions Typical Names Gravels Clean Gravels Gw Well-graded gravels and gravel-sand mixtures, little or no fines ,t 50%or more of course 0,p Pobrly graded gravels and gravel-sand mixtures,little or no fines fraction retained on •Course-Gralned Solis the 4.75 mm Gravels GM Silty gravels,gravel-sand-slit mixtures More than 50% retained (No.4)sieve with Fines GC Clayey gravels,gravel-sand-clay mixtures on the D.075 mm Sands Sof Well-graded sands and gravelly sands, little or no fines (No. 200)sieve 50%or more of course Clean Sands Sp Poorly graded sands and gravelly sands,little or no fines fraction passes the 4.75 Sands SM Silty sands,sand-slit mixtures (No.41 sieve ►with Fines S,C: Clayey sands,sa6d-clay mixtures ML Inorganic silts,very fine sands, rock four,silty or clayey fine sands Silts and Clays Fine-Gra.lned Soils Liquid Limit 50%or less CL Inorganic clays of low to medium plasticity,gravellyfsandy/slltyJlean clays More than WA passes OL Organic silts and oNanlc silty clays of lout plasticity the 0.075 mm MH Inorgaanic silts, micaceous or diatomaceous fine sands or silts,elastic silts (No. 200)sieve Silts and Clays Liquid Limit greater than 50% CH Inorganic clays or high plasticity,fat clays dft OH Organic clays of medlum to high plasticity Highly Organic Solis pT Peat, muck,and other highly organic soils PLASTICITY CHART GO 50 r; CH X 40' , � 30 I=0,hLL20) y CL MH&OH 20 H 10 - CL ---- +tit ML&OL - 0 0 10 20 30 40 50 50 70 80.. 90 100 LIQUID UMIT(LL)(°/a) T _ SOIL STRENGTH Relative Density of Cohesionless Consistency of Cohesive Soils Solis (Gravels 8t Sands) (Silts at Clays) (> 50% retained on no. 200 (250% passing the No. 200 sieve.) -• sieve.) Relative Standard Consistency Unconfined Standard Density Penetration Compressive penetration (N-value, strength q. [tsf] (N-value, blows/ft) blows/ft) Very loose 0 4 Very Soft Less than 0.25 0 - I Loose 4 10 Soft 0.25 to 0.50 2 - 4 Medium Dense 10 - 30 Medium-stiff 0.50 to 1 .00 4 - 8 Dense 30 50 Stiff 1 .00 to 2.00 8 - 15 Very dense > 50 1 Very stiff 1 2.00 to 4.00 15 - 30 Hard > 4.00 > 30 TSIT B-1 PROJECT NO. T16041 T. SMITH INSPECTION AND TESTING, LLC TSITGEOTECHNICAL ENGINEERING&CONSTRUCTION MATERIAL&TESTING&INSPECTION :.:,. . Ad GEOTECHNICAL ENGINEERING REPORT FOR EUGENE MCCRAY COMMUNITY CENTER ADDITION FORT WORTH, TEXAS - PREPARED FOR - CITY OF FORT WORTH August 25 , 2016 TSIT REPORT NO . T16042 7473 AIRPORT FREEWAY 2211 CENTURY CENTER BLVD.,#101 FORT WORTH,TX 75118 IRVING,TX 75062 P 817-589-9933 F 817-590-4433 www.tsitservices.com P 972-573-5483 F 972-573-6088 T. SMITH INSPECTION AND TESTING, LLC ITGEOTECHNICAL ENGINEERING&CONSTRUCTION MATERIAL&TESTING&INSPECTION August 25, 2016 THE CITY OF FORT WORTH Attn: Mr. Alfonso Meza, Property Management Dept. 401 West 13th Street Fort Worth, TX 76102-4616 P 817-392-8274; E alfonso.meza@fortworthtexas.gov RE: TSIT GEOTECHNICAL ENGINEERING REPORT NO. T16042 FOR FOUNDATION & PAVEMENT DESIGN FOR EUGENE MCCRAY COMMUNITY CENTER ADDITION @ 4932 WILBARGER STREET, FORT WORTH, TEXAS Dear Mr. Meza: Attached is our geotechnical report for the referenced project. This report contains the results of our geotechnical field and laboratory investigations, our observations, engineering opinions and recommendations to guide the design and construction of the proposed structure. To complement our geotechnical engineering services, our Construction Materials Testing Division will be happy to provide materials testing services required during the construction phase of this project. We will be pleased to discuss the scope of work with you and/or submit a proposal to provide these services at the — appropriate time, if requested. It has been a pleasure to perform this work for you. If we can be of further assistance, please do not hesitate to call on us. Sincerely, CHISHA MUSENDA, MSCE PE "HISH••"'""�'"'••A '{ CH15HA Mll$�NO GEOTECHNICAL ENGINEER ✓••'•�'•`•'^•••"••••••••�"��•'~ TSIT �r�t�,�,•<878$8 /'k FIRM NO. F-5278 .. C.C. 7473 AIRPORT FREEWAY 2211 CENTURY CENTER BLVD.,#101 FORT WORTH,TX 76118 IRVI NG,TX 75062 P817-589-9933 F817-590-4433 www.tsitservices.com P 972-573-6083 F 972-573-6088 flu'"• , v, MW p . 4.0 po ow w ..r PAGE LEFT BLANK INTENTIONALLY R. r� GEOTECHNICAL INVESTIGATION FOR FOUNDATION & PAVEMENT DESIGN EUGENE MCCRAY COMMUNITY CENTER ADDITION @ 4932 WILBARGER STREET, FORT WORTH, TEXAS TABLE OF CONTENTS 1. PROJECT INFORMATION..............................................................................................................................................1 2. PURPOSE AND SCOPE OF INVESTIGATION.....................................................................................................................1 3. FIELD OPERATIONS...................................................................................................................................................1 4. LABORATORY TESTING...............................................................................................................................................2 i 5. SUBSURFACE CONDITIONS..........................................................................................................................................2 5.1. SITE GEOLOGY AND SOIL STRATIGRAPHY................................. ...............2 ............................................................................ 5.2. GROUNDWATER...........................................................................................................................................................2 5.3. ENGINEERING PROPERTIES.............................................................................................................................................3 53.1. Lab Results.......................................................................................................................................................3 5.3.2. Potential Yertical Rise........................................................................................................................................3 6. SUMMARIES AND CONCLUSIONS..................................................................................................................................3 6.1. SUBSURFACE CONDITIONS..............................................................................................................................................3 6.2. FOUNDATIONS............................................................................................................................................................4 6.2.f. Option I.Pierand Beam....................................................................................................................................4 6.2.2. Option 2.•Slab-on-6rade......................................................................................................................................4 6.3. PAVING....................................................................................................................................................................4 6.4. BEARING CAPACITY......................................................................................................................................................4 6.1. ESTIMATED SOIL INPUT PARAMETERS FOR THE L-PILE PROGRAM...............................................................................................5 7. RECOMMENDATIONS..................................................................................................................................................5 7.1. QUALITY CONTROL.......................................................................................................................................................5 7.2. SOIL IMPROVEMENT OPTION:WATER INJECTION...................................................................................................................6 7.2.i. IYaterlnjection..................................................................................................................................................6 7.2.2. Limitations Of Water/njection Stabilization.......................................................................................................... 6 7.2.3. Select Fill Criteiia...............................................................................................................................................7 7.3. SOIL IMPROVEMENT OPTION:MOISTURE CONDITIONING..........................................................................................................7 73.1. Moisture Conditioning Procedure........................................................................................................................7 7.3.2. Limitations of Moisture Stabilization...................................................................................................................7 7.4. SITE GRADING AND FILL COMPACTION................................................................................................................................7 7.5. FOUNDATION SYSTEM:OPTION 1 WITH SUSPENDED SLAB.......................................................................................................8 7.5.i. Allowable Beanng Capacity.................................................................................................................................8 7.5.2. Construction Considerations for Drilled Shafts.....................................................................................................8 7.5.3. Suspended Floor Slabs......................................................................................................................................8 7.6. FOUNDATION SYSTEM:OPTION 2 WITH SLAB-ON-GRADE.........................................................................................................9 7.6.i. Shallow Foundations..........................................................................................................................................9 7.6.2. Slab-on-Grade............................... 7.7. SEISMIC CONSIDERATIONS............................................................................................................................................10 TSIT I PROJECT NO. T16042 GEOTECHNICAL INVESTIGATION FOR FOUNDATION & PAVEMENT DESIGN EUGENE MCCRAY COMMUNITY CENTER ADDITION a@ 4932 WILBARGER STREET, FORT WORTH, TEXAS 7.8. GENERAL CONSTRUCTION CONSIDERATIONS.......................................................................................................................10 7.8.1. Utilities Considerations.................................................................................................................................... 10 7.8.2. Drainage Considerations.................................................................................................................................. 11 7.9. PAVING RECOMMENDATIONS.........................................................................................................................................11 7.9.1. Lime Stabilization............................................................................................................................................ 11 7.9.2. Pavement Sections........................................................................................................................................... 12 7.9.3. Special Pavement Considerations...................................................................................................................... 13 7.10. CONSTRUCTION MATERIALS TESTING&INSPECTION SPECS.....................................................................................................13 7.10.1. Observations/lnspections............................................................................................................................ 13 = 7.10.2. Materials Testing........................................................................................... ................ 13 .............................. 7.10.3. Cost Estimates............................................................................................................................................ 13 8. LIMITATIONS..........................................................................................................................................................14 APPENDIX 1. BORING LOCATION DIAGRAM....................................................................................................................................A-1 2. LOGS OF BORINGS..................................................................................................................................................A-2 3. GENERAL SOIL DESCRIPTIONS..................................................................................................................................B-1 4. GENERAL GUIDELINES FOR WATER PRESSURE INJECTION............................................................................................C-1 TSIT Il PROJECT NO.T16042 GEOTECHNICAL INVESTIGATION FOR FOUNDATION & PAVEMENT DESIGN EUGENE MCCRAY COMMUNITY CENTER ADDITION @ 4932 WILBARGER STREET, FORT WORTH, TEXAS 1. PROJECT INFORMATION The project consists of the construction of a one-story addition to an existing building which is believed to have been constructed with a drilled pier and slab-on-void foundation. The structure will consist of a steel-framed - building. The total building pad area is approximately 1,700 sf. The building addition anticipates a drilledpier and structural slab over carton void forms Altemate recommendations for slab on grade construction is also requested. (Concentrated column loads of 10 kips to 150 kips). The structure will be located at 4932 Wilbarger - Street Fort Worth, Texas A site plan has been provided with an architectural layout plan shown for the building and proposed paving area. A geotechnical investigation is required to aid the planning, design and construction teams for this project site. A seismic site class of the soils has also been requested. 2. PURPOSE AND SCOPE OF INVESTIGATION The scope of the required investigation is outlined as follows: T 1. Perform drilling and sampling to explore the subsurface conditions at the site, and determine the presence of groundwater and its effect on foundation and/or basement installation. 2. Evaluate the pertinent engineering properties of the subsurface materials. 3. Recommend suitable types of foundation systems, depths and design parameters, and support for floor slabs for the proposed buildings. 4. Evaluate the potential for volume change of the existing foundation soils with respect to settlements and/or heaving of these soils and discuss methods of reducing any anticipated movements associated with compressible or expansive soils. 5. Provide recommendations for site grading and drainage, including the use of on-site materials as fill, fill replacement, compaction and recommend requirements for off-site borrow material, if required. 6. Provide recommendations for pavement subgrade treatment and suggested paving sections. 7. Preparation of a geotechnical report with conclusions and summaries of the information referenced above. 3. FIELD OPERATIONS Between July 7, 2016 a total of 3 soil test borings were drilled at the site as follows• ■ BuildingAreas• 2 soil borings(B-1 thru B-2) were drilled to a maximum depth ofMeet ■ Paving Areas: i soil boring(P-1) were drilled to a maximum depth of 5 feet Approximate drill locations are shown on the Boring Location Diagram in the Appendix. A truck-mounted auger-drilling rig was used to advance these borings and to obtain samples for laboratory evaluation. Undisturbed samples of cohesive soil were obtained at intermittent intervals with standard, thin- walled, seamless tube samplers. These specimens were extruded in the field, logged, sealed and packaged to protect them from any disturbance and loss of in-situ moisture content during transportation to our laboratory. Foundation bearing properties of the bedrock layers were evaluated using the Texas Highway Department (THD) — Cone Penetrometer test. This test consists of determining the penetration of a 3-inch diameter cone driven with an approximate energy equivalent of a 170-pound hammer falling 24 inches. — The results of the boring program are presented on the Logs of Borings in the Appendix. TSIT 1 PROJECT NO. T16042 GEOTECHNICAL INVESTIGATION FOR FOUNDATION & PAVEMENT DESIGN EUGENE MCCRAY COMMUNITY CENTER ADDITION @ 4932 WILBARGER STREET, FORT WORTH, TEXAS 4. LABORATORY TESTING Samples, obtained during our field exploration, were examined at our laboratory by the Project Geotechnical Engineer. Representative samples of the soil were selected, under the supervision of this engineer,for laboratory testing. The in-situ dry unit weight and moisture content of the samples were determined and used in conjunction with the Atterberg Limit tests for the determination of the Plastic and Liquid Limit to evaluate the potential volumetric change of the expansive clay strata. The results of these tests were also used to evaluate the uniformity of the material. The compressive strength of the cohesive soils was evaluated by means of unconfined compression tests. Absorption swell tests were performed using selected undisturbed cohesive soil samples. These tests were performed for the purpose of evaluating the swell potential of these soils at their in-situ moisture contents. All the results of our laboratory testing are presented on the Logs of the Boring and other data sheets in the Appendix. 5. SUBSURFACE CONDITIONS The subsurface soil conditions encountered during drilling of the borings are presented on the Logs of the Borings in the Appendix. 5.1. SITE GEOLOGY AND SOIL STRATIGRAPHY Based on our local experience and available subsurface geology maps, this site is situated on an outcrop of the Grayson Marl formation and Main Street Limestone formation undivided. In this area, the Main Street Limestone is underlain, concordantly and apparently conformably, by the Grayson formation. This formation is highly complex with many discontinuous layers, which generally consist of calcareous clays overlying limestone and shale layers. Our boring logs indicate that the subsurface conditions encountered at this project site are generally consistent and similar with those anticipated based on the site geology and our experience in this area. At this site, clays of high plasticity were encountered from the existing ground surface to approximate depths 21 feet. Hereafter, a gray shale stratum was encountered to the maximum depths explored. Accurate descriptions and details of the various strata encountered, their depths and thicknesses are presented on the corresponding Logs of Borings in the Appendix. 5.2. GROUNDWATER The borings were advanced using continuous flight augers allowing relatively accurate measurements of the groundwater levels. Groundwater seepage was not encountered during drilling of the borings. It must be noted R that groundwater conditions can vary with seasonal fluctuations in the precipitation. TSIT 2 PROJECT NO. T16042 .r GEOTECHNICAL INVESTIGATION FOR FOUNDATION & PAVEMENT DESIGN EUGENE MCCRAY COMMUNITY CENTER ADDITION @ 4932 WILBARGER STREET, FORT WORTH, TEXAS 5.3. ENGINEERING PROPERTIES 5.3.1. LAB RESULTS The following table is a summary of the lab test data with a general analysis of depth representation (Detailed lab results are shown on the logs of borings in Appendix B-2): Depth Layer M.C. Dry Density PI Strength data [tsf] [feet] Description 1%] [pcf] [%] HP Qu [tsf] Strain [°lo] 0-6 SILTY CLAY 15-30 100-115 35 4.5+ 2.5-5.0 6.0 (CH) 6- 14 SHALEY 15-20 105-115 40-50 4.5+ 2.5-6.0 7.0 CLAY (CH) 14-21 SHALEY - 105-115 40-50 4.5+ 4.0 7.0 CLAY (CH) 21 - 35 Gray SHALE L - - - - - - Results of absorption swell tests performed on in-situ moist samples are presented on the following table: BORING DEPTH INITIAL MOISTURE FINAL MOISTURE SWELL LOCATION (FT) CONTENT (%) CONTENT (%) N BI 2-4 12.2 17.5 2.2 B2 4-6 24.9 29.9 2.4 5.3.2. POTENTIAL VERTICAL RISE Based on the Texas Highway Department Test Method Tex-124-E, the on-site clays heave potentials of up to 4.0 inches, for dry conditions. Based on absorption swell tests on samples with in-situ moisture at the time of drilling,the soil PVR is 2.5 inches, depending on initial moisture conditions in the soil. = 6. SUMMARIES AND CONCLUSIONS Based on available information provided by our test borings, laboratory testing, our observations, all the information available to us from the client, and all other sources mentioned in this report we provide the following comments and conclusions: 6.1. SUBSURFACE CONDITIONS The subsurface conditions encountered at this project site are generally consistent and similar with those anticipated based on the site geology and our experience in this area. TSIT 3 PROJECT NO. T16042 GEOTECHNICAL INVESTIGATION FOR FOUNDATION & PAVEMENT DESIGN EUGENE MCCRAY COMMUNITY CENTER ADDITION a@ 4932 WILBARGER STREET, FORT WORTH, TEXAS At this site, layers of clay of medium to high plasticity (Effective P/= 40) were encountered from the existing ground surface to approximate depths of 21 feet. Hereaftergray shale strata were encountered to the maximum depth explored. The on-site clays are classified as predominantly CH by the unified Soils Classification System. These soils will heave and shrink depending on moisture availability. Based on the plasticity index, these soils can undergo significant volume changes due to loss or gain of moisture. We have estimated the PVR (Heave Potential) to be as high as 4.0 inches, for dry conditions 6.2. FOUNDATIONS At this site, measures to lower and/or limit the heave potential to acceptable levels are deemed necessary. Therefore, we recommend 6.2.1. OPTION 1:PIER AND BEAM A pier and beam foundation system would be the most positive means of providing foundation support for the proposed structure. Detailed recommendations for these foundation systems are presented in the Section 7.5. "Pier Foundations System". 6.2.2. OPTION 2:SLAB-ON-GRADE Alternatively, a slab-on-grade/stiffened slab foundation system could be considered, if anticipated moisture- induced movements (PVRs) are controlled by means of soil stabilization and are acceptable to the Foundation Design Engineer.The following methods could be used to reduce the PVR at this site (See Sections 7.2. and 7.3. _ "Soil lmpro vement/Stabilization'): 1. Stabilization Option with Water Injection: Water injection stabilization up to eight (8) feet would reduce the PVR at this site to one inch or less. 2. Stabilization Option with Soil Moisture Conditioning:Mechanically moisture reconditioning of up to eight (8) feet of the surficial expansive clay strata would reduce the PVR to one inch or less. Slab-on-grade or stiffened slabs have a higher inherent risk of unacceptable performance on an expansive subgrade than a pier foundation system. 6.3. PAVING Based on the laboratory test results and soil stratigraphy, the surficial clay soils encountered are considered to have poor to very poor subgrade characteristics for pavement support. We recommend lime stabilization of these soils. Detailed recommendations of these foundation systems are described in Section 7.8 "Paving". 6.4. BEARING CAPACITY Based on unconfined compressive strength tests and field test data we have estimated and recommend the following net allowable bearing capacities: DEPTH SOIL BEARING SKIN FRICTION* UPLIFT* [FT] DESCRIPTION CAPACITY* [PSF] [PSF] [PSF] 0-6 Tan brown& brown SILTY CLAY (CH) 2,000 1,500 3,000 6 - 14 Tan & gray SHALEY CLAY (CH) 2,500 1,500 3,000 14- 21 Tan & gray SHALEY CLAY (CH) 3,000 1,800 - 22 - 30 Gray Shale 15,000 2,000 - The esft"d hearmgcapadtymdudes asafetyfactorofthree. TSIT 4 PROJECT NO. T16042 - GEOTECHNICAL INVESTIGATION FOR FOUNDATION & PAVEMENT DESIGN EUGENE MCCRAY COMMUNITY CENTER ADDITION @ 4932 WILBARGER STREET, FORT WORTH, TEXAS 6.1. ESTIMATED SOIL INPUT PARAMETERS FOR THE L-PILE PROGRAM Below is summary of estimated soil parameters for input for the L-Pile program: Layer Depth Soil Type Soil Parameter Values I Unit l 0-6 Stiff Clay Eff. Unit Weight 105 pcf w/o Free Water Soil Modulus k 500 pci Uniaxial Compressive Strength 6,000 psf Strain, E50 0.07 - Undrained Shear Strength SL� 2,000 psf Friction Angle 26 deg Modulus of Elasticity 1 10,0001 psi 3 6-21 Stiff Clay Eff. Unit Weight 115 pcf w/o Free Water Soil Modulus k 500 pci Uniaxial Compressive Strength 8,000 psf Strain, E50 0.06 - Undrained Shear Strength Su 3,000 psf Friction Angle 26 deg Modulus of Elasticity 12,000 psi 4 21-30 Shale Eff. Unit Weight 130 pcf _ Weak Rock Soil Modulus k 0.0005 pci Unlaxial Compressive Strength 50,000 psf Modulus of Elasticity 120,000 psi RQ D 85 % K-rm 0.005 - *The resistance provided in the upper 5 feet of the soil profile should not be used in the analysis 7. RECOMMENDATIONS After review and analysis of our field exploratory information, laboratory test results of the obtained samples, data provided by the client, and available information from all other sources mentioned in this report, we provide the following recommendations: 7.1. QUALITY CONTROL ` Based on our experience on numerous projects, we have established that the project owner is served well, if the Geotechnical Engineer of Record, who performed the geotechnical investigation and who has insight of the characteristics of existing on-site soil conditions and their complexities, is retained to provide quality control testing and inspection for foundation/pier installation, subgrade compaction/stabilization and other construction materials such as concrete, asphalt, steel, geosynthetic fiber reinforcement etc. TSIT 5 PROJECT NO. T16042 GEOTECHNICAL INVESTIGATION FOR FOUNDATION & PAVEMENT DESIGN EUGENE MCCRAY COMMUNITY CENTER ADDITION @ 4932 WILBARGER STREET, FORT WORTH, TEXAS 7.2. SOIL IMPROVEMENT OPTION: WATER INJECTION 7.2.1. WATER INJECTION Reduction of the PVR in the expansive clay strata can be achieved by pre-swelling the expansive clays by means of Water Pressure Injection.The estimated total potential vertical rise (PVR) for a subgrade (which has been water _ pressure injected up to a depth of eight (8) feet below the existing grades or to depth of refusal) is on the order of one inch or less. This estimated movement has been developed assuming that the water injection has reduced the potential swell to an average of 1.0 percent within the treated zone. At this site,we recommend the following _ procedure: 1. Removal of surface vegetation and organic top soil. 2. Excavation or fill as necessary to establish the required pad elevation of 8 inches below the final grade. T Excavation should extend 5 feet beyond building lines and adjacent sidewalks. 3. Water-pressure-inject the exposed surface to eight (8) feet below the existing grades or to depth of refusal per guidelines provided in Appendix B "General Guidelines for Water Pressure Injection Soil Stabilization". It must be noted that the required depth of injection may be changed by the Geotechnical Engineer of Record upon review of final grades per engineering plans. - 4. Based on the in-situ soil moistures at the time of drilling and our experience,we recommend a minimum of two initial injection passes. Additional passes may be required to obtain desired moisture levels. The time and cost associated with the anticipated multiple injections should be included in the project budget and schedule. 5. Based on our experience, we recommend that the performance of post-stabilization swell testing and moisture content determinations should be employed as acceptance criteria in engineering analysis to examine the accomplishment of the intended objectives of the injection treatment. We recommend that the Geotechnical Engineer of Record help monitor the injection and quality control process. Satisfactory completion of the stabilization process will have been achieved when the desired moisture content and abatement of the expansive potential in the subgrade clay soils have been reached. 6. Upon completion of the final water pressure injection, the top surface of the injected pad should be T scarified to a depth of at least 6 inches and re-compacted to between 93 and 98 percent of the optimum density, at a moisture content between 2 and 4 percentage points above the optimum values, as defined by ASTM D-698. Compaction tests should be performed at a frequency of 1 test per 5,000 sq. feet (with a minimum of 3 tests per pad). 7. Install final layer(8 inches of select fill or lime stabilized clay) to required pad elevation.Select fill should T be compacted per Section 7.2.3. "Select Fill". 8. The first lift should be placed within 48 hours after satisfactory completion of the water injected subgrade. Care should be taken that the soil moisture condition within the completed pad is maintained during construction. 9. Guidelines and general specifications regarding water pressure injection soil stabilization procedures are provided in Appendix B "General Guidelines for Water Pressure Injection Soil Stabilization". 7.2.2. LIMITATIONS OF WATER INJECTION STABILIZATION It should be clearly recognized that the improvement procedures outlined above may not eliminate future movement of slabs-on-grade. In choosing this method of slab movement reduction, the owner is accepting a degree of risk and some post construction movements of foundations. In the past, evidence has indicated that post construction movement of floor slabs has been reduced following completion of a satisfactory subsurface TSIT 6 PROJECT NO. T16042 GEOTECHNICAL INVESTIGATION FOR FOUNDATION & PAVEMENT DESIGN EUGENE MCCRAY COMMUNITY CENTER ADDITION @ 4932 WILBARGER STREET, FORT WORTH, TEXAS improvement program as outlined above. Although actual subsurface conditions vary from site to site, it is reasonable to assume that suitable results may be expected at the present site. 7.2.3. SELECT FILL CRITERIA The material used as select fill should meet the following criteria: be a very sandy clay or clayey sand with a liquid limit of less than 35, a plasticity index between 4 and 15, and a minimum dry unit weight of 110 pcf. It should be spread in loose lifts, less than 9 inches thick, and uniformly compacted to a minimum of 95 percent of maximum 4 dry density within -2 to +3 percent of optimum moisture content as determined in accordance with ASTM D 698. When installing select fill below existing grades, positive drainage must be provided away from the structure to �. prevent the ponding of water in the select fill. Care must be taken that backfill against the exterior face of grade beams is properly compacted on-site clay. The select fill should not extend outside the limits of the structure. 7.3. SOIL IMPROVEMENT OPTION: MOISTURE CONDITIONING 7.3.1. MOISTURE CONDITIONING PROCEDURE Reduction of the PVR in the expansive clay strata can be achieved by excavating up to eight (8) feet of the expansive clays and mechanically reworking (moisture conditioning) these clays. Based on the effective of plasticity indexes, it is our opinion that eight(8) feet of moisture conditioning will reduce the PVR to levels of one inch or less.At this site we recommend the following procedure: 1. Removal of surface vegetation and organic top soil. 2. Excavation to a depth of up to eight (8) feet below the final grade. Moisture conditioned subgrad es should be scarified to a minimum depth of 6 inches and re-compacted to a minimum of 95 percent of maximum drydensity as determined in accordance with ASTM D698,within +1 to +4 percent of optimum moisture content. Overcompaction should not be allowed. 3. Fill pad to 8 inches below the finalgrade using on-site clay soils orsimilarmaterial. Compact in maximum 9-inch loose lifts at a minimum of 95 percent of maximum dry density as determined in accordance with ASTM D698, within +1 to +4 percent of optimum moisture content. Overcompaction should be not be allowed. Both the areas to receive fill and moisture conditioned soils should be free of any vegetation or debris. 4. Install finallayer(8 inches ofselect fill orlime stabilized clay)to required pad elevation. Selectfill should be compacted per Section 7.2.3. "SelectFill". 5. Based on our experience on similar projects, the project owner is better served if the moisture conditioning is monitored by an on-site geotech personnel provided by the Geotechnical Engineer of Record. 7.3.2. LIMITATIONS OF MOISTURE STABILIZATION It should be clearly recognized that the improvement procedures outlined above may not eliminate future movement of slabs-on-grade. In choosing this method of slab movement reduction, the owner is accepting a degree of risk and some post construction movements of foundations. In the past, evidence has indicated that post construction movement of floor slabs has been reduced following completion of a satisfactory subsurface improvement program as outlined above. Although actual subsurface conditions vary from site to site, it is reasonable to assume that suitable results may be expected at the present site. 7.4. SITE GRADING AND FILL COMPACTION Both the areas to receive fill and the fill materials should be free of any vegetation or debris. Prior to placing the fill,the exposed soil subgrade in areas to receive fill should be scarified to a depth of 6 inches and re-compacted TSIT 7 PROJECT NO. T16042 GEOTECHNICAL INVESTIGATION FOR FOUNDATION & PAVEMENT DESIGN EUGENE MCCRAY COMMUNITY CENTER ADDITION @ 4932 WILBARGER STREET, FORT WORTH, TEXAS to a minimum of 95 percent of maximum dry density as determined in accordance with ASTM D 698, within -1 to +4 percent of optimum moisture content. Fill materials should be spread in loose lifts, less than 9 inches thick and uniformly compacted in a similar manner. 7.5. FOUNDATION SYSTEM: OPTION 1 WITH SUSPENDED SLAB 7.5.1. ALLOWABLE BEARING CAPACITY At this project site, it is our opinion that a foundation system consisting of straight-drilled piers would be the most positive means of preventing structural movements due to the antidpated volume changes in clay strata These shafts should be founded in the stable shale bedrockrencounterid at depths of 21 feetbelowthe edsting grades We recommendthatthe 6eotechnicalEngineerofRernrd verify thebeadngstrata duringpiermstallation. These shafts should be proportioned using a net allowable bearing pressure of 15,000 pounds per square foot. This allowable bearing value contains a safety factor of 3. An allowable net skin friction of 2,000 psf is recommended for shafts penetrating the bearing stratum a minimum of 3 feet. The first 2 feet of penetration should be neglected in skin friction calculations. The shafts will experience tensile loads as a result of post construction heave in the clay soils and must contain sufficient continuous vertical reinforcing steel to resist these forces. The magnitude of the loads is rather ! indeterminate and will vary with the in situ moisture levels at the time of construction. They can be approximated at this site by assuming a uniform uplift of 3,000 pounds per square foot over the shaft perimeter for depths covered by the expansive clay strata up to 14 feet. This uplift could be reduced to 500 pounds per square foot for stabilized clay strata (moisture-conditioned/water injected) and zero for select fill strata. In order to develop full load carrying capacity in skin friction, adjacent shafts should have a minimum center-to- center spacing of 3 times the diameter of the shafts. Closer spacing may require some reductions in skin friction and/or changes in installation sequences. The Geotechnical Engineer of Record should be contacted to review, on a case-by-case basis, shafts requiring closer spacing. 7.5.2. CONSTRUCTION CONSIDERATIONS FOR DRILLED SHAFTS A minimum shaft diameter of 18 inches is recommended for all drilled shafts in order to facilitate shaft clean-out. Groundwater seepage could be encountered during the installation of some of the shafts, particularly if T construction proceeds during a wet period of the year. In most cases, rapid placement of concrete and steel will permit shaft installation to proceed; however, the seepage rates could be sufficient to require the use of v temporary casing. In those instances,where casing is required it should be seated below the water seepage with all water and most loose material removed prior to beginning the design penetration. Care should then be taken that a sufficient head of plastic concrete is maintained within the casing during extraction. The design penetration of individual shafts should be excavated in a continuous operation and concrete placed as soon as practical after completion of the drilling. No shaft should be left open for more than 8 hours.All drilled shaft installations should be carefully inspected by experienced geotechnical personnel to help verify the bearing stratum, the design penetration, and perform related duties. The concrete should have a slump of 6 inches plus or minus 1 inch and be placed in a manner to avoid striking the reinforcing steel and walls of the shaft during placement. Allowable bearing capacity recommendations provided in this report are based on proper construction procedures, including maintaining a dry shaft excavation and proper cleaning of bearing surfaces prior to placing reinforcing steel and concrete. w 7.5.3. SUSPENDED FLOOR SLABS A minimum void, or crawl space, of 10 inches should be provided. This space should be shaped and drained to prevent the ponding of water. TSIT 8 PROJECT NO. T16042 GEOTECHNICAL INVESTIGATION FOR FOUNDATION & PAVEMENT DESIGN EUGENE MCCRAY COMMUNITY CENTER ADDITION @ 4932 WILBARGER STREET, FORT WORTH, TEXAS All grade beams or wall panels should be supported by the shafts and a minimum void space of 10 inches provided between the bottom of these members and the subgrade. This void will serve to minimize distress resulting from swell pressures generated by the clays. Structural cardboard forms are one acceptable means of providing this void beneath cast-in-place beams. A soil retainer should be provided to help prevent in-filling of the void. y The grade beams or wall panel excavations around the perimeter of the building should be carefully backfilled with on-site soils. The backfill soils should be placed at a moisture content between 1 and 4 percentage points wet of optimum. The fill should be compacted to at least 95 percent of maximum dry density as determined in accordance with ASTM D 698. A subsurface drain is recommended on the upslope sides of the buildings where landscaped flowerbeds are placed next to the building. The subsurface drain should extend to at least the bottom of the void box. The drain may consist of washed crushed stone, sand and gravel, or synthetic drain material. A perforated pipe should be used to collect water in the drain. 7.6. FOUNDATION SYSTEM: OPTION 2 WITH SLAB-ON-GRADE 7.6.1. SHALLOW FOUNDATIONS Alternatively, shallow foundations could be considered, if the expansive subsurface soils have been stabilized in accordance with Sections 7.2 or 7.3 "Soi//mprovement/Stabi/ization" Individual or continuous footings should be founded at a minimum depth of 2.0 feet below the existing ground surface or finished grade. Individual footings situated in compacted subgrade at this depth may be proportioned on the basis of a net allowable n bearing gessure of 2,200 pounds per square foot while continuous footings may utilize a net allowable bearing pressure of 2,000 pounds per square foot. - Individual footings may be square, round, or rectangular and should maintain a minimum width of 2.0 feet. Continuous footings should maintain a minimum width of 18 inches. The footings will experience some movements. The maximum movement of any individual footing is anticipated to be 1.0 inch for an appropriately compacted subgrade (See Section 7.4. "Site Grading andFill Compaction'J. Excavation of the footings, placement of concrete and steel, and any required backfilling should proceed in as continuous a manner as practical. This will serve to minimize deterioration of the bearing surface. Footing excavations that will remain open for more than 48 hours should be protected by a seal slab of footing strength concrete. 7.6.2. SLAB-ON-GRADE At this site, we have estimated slab movements due to heave to be on the order of one inch or less for appropriately stabilized/compacted subgrades. The slabs must be capable of tolerating and/or resisting these movements without inducing unacceptable distress in the foundation or superstructure. The following design parameters are recommended by the Post-Tensioning Institute's slab-on-grade design method: TSIT 9 PROJECT NO. T16042 GEOTECHNICAL INVESTIGATION FOR FOUNDATION & PAVEMENT DESIGN EUGENE MCCRAY COMMUNITY CENTER ADDITION @ 4932 WILBARGER STREET, FORT WORTH, TEXAS STABILIZATION NONE 8.0' MC/WI* LOCATION ON SLAB CENTER EDGE CENTER EDGE EDGE MOISTURE VARIATION (FT.) 5.0 3.0 5.0 3.0 DIFFERENTIAL SWELL (IN.) 3.2 1.6 0.8 0.4 POTENTIAL VERTICAL RISE (IN.) 4.0 1.0* *STABILIZATION WITH WATER INJECTION OR MOISTURE CONDITIONING(MC). The values presented above are based on the assumption that the areas around the structures will be well drained, flowerbeds are not over watered, and utility leaks are promptly repaired. Those movements,which do take place,will tend to occur differentially between the lightly loaded interior portions of the slabs, and the more heavily loaded perimeter grade beams. The grade beams of the slabs should exert a maximum bearing pressure of 2,000 pounds per square foot and extend a minimum of 12 inches into the compacted select fill/natural subgrade. A vapor barrier should be provided beneath those portions of the slabs, which are to be covered, carpeted, or sealed. We recommend placing a 2 to 4 inch-thick layer of granular fill preferably sand or select fill over the vapor barrier to assist in concrete curing and reduce surface cracking. It is critical that the sand layer be prevented from getting wet during the construction process. If wet/moisture sensitive sand conditions cannot be prevented or are anticipated, placing the sand beneath the vapor barrier and the concrete directly on the vapor barrier should be considered. In this case the Geotechnical Engineer of Record or Foundation Design Engineer should be consulted (ACI 302.1 R-96, update 2003 "Guide for Design Concrete Floor and Slab Construction"). 7.7. SEISMIC CONSIDERATIONS This site is located in seismic zone "0" (low seismicity). Based on the latest IBC, we have characterized the on- site subgrade materials as follows: -- Subgrade Material Seismic Site Class Shaley Clay & Shale Strata C — 7.8. GENERAL CONSTRUCTION CONSIDERATIONS 7.8.1. UTILITIES CONSIDERATIONS Care should be taken that utility cuts are not left open for extended periods, and that the cuts are properly backfilled. A positive cut-off at the building line is recommended to help prevent water migrating in the utility trench backfill from entering beneath the building. Trench excavations should be sloped or braced in the interest of safety. Attention is drawn to OSHA Safety and T Health Standards (29 CFR 1926, Subpart P), regarding trench excavations greater than 5.0 feet in depth. Depending on the proximity of the excavation to adjacent property lines and streets, some type of temporary retention system may be required during construction. TSIT 10 PROJECT NO. T16042 .� GEOTECHNICAL INVESTIGATION FOR FOUNDATION & PAVEMENT DESIGN EUGENE MCCRAY COMMUNITY CENTER ADDITION @ 4932 WILBARGER STREET, FORT WORTH, TEXAS 7.8.2. DRAINAGE CONSIDERATIONS Positive and effective surface drainage at the proposed site is an essential part of the overall design,construction, and maintenance of the project. All grading should be performed such that positive drainage is provided away from the building and water is not allowed to collect or discharge near the foundation. Water must not be permitted to pond adjacent to the structure during or after construction. Surface drainage gradients should be designed to divert surface water away from the foundations,tops of slopes, and edges of pavements and towards suitable collection and discharge facilities. Unpaved areas and permeable surfaces should be provided with steeper gradients than paved areas. Surface drainage gradients within 10 feet of buildings should be constructed with a minimum slope of 3 percent for paved areas and 5 percent for unpaved areas. Roofs should be provided with gutters and downspouts to prevent the discharge of rainwater directly onto the .. ground adjacent to the building foundations. Downspouts should discharge directly into storm drains or drainage swales, if possible. Roof downspout and surface drain outlets should discharge into erosion-resistant areas,such as paving rock rip-rap or other energy dissipaters. Joints next to the building should be thoroughly sealed to prevent the infiltration of surface water. Where concrete pavement is used,joints should also be sealed to prevent the infiltration of water. Since some post construction movement of pavement and flatwork may occur,joints around the buildings should be periodically inspected and resealed where necessary. 7.9. PAVING RECOMMENDATIONS 7.9.1. LIME STABILIZATION The surficial clay soils present at this site are subject to losses in shear strength with the increases in moisture ., content which normally occur beneath area paving. We recommend stabilizing the subgrade beneath all paving. The in-situ clay soils typically react with hydrated lime, which serves to improve their support value at higher moisture levels, and provides a firm uniform subgrade beneath the paving. It should be noted that this amount of stabilization will not prevent significant movements between the buildings and the pavement. Based on the Atterberg Limits tests, a minimum of seven (7.0)percent hydrated lime showld be used.This lime should be thoroughly mixed and blended with the top 6 inches of the subgrade (THD Item 260) and the mixture compacted to a minimum of 95 percent of maximum dry density as determined in accordance with ASTM D698, within +2 percent of optimum moisture content. We recommend that this lime stabilization extend 2 feet beyond �- exposed pavement edges, in order to reduce the effects of shrinkage during extended dry periods. Project specifications should allow a curing period between initial and final mixing of the lime/soil mixture. After initial mixing,the lime treated subgrade should be lightly rolled and maintained at or to+4%of optimum moisture content until final mixing and compaction. We recommend a 2-day curing period for these soils. The following gradation requirements are recommended for the stabilized materials prior to final compaction: SIEVE SIZE PERCENT MINIMUM PASSING II/2 " SIEVE 100 MINIMUM PASSING N0. 4 SIEVE 60 All nonslaking aggregates retained on the No. 4 sieve should be removed prior to testing.The prepared subgrade should be protected and moist cured or sealed with a bituminous material for a minimum of 7 days or until the TSIT 11 PROJECT NO. T16042 GEOTECHNICAL INVESTIGATION FOR FOUNDATION & PAVEMENT DESIGN EUGENE MCCRAY COMMUNITY CENTER ADDITION @ 4932 WILBARGER STREET, FORT WORTH, TEXAS pavement materials are placed. Pavement areas should be graded at all times to prevent ponding and infiltration of excessive moisture on or adjacent to the pavement areas. 7.9.2. PAVEMENT SECTIONS Asphalt Pavement: In parking lots and drives servicing primarily automobile traffic, 5 inches of asphalt concrete - should provide adequate service. This should be increased to a minimum of 6 inches in areas subject to more frequent traffic. The section should consist of a 2-inch surface course similar to THD Type D with a base course similar to THD Type A or B. The coarse aggregate in the surface layer should be crushed limestone rather than gravel. The soils at the site are active and vary in thickness. Accordingly, differential heave within the parking area is expected. The service life of asphalt paving may be reduced due to water infiltration into subgrade soils through —' heave-induced cracks in the paving section. This will result in softening and loss of strength of the subgrade soils. A regular maintenance program to seal paving cracks will help prolong the service life of asphalt concrete paving. Concrete Pavement: Portland Cement Concrete paving is recommended in any areas subject to truck traffic and should also provide excellent service for general area paving. We recommend the use of 5 inches of Portland r Cement Concrete for general area paving with 6 or more inches in areas subject to truck traffic. A minimum of 7 inches of concrete is recommended in any areas subject to frequent heavy trucks. The concrete in light duty parking areas should have a minimum 28-day compressive strength of 3,000 pounds per square inch. In heavy _ duty parking areas, the concrete strength should be increased to 4,000 pounds per square inch. Concrete quality will be important in order to produce the desired flexural strength and long-term durability. Assuming a nominal maximum aggregate size of 1 to 1'/z inches,we recommend that the concrete have entrained T air of 5 percent (± 1%) with a maximum water cement ratio of 0.50. Portland cement concrete pavement for the parking area should be jointed reinforced concrete pavement. Due to _- construction over swelling clays, unreinforced pavement is not recommended. Proper joint placement and design is critical to pavement performance. Load transfer at all longitudinal joints and maintenance of water-tight joints should be accomplished by use of tie bars.Control joints should be sawed within ! 5 to 12 hours after placing concrete.Joints should also be properly cleaned and sealed as soon as possible to avoid infiltration of water, small gravel, etc. We have found that joint spacing on 12 to 15 foot centers have generally performed satisfactorily. Expansion joints should be on a 60-foot spacing and be sealed with an elastomeric joint sealant. It is our recommendation that the concrete pavement be reinforced with No. 3 bars on approximately 18-inch centers in each direction or equivalent reinforcing steel. In loading dock areas we recommend that the perimeter of the pavement area have a stiffening curb section to prevent possible distress due to heavy wheel loads near the edge of the pavement and also to provide channelized drainage. Pavement should be properly jointed and T joints should be properly sealed to insure a watertight subgrade condition. Pavement Sections In-Lieu of Stabilization: In lieu of lime stabilization, standamrpractice allows foran increased concrete pavement thiclmess (1 to f.5 inches beyond the above specified pavement thicknesses when lime stabilization is used).forpublicstreets the goveming entity(City)shallsanction the minimum allowable increase. ltmustbe noted thatincrease of the pavement thickness does not eliminate compaction of the subgrade beneath the concrete pavement.All subgrade shall be scarified to a depth of 6 inches and re-compacted to a minimum of 95 percent of maximum dry density as determined in accordance with ASTM 0 698, within 1 to f4 percent of optimum moisture content. - TSIT 12 PROJECT N0. T16042 GEOTECHNICAL INVESTIGATION FOR FOUNDATION & PAVEMENT DESIGN EUGENE MCCRAY COMMUNITY CENTER ADDITION @ 4932 WILBARGER STREET, FORT WORTH, TEXAS 7.9.3. SPECIAL PAVEMENT CONSIDERATIONS It is recommended that provisions be made in the contract to provide for proof-rolling in areas where questionable subgrade areas will support new pavements. It is also recommended that an item be included for removal and replacement of soft materials, which are identified by this procedure. Proof rolling can generally be accomplished using a heavy (25 ton or greater total weight) pneumatic tired roller making several passes over the areas. Where soft or spongy zones are encountered, these areas should be removed to a firm subgrade. Wet or very moist surficial materials may need to be undercut and either dried and replaced with proper compaction or replaced with a material which can be properly compacted. Any resulting void areas should be backfilled to finished subgrade in 6 inch compacted lifts compacted to 95 percent of maximum dry density as determined in accordance with ASTM D698, at a moisture content within -1 to +4 percent of optimum. -� The life of the pavement can be increased with proper drainage. Areas should be graded to prevent ponding adjacent to curbs or pavement edges. Flat pavement grades should be avoided. Trees near proposed pavement areas should be removed if practical, due to their contribution to loss of subgrade support during dry periods of the year. Where trees will remain near the pavement, consideration should be given to the use of thicker pavement sections to resist the loss of subgrade support or movement of the pavement due to tree root systems in these areas. 7.10. CONSTRUCTION MATERIALS TESTING & INSPECTION SPECS Construction materials testing and inspections shall be an integral part of the construction process to ensure compliance and conformity with the engineer's specification. It is our opinion that the following general specs shall be adequate for quality control for this project: �- 7.10.1. OBSERVATIONS/INSPECTIONS ■ Pier Installation-AW time ■ Concrete Placement-full Time ■ Fill placementand compaction-pdor&after compaction ■ Rebarplacement-pdorto concrete placement 7.10.2. MATERIALS TESTING _ Earthwork (moisture content and compaction) ■ Building Pads•minimum one testper 3,000 SFperIN A minimum of 3 tests per INshall be required, if the pad is layer than 3,000 SF. ~ ■ Paving areas.-minimum one testper 10,000 SFper lift Retaining WatlBach-Fill, Grade Beams, l/tffityDnes(sewer,stone, wateretc.): minimum one testper 100 LFperlift. Concrete M A minimum one set of cylinders per 75 cubic yard pour. 7.10.3. COST ESTIMATES Upon receipt of project specifications (Structural &Civil design drawings-foundation plans, grading plans, utility plans etc.), we will provide an estimate for construction materials testing & inspection services for the project. TSIT 13 PROJECT NO. T16042 GEOTECHNICAL INVESTIGATION FOR FOUNDATION & PAVEMENT DESIGN EUGENE MCCRAY COMMUNITY CENTER ADDITION @ 4932 WILBARGER STREET, FORT WORTH, TEXAS 8. LIMITATIONS All geotechnical investigations are limited in that the recommendations are developed from the information obtained specifically in the small-diameter test borings which depict subsurface conditions at the particular location and time designated on the boring logs. Subsurface conditions at other locations may differ from those observed at nearby boring locations. The nature and extent of variations between the borings may not become evident until the course of construction. If significant variations then appear evident, it will be necessary to re- evaluate the recommendations of this report after performing on-site observations during the construction period ! and noting the characteristics of any variation. Should any conditions other than those described in this report be encountered, our office should be notified so that further investigations and supplemental recommendations, if required, can be provided. T The recommendations provided in this report were based on our understanding of information about the characteristics of the project, which was provided by the client. If the client notes any deviation from the facts about the project characteristics or if the nature of the proposed project has changed, our office should be contacted immediately since this may materially alter the content of our design recommendations. This investigation and study was performed in accordance with generally accepted geotechnical engineering — principles and practices.This company is not responsible for the conclusions,opinions or recommendations made by others based on this data. The information contained in this report is intended for the exclusive use of our client. In the event that any changes in the location, nature, or design of the project are made, the conclusions - and recommendations in this report should not be considered valid until the changes are reviewed, and conclusions and/or recommendations are modified or verified by our office. The reproduction of this report, or any part thereof, supplied to perso other than the owner, should indicate that this study was made to guide the restoration efforts of the proposed structure only. This report should not be used as a construction specification but as a guide for developing final building plans and specifications. �. TSIT 14 PROJECT NO. T16042 GEOTECHNICAL INVESTIGATION FOR FOUNDATION & PAVEMENT DESIGN EUGENE MCCRAY COMMUNITY CENTER ADDITION @ 4932 WILRARGER STREET, FORT WORTH, TEXAS APPENDIX SITE MAPS, DRAWINGS, BORINGS LOGS TSIT 15 PROJECT NO. T16042 m Rio PAGE LEFT BLANK INTENTIONALLY *� i i GEOTECHNICAL INVESTIGATION FOR FOUNDATION & PAVEMENT DESIGN EUGENE MCCRAY COMMUNITY CENTER ADDITION a@ 4932 WILBARGER STREET, FORT WORTH, TEXAS SITE LOCATION/ TEST BORING LOCATIONS �P a �° E� z r i C) _Z 8 0 m V ^N � Q Z I y 0 Q co 3 o I O w ma W - .9 m W a m c: U amCr) o _ a € e,_ -101 �ddu� c ----;. R. I t I LLf � a I TSIT A-1 PROJECT NO. T16042 RECORD OF SUBSURFACE EXPLORATION Boring No.: B-1 Date Started: 7122116 Project No.: T16042 Date Completed: 7122116 Client: CITY OF FORT WORTH Entered By: SHEILA M.TESAR Project: EUGENE McCRAY COMMUNITY CENTER Approved By: CHISHA MUSENDA, P.E. Location: FORT WORTH,TEXAS Drilling Co.: GM ENTERPRISES SAMPLING INFORMATION FIELD DATA LABORATORY DATA Hammer Wt. 140 lbs. Rock Core Dia. in. ATTERBERG Hammer Drop 30 in. Tube O.D. 3.0 in. o LIMITS Spoon Sampler O.D. 2.0 in. a o 0 DRILLING METHOD(S): Boring advanced using continuous flight �°—, z o > auger drilling equipment. >o z z F LU GROUNDWATER INFORMATION: No groundwater seepage m C Z W� `0 n V V " M� w y x LL encountered during drilling. Boring dry at completion. � rn N��� � ° u ° "z ui w~° LU c� } J -J 5 � j m za 0per,ZN x J a JQJU !o 7 a a wz DEPTH 0 G mrmWo O z oIr z0�- w (FT) DESCRIPTION OF STRATUM y z d i a LL PL PI a o v o Tan brown and brown SILTY CLAY(CH) P:4.5+ ' P:4.5+ 33 53 20 33 101 4.61@ 5.0% 5 P:4.5+ 5 Tan and gray SHALEY CLAY(CH) P:4.5+ _ P:4.5+ 20 64 24 40 115 6.08@ 10 7.1% 10— P:4.5+ 0P:4.5+ 21 80 29 51 110 15 15 _ P:4.5+ 20 20 Light gray SHALE with shaley clay seams +� 25 — 11b..T:10012.25" 25 30 — T:10011.75" 30 N35 T4 10011,75" 35 Bottom of Test Boring at 35.0' 0 0 J W F- O ` D NO RECOVERY ®CONTINUOUS FLIGHT AUGER N-STANDARD PENETRATION TEST 01 ROCK CORE ®TEXAS CONE PENETROMETER P-HAND PENETROMETER ° T-TEXAS CONE PENETROMETER ® PRESSED SEAMLESS TUBE WATER INITIAL *SEE BORING LOCATION DIAGRAM FOR ® DRIVEN SPLIT SPOON t WATER FINAL BORING LOCATIONS w o A2 RECORD OF SUBSURFACE EXPLORATION Boring No.: B-2 Date Started: 7/22/16 Project No.: T16042 Date Completed: 7/22/16 Client: CITY OF FORT WORTH Entered By: SHEILA M.TESAR Project: EUGENE McCRAY COMMUNITY CENTER Approved By: CHISHA MUSENDA, P.E. Location: FORT WORTH,TEXAS Drilling Co.: GM ENTERPRISES y" SAMPLING INFORMATION FIELD DATA LABORATORY DATA Hammer Wt. 140 lbs. Rock Core Dia. in. ATTERBERG Hammer Drop 30 in. Tube O.D. 3.0 in. o LIMITS Spoon Sampler O.D. 2.0 in. a o 0 DRILLING METHOD(S): Boring advanced using continuous flight it�—�, z o > auger drilling equipment. >o z a z I GROUNDWATER INFORMATION: No groundwater seepage m r`z W N M S w k encountered during drilling. Boring dry at completion. w ���►�-� WW 2 u~, z° �z a w oz3Wa F a a ow z _ mom�� u� 3 a a z 7�Y co�D- LUz a O w DEPTH DESCRIPTION OF STRATUM w z o a w° LL PL PI a o °(Do Tan brown and brown SILTY CLAY(CH) N NM P:4.5+ P:4.25 15 59 20 39 115 2.21@ 8.1% 5 Tan and gray SHALEY CLAY(CH) P:4.5+ 15 53 19 34 115 2.35@ 5 7.4% P:4.5+ P:4.5+ 10 10 P:4.5+ 20 108 3.8@ 6.5% 15 15 _ P:4.5+ 20 20 Light gray SHALE with shaley clay seams 25 — kkk.T:100/2.25" 25 30 =—hk T:100/2.0" 30 35 35 Bottom of Test Boring at 35.0' Q U` U O J .W N C3 NO RECOVERY CONTINUOUS FLIGHT AUGER N-STANDARD PENETRATION TEST o �] ROCK CORE TEXAS CONE PENETROMETER P-HAND PENETROMETER ® PRESSED SEAMLESS TUBE SZ WATER INITIAL T-TEXAS CONE PENETROMETER *SEE BORING LOCATION DIAGRAM FOR ® DRIVEN SPLIT SPOON t WATER FINAL BORING LOCATIONS LU a A-3 RECORD OF SUBSURFACE EXPLORATION Boring No.: P-1 Date Started: 7122116 Project No.: T16042 Date Completed: 7122116 Client: CITY OF FORT WORTH Entered By: SHEILA M.TESAR Project: EUGENE McCRAY COMMUNITY CENTER Approved By: CHISHA MUSENDA,P.E. Location: FORT WORTH,TEXAS Drilling Co.: GM ENTERPRISES SAMPLING INFORMATION FIELD DATA LABORATORY DATA _ Hammer Wt. 140 lbs. Rock Core Dia. in. ATTERBERG LIMITS Hammer Drop 30 in. Tube O.D. 3.0 in. o Spoon Sampler O.D. 2.0 in. z X O w w DRILLING METHOD(S): Boring advanced using continuous flight y w F z° w auger drilling equipment, J Fx�� o S O FLLV{y� U J U U N MF WyxLL GROUNDWATER INFORMATION: No groundwater seepage m LL o?L Q w o o ��, z y F o — encountered during drilling. Boring dry at completion. w 3 N 3 Z 5 a a z o W z U,a y = a �C�w O J J m o a z VY (~q a a > >! L)N 0 a O Q m~mw0 O Z O� z0�� w DEPTH N N z a F a w m LL PL PI a o U u� o (FT) DESCRIPTION OF STRATUM Tan brown and brown SILTY CLAY(CH) N S P.4.5+ -with occasional brokem limestone from 0-1.0' P:4.5+ 7 54 20 34 113 Is P:4.5+ P:4.5+ P:4.5+ Bottom of Test Boring at 5.0' 10 10 15 15 20 20 25 - 25 30 30 35 N 35 N � H 0 J W � H a NO RECOVERY CONTINUOUS FLIGHT AUGER N-STANDARD PENETRATION TEST N m ROCK CORE (►�TEXAS CONE PENETROMETER P-HAND PENETROMETER o T-TEXAS CONE PENETROMETER ® PRESSED SEAMLESS TUBE WATER INITIAL *SEE BORING LOCATION DIAGRAM FOR o ® DRIVEN SPLIT SPOON t WATER FINAL BORING LOCATIONS J w A-4 d GEOTECHNICAL INVESTIGATION FOR FOUNDATION & PAVEMENT DESIGN EUGENE MCCRAY COMMUNITY CENTER ADDITION @ 4932 WILBARGER STREET, FORT WORTH, TEXAS GENERAL SOIL DESCRIPTIONS linlfwd Soil Clas psification (4150 syst em (from ASTM D 24 7) Major Divisions Typical Names Gravels Clean Gravels (3W Well-graded gravels and gravel-sand mixtures, little or no fines 50%or more of course GP Poorly graded gravels and gravel-sand mixtures, little or rw fines fraction retained on Course-Grained Solis the 4.75 mm Gravels GM Silty gravels,gravel-sand-slit mixtures More than 50% retained (No.4)sieve with Fines GC Clayey gravels,gravel-sand-clay mixtures on the 0.075 mm SW Well-graded sands and gravelly sands, little or no fines (No.200)slave Sands Clean Sands 50%or more of course SP Poorly graded sands and gravelly sands,little or no fines fraction passes the 4.75 Sands SM Silty sands,sand-silt mixtures (No.4)sieve with Fines SC Clayey sands,sand-clay mixtures ML Inorganic slits,very fine sands, rock four,sllty or clayey fine sands Slits and Flays Fine-Grained Solis Liquid Limit 50%or less CL Inorganic clays of lavr to medium plasticity,gravelly/sandy/slaty/lean clays More than 50% passes 0L Organic slits and organic silty clays of low plasticity the 0.075 mm MH Inorganic silts, micaceous or dlatomaceous fine sands or slits,elastic silts (No.200)sieve Silts and Clays Llquld Limit greater than 50% CH Inorganic clays or high plasticity,fat clays OH Organic clays of medium to high plasticity Highly Organic Sails pT Peat,muck,and other highly organic soils PLASTICITY CHART '� 60 •r- 50 CH w 40' ALihl . a PI 0.73 LL 20) 30 _. CL MH&OH 20 1= � 10 r� ... ML 7ML&OL 0 0 10. . 20 80 40 50 60 70 80 90 100 LIQUID LIMIT(LL)(pj) I SOIL STRENGTH Relative Density of Cohesionless Consistency of Cohesive Soils Soils (Gravels 8L Sands) (Silts 8L Clays) (> 50% retained on no. 200 (z 50% passing the No. 200 sieve.) sieve.) Relative Standard Consistency Unconfined Standard Density Penetration Compressive penetration (N-value, blows/ft) strength q. [tsf] (N-value, blows/ft) Very loose 0 - 4 Very Soft Less than 0.25 0 - 1 Loose 4 - 10 Soft 0.25 to 0.50 2 - 4 Medium Dense 10 - 30 Medium-stiff 0.50 to 1 .00 4 - 8 Dense 30 - 50 Stiff 1 .00 to 2.00 8 - 15 Very dense > 50 Very stiff 2.00 to 4.00 15 - 30 Hard > 4.00 > 30 TSIT B-1 PROJECT NO. T16042 sp I k� k ' r it PAGE LEFT BLANK INTENTIONALLY I F r I i' GEOTECHNICAL INVESTIGATION FOR FOUNDATION & PAVEMENT DESIGN EUGENE MCCRAY COMMUNITY CENTER ADDITION @ 4932 WILBARGER STREET, FORT WORTH, TEXAS i GENERAL GUIDELINES FOR SOIL STABILIZATION BY WATER PRESSURE INJECTION Genera//nfo Water injection is a process by which water is injected in the soil in order to limit the swell-shrink potential of expansive clays. The process increases the moisture levels in the expansive clays, which serves to pre-swell these soils. Increases in the elevation at the injected surface, are therefore anticipated. Past experiences have revealed that even with the best of techniques average moisture increases of more than 2 or 3 percent are difficult to achieve with a single injection. Therefore, multiple re-injection of water (at least 4 passes) is often necessary to obtain or approach the desired/acceptable moisture levels. Depending on the time of construction, some of the surficial soils could be quite dry and may be difficult to penetrate. Our experience has shown that maximum benefits of this procedure can only be hoped for, if the entire process is carefully monitored by experienced geotechnical personnel. Application specifications and warranties of this method are provided by individual injection contractors. However, the following guidelines are provided based on generally accepted standard practice of this stabilization method: — /ZLection Equipment ■ Equipment shall be suitable for the intended work. The injection vehicle will have a minimum gross weight of 5 tons and shall be capable of making straight vertical penetrations to minimize pressure loss around the injector rods to the stated/required treatment depth. ■ Injection equipment shall be equipped with flow and/or pressure meters and control valves for monitoring and controlling the amount of water injected. ■ Injection pressures should be adjusted to inject the greatest quantity of water possible within a pressure range of 50-200 psi pump pressure. Procedure and App//cat/on Oetai/s ■ The water pressure injection work shall be accomplished after the site has been brought to near final ~` subgrade elevation and prior to installation of any plumbing, trenches and utilities. ■ Injection rods shall be forced downward in approximately 12 to 14-inch vertical intervals, to a total depth specified by the Geotechnical Engineer or impenetrable material,whichever occurs first.Spacing for the injection holes shall not exceed 5 feet on center,each way. Subsequent injections will be offset laterally at one-half the distance in both directions between the original injection centers. i ■ Injections will be continued to "refusal" (until the maximum reasonable quantity of water has been injected into the soil and water is flowing freely at the surface, either out of previous injection holes or from areas where the surface soils have fractured. The amount of water flowing from the areas described above will be approximately equivalent to the volume of water being pumped into the soil. As a minimum, injections should be at least 30 seconds at each injection interval unless altered by the Geotechnical Engineer. It should be noted that loss of water or blow-back around injector pipes does not constitute refusal. Continued loss of water in this manner may indicate inadequate injection equipment or techniques, or in some instances, surficial soils that will not form an adequate seal to contain the water. In either instance, the owner's representative should be contacted and an on-site observation made to determine appropriate steps to achieve adequate injection. ■ Injection shall be carried outside building lines a minimum of 5 feet or 15 feet if sidewalks are considered. ■ If a seemingly impenetrable layer is encountered, the Geotechnical Engineer of Record must be ,. contacted to evaluate the significance of the lack of penetration with the injector tubes or provide TSIT C-1 PROJECT NO. T16042 GEOTECHNICAL INVESTIGATION FOR FOUNDATION & PAVEMENT DESIGN EUGENE MCCRAY COMMUNITY CENTER ADDITION @ 4932 WILBARGER STREET, FORT WORTH, TEXAS alternate recommendations. A minimum of six (6) injection intervals will be provided for the 1 C-ft. injection depth.The lower portion of the injection pipe will consist of a hole pattern that will uniformly disperse water throughout the entire depth. ■ The details of the injection/application rate and injection pressure to provide uniform distribution of the water will be determined solely by the Applicator.These application procedures will be provided to the Owner and/or Geotechnical Engineer upon request. ■ A minimum curing time of 48 hours is required before finishing operations, sampling, or testing is - performed. Qua/i&Control Samp/ino and Testing ■ Soil sampling for building pads shall be specified by the Geotechnical Engineer of Record (Typically one sample for each 5,000 to 10,000 square feet, or portion thereof, of treated area, or a minimum of 2 sample borings, whichever is greater). Sample borings shall be taken at an equal distance from - injection points. Continuous tube samples shall be obtained from the entire treated depth. Samples shall be extruded from the sampling tube, wrapped in plastic, sealed to prevent moisture loss, and protected from disturbance. - ■ Wet and soft surface conditions resulting from the water injection procedures will require the contractor to provide access to drilling equipment used to obtain the soil samples which verify the injection process. Special track equipment may be required to provide the necessary access. The contractor will be responsible for providing and operating suitable equipment to permit sampling of the injected soils (test borings) with a standard truck-mounted drilling rig. ■ Evaluation of post-treatment for building pad injection shall be based on one-dimensional laboratory swell tests (ASTM D 4546, Method B) conducted by the owner's Geotechnical Engineer. Soil samples used for testing shall be undisturbed samples retrieved by using thin walled seamless tube samplers to a depth equal to the specified injection depth. ■ A minimum of three (3) one-dimensional swell tests shall be performed for each sample boring for injection depths up to 10 feet. Test depth ranges shall be: 1 to 4 feet, 4 to 7 feet and 7 to 10 feet. One-dimensional swell tests shall be conducted in accordance with ASTM D 4546, Method B. Test results shall be reported for a swell of 48 hours duration under a single surcharge load simulating R overburden pressure after construction of the building. The swell test shall be continued beyond 48 hours if the sample exhibits a 25 percent or greater change in sample height during the 36 to 48- hour test interval. _ ■ Moisture content and shear strength (by means of Hand Penetrometer) determinations shall be performed on one-foot intervals in all borings. Quality Criteria ■ Acceptable quality will be quantitatively evaluated by averaging the swell test results, moisture contents and shear strength. The average swell from each boring sampled shall not exceed 1.0 - percent; and no swell test from each boring shall have a swell of more than 2.0 percent. ■ Where the swell criteria are not met in any one of the borings, determination of the project area to be re-injected will be made by the Geotechnical Engineer. Retreatment and acceptance testing will be performed in accordance with the Geotechnical Engineer's recommendations. ■ The building pad and/or pavement subgrade will not be accepted until the acceptance testing requirements are met.Final acceptance, by the Owner,will be based on an evaluation of the test data by the Owner and the Geotechnical Engineer. TSIT C-2 PROJECT NO. T16042 GEOTECHNICAL INVESTIGATION FOR FOUNDATION & PAVEMENT DESIGN EUGENE MCCRAY COMMUNITY CENTER ADDITION @ 4932 WILBARGER STREET, FORT WORTH, TEXAS Upon completion of the final water pressure injection,the top surface of the injected pad should be scarified to a depth of at least 6 inches and re-compacted to between 93 and 98 percent of the optimum density,at a moisture content between 2 and 4 percentage points above the optimum values, as defined by ASTM D-698. Compaction tests should be performed at a frequency of 1 test per 5,000 sq. feet with a minimum of 3 tests per pad. ■ The moisture content of the injected soils will be maintained until the floor slab is placed. Loss of moisture from the surface or sides of the building pad must be prevented by watering or use of a membrane. Any open trenches should be sealed or kept wet to prevent loss of moisture. All trenches should be backfilled with the excavated material. The moisture content of the backfill should be y maintained in the range of 2 to 4 percentage points above optimum. Snecia//dection Considerations Multiple water injection passes may be required to achieve the desired final moisture content and corresponding soil swell abatement. If construction of slabs-on-grade is initiated with soils at their current moisture content level, about 6 to 8 gallons or more of water per square foot of injected area may be required to achieve the final moisture content in the injected soils, if uniformly distributed. Due to variations in the subsurface soils, the number of injection passes required to reduce the swell potential of the injected soils to 1 percent or less is unknown. Hence, the client should allow for extra construction time on the site considering the time frame required to achieve the desired reduction in swell potential is unknown. Further,the contract with the injection contractor should address the situation where more injection passes than predicted are required to achieve the desired result. Between the time the subgrade is water pressure injected and the plastic sheeting is placed, the upper surface of the injected soil should not be allowed to dry.To allow for adequate pre-swelling of the soils from the injection procedure, concrete for slabs should not be placed above injected areas until at least 2 weeks following the final water injection. During this 2-week period, the surface of the injected soil must be kept moist or covered with plastic sheeting to prevent moisture loss. About 2 to 3 inches of heave can be expected in building pads during and shortly after completion of the injection process. Additionally, experience indicates injection adjacent to existing buildings can result in swelling of soil in the injected zone as well as those beneath existing nearby buildings. Swelling of soil supporting existing floor slabs can result in distress (movement) to existing buildings. Therefore, if an existing building is located within 30 feet of the proposed water injection area, it is recommended a temporary vertical moisture barrier be installed — longitudinally between the existing building and the injected pad to prevent injected water from entering the subgrade of the existing building. The moisture barrier could consist of a 12-foot deep trench (about 1 foot wide) backfilled with lean concrete or other suitable relatively impermeable material. TSIT C-3 PROJECT NO. T16042 r, PAGE LEFT BLANK INTENTIONALLY W w M0 GSBS kill ARCHITECTURE LANDSCAPE ARCHITECTURE INTERIOR DESIGN•PLANNING A R C H I T E C T S D ARC � �E BATFyy� MR Addendum No. 01 o� Date: October 26,2017 ` r y ` �136rJ Qom' To: All bidders OF e. 10/26/17 From: GSBS ARCHITECTS Project Name: Eugene McCray Community Center Expansion Handley/Meadowbrook Community Center Expansion *+ GSBS Architects Project#: 2015.114.00 2015.115.00 This addendum shall be considered to be part of the contract documents for the project referenced above. Where provisions of the following supplemental information differ from that contained in the original contract documents,this Addendum shall govern and take precedence. Bidders are hereby notified that they shall make any necessary adjustments in their estimate on account of this Addendum. It will be construed that each Bidder's proposal is submitted with full knowledge of all modifications and supplemental data specified therein. Acknowledge receipt of this addendum in the space provided on the Bid Form. General: 1. General Contractor may allocate space within the existing facility under construction,for the purposes of providing on-site construction offices. The exterior doors may be re-keyed by General Contractor with construction cores and the Owner Maintenance team will require periodic access. Comply with Fire Department emergency access via Knox Lock requirements. 2. Background checks and badging will not be required on this project. 3. The permitting process with the City of Fort Worth is currently underway with permit anticipated at time of contractor NTP. The normal permitting and inspection fees will be waived for building construction. Normal city of Fort Worth contractor licensing fees apply on the project. 2015.114.00—Eugene McCray Community Center Expansion GSBS ARCHITECTS 2015.115.00—Handley/Meadowbrook Community Center Expansion 4. A separate Schedule of Values Continuation Sheet(AIA G703)and Application of Payment(AIA _ G702) will be required for each of the 2 buildings under this project. 5. The cost of current utilities for construction related activities shall be by the owner at the existing building sites. This includes water,power and gas. 6. The cost of bringing utility services of water and sewer within the R.O.W. only,will be paid by the city of Fort Worth. Specifications: 1. Section 000100 Table of Contents;Place in the Project Manual,attached, in its entirety. 2. Section 012300 Alternates; Replace is specification section in its entirety, attached,to the Project Manual. 3. Section 024119 Selective Demolition;Place in the Project Manual, attached, in its entirety. 4. Section 087100 Door Hardware; Replace section in its entirety,attached,to the Project Manual. Drawings: 1. Eugene McCray Sheet A2.1, Demolition Plan; Door#108A for Room 108; Door and frame shall be removed and modified/replaced per door schedule. 2. Eugene McCray Sheets A2.1 and A2.5 west wall of Restroom 108; These two drawing sheets depict alternate of west restroom wall of demo and rebuild. Attached supplemental drawing sheets A2.1 and A2.5 of Alternates Section 012300, depict Base Bid of west wall of Restroom 108. 3. Handley/Meadowbrook Sheet A6.1, Door Schedule; Door 2127B does not exist and is deleted from schedule. End of Addendum No. 01 i i i i ADDENDUM 01 2 2015.114.00—Eugene McCray Community Center Expansion GSBS ARCHITECTS 2015.115.00—Handley/Meadowbrook Community Center Expansion SPECIFICATION TABLE OF CONTENTS DIVISION SECTION TITLE 000000 COVER SHEET 000100 TABLE OF CONTENTS 000107 PROJECT DIRECTORY DIVISION 0—PROCUREMENT AND CONTRACTING FORMS (Other sections this Division as Issued By Owner Under Separate Cover) .� 003132—GEOTECHNICAL DATA DIVISION 1 -GENERAL REQUIREMENTS 011000 SUMMARY 012300 ALTERNATES 012500 SUBSTITUTION PROCEDURES 012900 PAYMENT PROCEDURES 013100 PROJECT MANAGEMENT AND COORDINATION 013119 PRECONSTRUCTION MEETING 013120 PROJECT MEETINGS 013216 CONSTRUCTION PROGRESS SCHEDULE 013233 PRECONSTRUCTION VIDEO 013300 SUBMITTALS 013513 SPECIAL PROJECT PROCEDURES 014000 QUALITY REQUIREMENTS 014523 TESTING AND INSPECTION SERVICES 015000 TEMPORARY FACILITIES AND CONTROLS 015526 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 015713 STORM WATER POLLUTION PREVENTION 015813 TEMPORARY PROJECT SIGNAGE 016000 PRODUCT REQUIREMENTS 016600 PRODUCT STORAGE AND HANDLING REQUIREMENTS 017000 MOBILIZATION AND REMOBILIZATION 017123 CONSTRUCTION STAKING AND SURVEY 017300 EXECUTION 017419 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 017423 CLEANING 017719 CLOSEOUT REQUIREMENTS 017823 OPERATION AND MAINTENANCE DATA 017839 PROJECT RECORD DOCUMENTS 017900 DEMONSTRATION AND TRAINING DIVISION 2-EXISTING CONDITIONS 024119 SELECTIVE DEMOLITION DIVISION 3—CONCRETE TABLE OF CONTENTS 000100- 1 2015.114.00—Eugene McCray Community Center Expansion GSBS ARCHITECTS 2015.115.00—Handley/Meadowbrook Community Center Expansion 033000 CAST-IN-PLACE CONCRETE �r DIVISION 4—MASONRY rr 042000 UNIT MASONRY 042113 BRICK MASONRY DIVISION 5—METALS 051200 STRUCTURAL STEEL 052100 STEEL JOISTS ' 053000 STEEL DECK 055000 METAL FABRICATIONS DIVISION 6-WOOD AND PLASTICS 061000 ROUGH CARPENTRY 061600 SHEATHING 064116 PLASTIC-LAMINATE-FACED ARCHITECTURAL CABINETS 066400 PLASTIC PANELING DIVISION 7-THERMAL AND MOISTURE PROTECTION 071326 SELF-ADHERING SHEET WATERPROOFING 072100 THERMAL INSULATION 072726 FLUID-APPLIED MEMBRANE AIR BARRIERS 075213 ATACTIC POLYPROPYLENE(APP)MODIFIED BITUMINOUS MEMBRANE ROOFING 076200 SHEET METAL FLASHING AND TRIM 077100 ROOF SPECIALTIES 077200 ROOF ACCESSORIES 078413 PENETRATION FIRESTOPPING 079200 JOINT SEALANTS 079219 ACOUSTICAL JOINT SEALANTS 079513.13 INTERIOR EXPANSION JOINT COVER ASSEMBLIES DIVISION 8 -DOORS AND WINDOWS 081113 HOLLOW METAL DOORS AND FRAMES 081416 FLUSH WOOD DOORS 083113 ACCESS DOORS AND FRAMES 083313 COILING COUNTER DOORS 084113 ALUMINUM-FRAMED ENTRANCES AND STOREFRONTS 084523 FIBERGLASS SANDWICH PANEL ASSEMBLIES 087100 DOOR HARDWARE 088000 GLAZING DIVISION 9—FINISHES 092216 NON-STRUCTURAL METAL FRAMING TABLE OF CONTENTS 000100-2 2015.114.00—Eugene McCray Community Center Expansion GSBS ARCHITECTS 2015.115.00—Handley/Meadowbrook Community Center Expansion 092900 GYPSUM BOARD 093000 TILING 095113 ACOUSTICAL PANEL CEILINGS 096513 RESILIENT BASE AND ACCESSORIES 096516 RESILIENT SHEET FLOORING 096519 RESILIENT TILE FLOORING 096813 TILE CARPETING 099113 EXTERIOR PAINTING 099123 INTERIOR PAINTING �- DMSION 10—SPECIALTIES 101416 PLAQUES 101423 PANEL SIGNAGE 102239 FOLDING PANEL PARTITIONS 102800 TOILET,BATH,AND LAUNDRY ACCESSORIES 104413 FIRE PROTECTION CABINETS 104416 FIRE EXTINGUISHERS 108213 ROOF SCREENS DIVISION 11 —EQUIPMENT 113100 RESIDENTIAL APPLIANCES ' 116653 GYMNASIUM DIVIDERS DIVISION 12—FURNISHINGS (NONE THIS SECTION) DMSION 13—SPECIAL CONSTRUCTION �. (NONE THIS SECTION) DIVISION 14 -CONVEYING EQUIPMENT (NONE THIS SECTION) TABLE OF CONTENTS 000100-3 2015.114.00—Eugene McCray Community Center Expansion GSBS ARCHITECTS 2015.115.00—Handley/Meadowbrook Community Center Expansion DIVISION 21 —FIRE SUPPRESSION 210500 COMMON WORK RESULTS FOR FIRE SUPPRESSION 211000 WATER-BASED AND DRY FIRE-SUPPRESSION SYSTEMS DIVISION 22—PLUMBING 220500 COMMON WORK RESULTS FOR PLUMBING 220519 METERS AND GAGES FOR PLUMBING PIPING 220523 GENERAL-DUTY VALVES FOR PLUMBING PIPING 220529 HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT 220553 IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT 220700 PLUMBING INSULATION 221116 DOMESTIC WATER PIPING 221119 DOMESTIC WATER PIPING SPECIALTIES 221123 DOMESTIC WATER PUMPS 221316 SANITARY WASTE AND VENT PIPING 221413 STORM DRAINAGE PIPING 221623 NATURAL GAS PIPING -- 224000 PLUMBING FIXTURES DIVISION 23—HEATING VENTILATING AND AIR CONDITIONING _ 230500 COMMON WORK RESULTS FOR HVAC 230513 COMMON MOTOR REQUIREMENTS FOR HVAC EQUIPMENT 230529 HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT .� 230548 VIBRATION CONTROLS FOR HVAC PIPING AND EQUIPMENT 230553 IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT 230593 TESTING,ADJUSTING,AND BALANCING FOR HVAC 230700 DUCT INSULATION 230720 HVAC PIPE INSULATION 230923 DIRECT DIGITAL CONTROL SYSTEM 233113 METAL DUCTS 233300 DUCT ACCESSORIES 233311 DIFFUSERS,REGISTERS,AND GRILLES 233723 HVAC GRAVITY VENTILATORS 237413 PACKAGED ROOFTOP UNITS 238239 UNIT HEATERS DIVISION 26 - ELECTRICAL 260110 GENERAL PROVISIONS 260519 LOW-VOLTAGE ELECTRICAL POWER AND CABLES 260523 CONTROL-VOLTAGE ELECTRICAL POWER CABLES 260526 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 260533 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 260553 IDENTIFICATION FOR ELECTRICAL SYSTEMS 260923 LIGHTING CONTROL SYSTEMS 262213 LOW-VOLTAGE,DRY-TYPE TRANSFORMERS TABLE OF CONTENTS 000100-4 2015.114.00—Eugene McCray Community Center Expansion GSB S ARCHITECTS 2015.115.00—Handley/Meadowbrook Community Center Expansion 262416 PANELBOARDS 262726 WIRING DEVICES 262813 FUSES 262816 ENCLOSED SWITCHES AND CIRCUIT BREAKERS 265113 LIGHTING FIXTURES DIVISION 27—COMMUNICATIONS 270528 CONDUITS AND BACK BOXES FOR COMMUNICATIONS SYSTEMS DIVISION 28-ELECTRONIC SAFETY AND SECURITY 283100 FIRE ALARM SYSTEM DIVISION 31 —EARTHWORK 312200 GRADING 312333 TRENCHING AND BACKFILLING 312500 EROSION AND SEDIMENTATION CONTROL 313116 TERMITE CONTROL 316329 DRILLED CONCRETE PIERS DIVISION 32—EXTERIOR IMPROVEMENTS 321216 ASPHALT PAVING 321313 CONCRETE PAVING 321723.13 PAINTED PAVEMENT MARKINGS 328400 PLANTING IRRIGATION 329113 SOIL PREPARATION 329200 TURF AND GRASSES 329300 PLANTS DIVISION 33 —UTILITIES 331000 WATER UTILITIES 333000 SANITARY SEWERAGE UTILITIES MM TABLE OF CONTENTS 000100-5 m PAGE LEFT BLANK INTENTIONALLY ow _ 2015.114.00—Eugene McCray Community Center Expansion GSBS ARCHITECTS 2015.115.00—Handley/Meadowbrook Community Center Expansion SECTION 012300-ALTERNATES PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for alternates. 1.3 DEFINITIONS A. Alternate: An amount proposed by bidders and stated on the Bid Form for certain work defined in the bidding requirements that may be added to or deducted from the base bid amount if Owner decides to accept a corresponding change either in the amount of construction to be completed or in the products, materials, equipment, systems, or installation methods described in the Contract Documents. 1. Alternates described in this Section are part of the Work only if enumerated in the Agreement. 2. The cost or credit for each alternate is the net addition to or deduction from the Contract Sum to incorporate alternate into the Work. No other adjustments are made to the Contract Sum. 1.4 PROCEDURES A. Ensure that the Bid Form clearly states that costs listed for each alternate include costs of related coordination, revision, or adjustment. If not clearly stated, revise "Coordination" Paragraph below by stating this requirement. _ B. Coordination:Revise or adjust affected adjacent work as necessary to completely integrate work of the alternate into Project. 1. Include as part of each alternate, miscellaneous devices, accessory objects, and similar items incidental to or required for a complete installation whether or not indicated as part of alternate. C. Notification: Immediately following award of the Contract, notify each party involved, in writing, of the status of each alternate. Indicate if alternates have been accepted, rejected, or deferred for later consideration. Include a complete description of negotiated revisions to alternates. D. Execute accepted alternates under the same conditions as other work of the Contract. ALTERNATES 012300- 1 2015.114.00—Eugene McCray Community Center Expansion GSBS ARCHITECTS 2015.115.00—Handley/Meadowbrook Community Center Expansion E. Schedule: A schedule of alternates is included at the end of this Section. Specification Sections and Drawings referenced in schedule contain requirements for materials necessary to achieve the work described under each alternate. PART 2 -PRODUCTS (Not Used) PART 3 -EXECUTION 3.1 SCHEDULE OF ALTERNATES FOR EUGENE McCRAY COMMUNITY CENTER EXPANSION A. Alternate No. 1—Wall Pack lighting upgrade (Additive): — 1. Description: Provide for the removal and replacement of the existing Wall Pack lighting fixtures,not a part of the new construction. a. This alternate includes the lighting,conduit runs and wiring to existing circuits and identified on detail l/E1.1 and notes by symbol"F"on sheet El.1. 2. Base bid Supporting Alternate No. 1 a. No change of the original wall pack lighting fixtures, beyond the new construction areas. B. Alternate No.2—Resilient Sheet Flooringin Weight Room 110: 1. Description: Provide for installation of(Specification Section 096516) Resilient Sheet Flooring. a. This installation includes aluminum transitions as required for adjacent flooring materials. 2. Base bid Supporting Alternate No.2 a. Existing installed VCT shall remain for the room in the event Alternate No. 2 is nottaken. b. New matching wall base shall be installed as scheduled for the revised portion of Weight Room 110. C. Alternate No.3—Millwork (Additive): 1. Description: Provide for addition of millwork as shown in Play Area 111,Multi-Purpose _ 3 Room 112(east wall only),Computer Study 118,and Storage 125. a. Millwork as indicated on details 4&6&14&15/A5.1,and 1&2&3/A5.2. 2.Base bid Supporting Alternate No.3: _ a. Scheduled wall base and wall finishes shall be installed in base bid without the millwork in place.(Base and wall finishing credited if millwork alternate is accepted.) b. Blocking for installation of proposed millwork shall be provided without the millwork in place in the event Alternate 3 is not taken. c.Multipurpose 1 Room 114 north wall and Kitchen 116 millwork are part of Base Bid. D. Alternate No.4—Folding Partition Doors 113C and 113D(Additive): 1. Description: Provide for installation of Folding Partition panels in Multi-Purpose 2 Room 113. ALTERNATES 012300-2 — 2015.114.00—Eugene McCray Community Center Expansion GSBS ARCHITECTS 2015.115.00—Handley/Meadowbrook Community Center Expansion a. Folding Partition as indicated on details A6.1 and 7/A6.2 and specification section "102239 Folding Panel Partitions". 2.Base bid Supporting Alternate No.4: a. Scheduled Sound wall and sliding track(detail 7/A6.2)shall be installed in base bid without the Folding Partition in place. b. Blocking for installation of proposed Folding Partition shall be provided without the Folding Partition in place. c. Storage pockets as shown on the plan are included in base bid.—Pocket storage doors are part of the additive alternate as described in 1. above. d. Structural requirements including structural members and hanger rods are part of the base bid and installed if this alternate is not accepted. E. Alternate No.5—Women Restroom 108 -West Wall (Additive): .. 1. Description: Provide for removal and rebuild of the west wall Women Restroom 108 and associated details as described on details 1/A2.1, 1/A2.3(Wall type D3C), l/A2.4 and 1/2.5. a. Wall finishes matching original surfaces shall be maintained for floors, walls and ceilings with new wall type D3 C. 2.Base bid Supporting Alternate No. 5: a. Sketches "SD 1"(Demolition Plan) and "SD2"(Floor Plan) at end of this section shall be base bid for west wall depicting small portion of CMU wall cut away for rebuild of metal studs and drywall for pocket to contain new installation of lavatories. Scheduled wall base, ceilings and wall finishes shall be installed in base bid matching original surfaces. 3.2 SCHEDULE OF ALTERNATES FOR HANDLEY/MEADOWBROOK COMMUNITY - CENTER EXPANSION A. Alternate No. 1—Alternate Accessible Route (Additive): _ 1. Description: Refer to sheet C2.00 for north side of Beaty Street between east corner of property to the first east approach. a. This alternate includes concrete curb and gutter along north side of Beaty Street (existing asphalt paved street). Also provide a 5' wide concrete walk as configured with TAS ramps(curb cuts)as detailed . b. Cut and patch of existing asphalt street paving is required to the extent of the placement of new concrete curb and walk. C. Comply with City of Fort Worth regulations for Traffic Control affecting street closure as required. 2. Comply with Landscape Sheet details 2/L1.0 and 2/L2.2 for this same area. 3. Base bid Supporting Alternate No. 1: a. Base bid per sheet C2.00 will be asphalt street(Beaty Street)remaining unchanged from corner to first east approach into the property. B. Alternate No.2—SITE PAVING (Additive or Deductive): 1. Description: Provide Asphalt Paving. a. This alternate provides for the substitution of asphaltic concrete paving in lieu of concrete as detailed on civil sheet C2.00 and subsequent details. b. Compliance with the Geotech Report paragraphs 7.6.1 and 7.6.2 Asphalt Pavement Option as referenced in Section"003132 Geotechnical Data"of this specification. 2. Base bid Supporting Alternate No.2: T ALTERNATES 012300-3 2015.114.00—Eugene McCray Community Center Expansion GSBS ARCHITECTS 2015.115.00—Handley/Meadowbrook Community Center Expansion a. Scheduled curbs and gutters shall be constructed as concrete on Paving Plan sheet C2.00. — b. Paving Base Bid shall concrete paving, curb and gutter as detailed on Paving Plan sheet C2.00. C. Alternate No..3—Gymnasium Divider (Additive): 1. Description: Provide for Gymnasium Divider and required mounting to the existing Gymnasium structural members. a. Gymnasium Divider Curtain shall be as indicated on details 1 and 2/A2.1 and Specification Section 116653 Gymnasium Dividers. 2.Base bid Supporting Alternate No.3: a. No Gymnasium Divider Curtain is to be installed in base bid. D. Alternate No.4—Millwork (Additive): 1. Description: Provide for addition of millwork as shown in Multi-Purpose Room 113, Multi-Purpose Room 115A,Multi-Purpose Room 115B,Weight Room 119. a. Millwork as indicated on details 1&4&12/A5.1, and 9&10&1l/A5.2. 2.Base bid Supporting Alternate No.4: �. a. Scheduled wall base and wall finishes shall be installed in base bid without the millwork in place.(Base and wall finishing credited if millwork alternate is accepted.) b. Blocking for installation of proposed millwork shall be provided without the millwork in place,in the event Alternate 4 is not taken. c.Kitchen 117 millwork is part of Base Bid. E. Alternate No.5—Folding Partition-Door 115E(Additive): 1. Description: Provide for installation of Folding Partition panels in Multi-Purpose Room 115B. a. Folding Partition as indicated on details 1/A6.1 and 3/A9.3 and specification section"102239 Folding Panel Partitions". 2.Base bid Supporting Alternate No. 5: a. Scheduled Sound wall and sliding track(detail 3/A9.3)shall be installed in base bid without the Folding Partition in place. b. Blocking for installation of proposed Folding Partition shall be provided without the Folding Partition in place. c. Storage pockets as shown on the plan are included in base bid.—Pocket storage doors are part of the additive alternate as described in 1. above. d. Structural requirements including structural members and hanger rods are part of the base bid and installed if this alternate is not accepted. END OF SECTION 012300 ALTERNATES 012300-4 JANITOR 109 7 8 12 F - rr WOMEN 108 (DID CY 71Q u rj--�DEMOLITION PLAN SDI 1 1/411 = 1 1-011 (BASE BID OF ALTERNATE NO.5) WRAP 7291 GLENVIEW DRIVE FORT WORTH,TX 76180 SDml P 817.589.1722 GSBS F 817.595.2916 GSBS PROJECT NO.: 2015-114-00— ARCHITECTS aw www.gsbsarchitects.com ISSUED DATE: 10/26/17 1p I rg IR 4 F M � PAGE LEFT BLANK INTENTIONALLY ' I G r k M JANITOR 109 00C3 d- m SD - 1 0 m � 2 M- - o SD SD rn - MR - 2 I N o I - 3 SD ALL TILE SURFACE(fYP.@ RECESS) MR J 8 3/8° M d- WOMEN 108 12 0 11 10 7711 it_ FLOOR PLAN A2.5 1/411 = 1 1-011 L (BASE BID OF ALTERNATE NO.5) ®� GLENVIEW DRIVE FO SDm2 FORT WORTH,TX 76180 P 817.589.1722 GSBS F 817.595.2916 GSBS PROJECT NO.: 2015-114-00— ARCHITECTS www.gsbsarchitects.com ISSUED DATE: 10/26/17 PAGE LEFT BLANK INTENTIONALLY i i i i 2015.114.00—Eugene McCray Community Center Expansion GSBS ARCHITECTS 2015.115.00—Handley/Meadowbrook Community Center Expansion SECTION 024119- SELECTIVE DEMOLITION PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections,apply to this Section. 1.2 SUMMARY A. Section Includes: �* 1. Demolition and removal of selected portions of building or structure. 2. Demolition and removal of selected site elements. 3. Salvage of existing items to be reused or recycled. B. Related Requirements: 1. Section 011000 "Summary" for restrictions on use of the premises, Owner-occupancy requirements, and phasing requirements. 1.3 DEFINITIONS A. Remove: Detach items from existing construction and dispose of them off-site unless indicated to be salvaged or reinstalled. B. Remove and Salvage: Detach items from existing construction, in a manner to prevent damage, and deliver to Owner ready for reuse. C. Remove and Reinstall: Detach items from existing construction, in a manner to prevent damage, prepare for reuse, and reinstall where indicated. D. Existing to Remain: Leave existing items that are not to be removed and that are not otherwise indicated to be salvaged or reinstalled. E. Dismantle: To remove by disassembling or detaching an item from a surface, using gentle methods and equipment to prevent damage to the item and surfaces; disposing of items unless indicated to be salvaged or reinstalled. 1.4 MATERIALS OWNERSHIP A. Unless otherwise indicated, demolition waste becomes property of Contractor. SELECTIVE DEMOLITION 024119- 1 2015.114.00—Eugene McCray Community Center Expansion GSBS ARCHITECTS 2015.115.00—Handley/Meadowbrook Community Center Expansion — B. Historic items, relics, antiques, and similar objects including, but not limited to, cornerstones and their contents, commemorative plaques and tablets, and other items of interest or value to _ Owner that may be uncovered during demolition remain the property of Owner. 1. Carefully salvage in a manner to prevent damage and promptly return to Owner. 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data:For refrigerant recovery technician. B. Engineering Survey: Submit engineering survey of condition of building. — C. Proposed Protection Measures: Submit report, including Drawings, that indicates the measures proposed for protecting individuals and property for dust control. Indicate proposed locations and construction of barriers. D. Schedule of Selective Demolition Activities:Indicate the following: .w 1. Detailed sequence of selective demolition and removal work, with starting and ending dates for each activity.Ensure Owner's on-site operations are uninterrupted. 2. Interruption of utility services.Indicate how long utility services will be interrupted. 3. Coordination for shutoff, capping, and continuation of utility services. 4. Use of elevator and stairs. 5. Coordination of Owner's continuing occupancy of portions of existing building and of -� Owner's partial occupancy of completed Work. E. Pre-demolition Photographs or Video: Show existing conditions of adjoining construction, including finish surfaces, that might be misconstrued' as damage caused by demolition operations. Comply with Section 013233 "Preconstruction Video." Submit before Work begins. F. Statement of Refrigerant Recovery: Signed by refrigerant recovery technician responsible for recovering refrigerant, stating that all refrigerant that was present was recovered and that recovery was performed according to EPA regulations. Include name and address of technician and date refrigerant was recovered. G. Warranties: Documentation indicating that existing warranties are still in effect after completion of selective demolition. 1.6 CLOSEOUT SUBMITTALS A. Inventory: Submit a list of items that have been removed and salvaged. 1.7 QUALITY ASSURANCE A. Refrigerant Recovery Technician Qualifications: Certified by an EPA-approved certification program. w SELECTIVE DEMOLITION 024119 -2 2015.114.00—Eugene McCray Community Center Expansion GSBS ARCHITECTS 2015.115.00—Handley/Meadowbrook Community Center Expansion 1.8 FIELD CONDITIONS A. Owner will occupy portions of building immediately adjacent to selective demolition area. Conduct selective demolition so Owner's operations will not be disrupted. B. Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical. I. Before selective demolition, Owner will remove the following items: .� a. No items are scheduled for Owner removal. C. Notify Architect of discrepancies between existing conditions and Drawings before proceeding with selective demolition. D. Hazardous Materials: It is not expected that hazardous materials will be encountered in the Work. i 1. Hazardous materials will be removed by Owner before start of the Work. 2. If suspected hazardous materials are encountered, do not disturb; immediately notify Architect and Owner. Hazardous materials will be removed by Owner under a separate contract. A E. Utility Service: Maintain existing utilities indicated to remain in service and protect them against damage during selective demolition operations. 1. Maintain fire-protection facilities in service during selective demolition operations. 1.9 WARRANTY A. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during selective demolition, by methods and with materials and using approved contractors so +'* as not to void existing warranties. Notify warrantor before proceeding. Existing warranties include the following: 1. Existing roof warranty shall remain in place. 2. Existing mechanical systems warranties shall remain in place. w B. Notify warrantor on completion of selective demolition, and obtain documentation verifying that existing system has been inspected and warranty remains in effect. Submit documentation at Project closeout. 1.10 COORDINATION A. Arrange selective demolition schedule so as not to interfere with Owner's operations. SELECTIVE DEMOLITION 024119-3 P0 2015.114.00—Eugene McCray Community Center Expansion GSBS ARCHITECTS 2015.115.00—Handley/Meadowbrook Community Center Expansion �* PART 2-PRODUCTS 2.1 Not used PART 3 -EXECUTION 3.1 EXAMINATION A. Verify that affected utilities have been disconnected and capped before starting selective demolition operations. B. Review Project Record Documents of existing construction or other existing condition and hazardous material information provided by Owner. Owner does not guarantee that existing conditions are same as those indicated in Project Record Documents. C. Perform an engineering survey of condition of building to determine whether removing any element might result in structural deficiency or unplanned collapse of any portion of structure or adjacent structures during selective building demolition operations. 1. Perform surveys as the Work progresses to detect hazards resulting from selective demolition activities. D. Verify that hazardous materials have been remediated before proceeding with building demolition operations. E. Survey of Existing Conditions: Record existing conditions by use of preconstruction photographs or video and other means necessary for proper documentsion. 1. Comply with requirements specified in Section 013233 "Preconstruction Video." .� 2. Inventory and record the condition of items to be removed and salvaged. Provide photographs or video of conditions that might be misconstrued as damage caused by salvage operations. 3. Before selective demolition or removal of existing building elements that will be reproduced or duplicated in final Work, make permanent record of measurements, materials, and construction details required to make exact reproduction. 3.2 PREPARATION A. Refrigerant: Before starting demolition, remove refrigerant from mechanical equipment according to 40 CFR 82 and regulations of authorities having jurisdiction. 3.3 UTILITY SERVICES AND MECHANICAL/ELECTRICAL SYSTEMS i A. Existing Services/Systems to Remain: Maintain services/systems indicated to remain and protect them against damage. SELECTIVE DEMOLITION 024119-4 2015.114.00—Eugene McCray Community Center Expansion GSBS ARCHITECTS 2015.115.00—Handley/Meadowbrook Community Center Expansion B. Existing Services/Systems to Be Removed, Relocated, or Abandoned: Locate, identify, disconnect, and seal or cap off utility services and mechanical/electrical systems serving areas to be selectively demolished. 1. Arrange to shut off utilities with utility companies. 2. If services/systems are required to be removed, relocated, or abandoned, provide temporary services/systems that bypass area of selective demolition and that maintain continuity of services/systems to other parts of building when building is to remain operational. 3. Disconnect, demolish, and remove fire-suppression systems, plumbing, and HVAC systems, equipment, and components indicated on Drawings to be removed. 3.4 PROTECTION A. Temporary Protection: Provide temporary barricades and other protection required to prevent injury to people and damage to adjacent buildings and facilities to remain. 1. Provide protection to ensure safe passage of people around selective demolition area and to and from occupied portions of building. 2. Provide temporary weather protection, during interval between selective demolition of ' existing construction on exterior surfaces and new construction, to prevent water leakage and damage to structure and interior areas. 3. Protect walls, ceilings,floors, and other existing finish work that are to remain or that are exposed during selective demolition operations. 4. Cover and protect furniture,furnishings, and equipment that have not been removed. 5. Comply with requirements for temporary enclosures, dust control, heating, and cooling �- specified in Section 015000 "Temporary Facilities and Controls." B. Temporary Shoring: Design, provide, and maintain shoring, bracing, and structural supports as required to preserve stability and prevent movement, settlement, or collapse of construction and finishes to remain, and to prevent unexpected or uncontrolled movement or collapse of construction being demolished. 1. Strengthen or add new supports when required during progress of selective demolition. C. Remove temporary barricades and protections where hazards no longer exist. 3.5 SELECTIVE DEMOLITION, GENERAL A. General: Demolish and remove existing construction only to the extent required by new construction and as indicated.Use methods required to complete the Work within limitations of governing regulations and as follows: 1. Proceed with selective demolition systematically, from higher to lower level. Complete _ selective demolition operations above each floor or tier before disturbing supporting members on the next lower level. 2. Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction. Use hand tools or small power tools designed for sawing or grinding, not hammering and chopping. Temporarily cover openings to remain. SELECTIVE DEMOLITION 024119-5 2015.114.00—Eugene McCray Community Center Expansion GSBS ARCHITECTS 2015.115.00—Handley/Meadowbrook Community Center Expansion 3. Cut or drill from the exposed or fmished side into concealed surfaces to avoid marring existing finished surfaces. 4. Do not use cutting torches until work area is cleared of flammable materials. At concealed spaces, such as duct and pipe interiors, verify condition and contents of hidden space before starting flame-cutting operations.Maintain portable fire-suppression devices _ during flame-cutting operations. 5. Maintain fire watch during and after flame-cutting operations. 6. Maintain adequate ventilation when using cutting torches. 7. Remove decayed, vermin-infested, or otherwise dangerous or unsuitable materials and promptly dispose of off-site. 8. Remove structural framing members and lower to ground by method suitable to avoid _ free fall and to prevent ground impact or dust generation. 9. Locate selective demolition equipment and remove debris and materials so as not to impose excessive Ioads on supporting walls, floors, or framing. 10. Dispose of demolished items and materials promptly. _ B. Site Access and Temporary Controls: Conduct selective demolition and debris-removal operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. C. Removed and Salvaged Items: 1. Store items in a secure area until delivery to Owner. 2. Transport items to Owner's storage area designated by Owner. 3. Protect items from damage during transport and storage. D. Removed and Reinstalled Items: 1. Clean and repair items to functional condition adequate for intended reuse. 2. Pack or crate items after cleaning and repairing.Identify contents of containers. 3. Protect items from damage during transport and storage. 4. Reinstall items in locations indicated. Comply with installation requirements for new materials and equipment. Provide connections, supports, and miscellaneous materials necessary to make item functional for use indicated. E. Existing Items to Remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by Architect, items may be removed to a suitable, protected storage location during selective demolition[and cleaned] and reinstalled in their original locations after selective demolition operations are complete. 3.6 SELECTIVE DEMOLITION PROCEDURES FOR SPECIFIC MATERIALS A. Roofing:Remove no more existing roofing than what can be covered in one day by new roofing and so that building interior remains watertight and weathertight. See Section Division 7 for new roofing requirements. 3.7 DISPOSAL OF DEMOLISHED MATERIALS A. Remove demolition waste materials from Project site and dispose of them according to Section 017419 "Construction Waste Management and Disposal." SELECTIVE DEMOLITION 024119-6 2015.114.00—Eugene McCray Community Center Expansion GSBS ARCHITECTS 2015.115.00—Handley/Meadowbrook Community Center Expansion 1. Do not allow demolished materials to accumulate on-site. 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. B. Burning:Do not burn demolished materials. 3.8 CLEANING A. Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations. Return adjacent areas to condition existing before selective demolition operations began. 3.9 SELECTIVE DEMOLITION SCHEDULE A. Remove and Reinstall: Existing ceiling tiles shall be carefully removed and installed after installations above ceiling. Reinstallations shall be either fully salvaged tiles or fully new tiles when reinstalled in a room/space. END OF SECTION 024119 i MW Me MR SELECTIVE DEMOLITION 024119-7 f w .m im PW f PAGE LEFT BLANK INTENTIONALLY Im on OR an PR m 2015.114.00—Eugene McCray Community Center Expansion GSBS ARCHITECTS 2015.115.00—Handley/Meadowbrook Community Center Expansion SECTION 087100-DOOR HARDWARE PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary �. Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Commercial door hardware for the following: a. Swinging doors. b. Other doors to the extent indicated. 2. Cylinders for doors specified in other Sections. B. Related Sections include the following: 1. Division 08 Section "Hollow Metal Doors and Frames" 2. Division 08 Section "Aluminum Frames" 3. Division 08 Section "Flush Wood Doors" 1.3 SUBMITTALS .. A. Product Data: Include construction and installation details,material descriptions, dimensions of individual components and profiles,and finishes. a-. System . . s . d- E 2_ 'ypvrair6$ YYiai&t��: �i(iiviiv8- e-6p orircioir auu�oiioo vx C. Product Certificates: For electrified door hardware, signed by product manufacturer. DOOR HARDWARE 087100- 1 2015.114.00—Eugene McCray Community Center Expansion GSBS ARCHITECTS 2015.115.00—Handley/Meadowbrook Community Center Expansion — 1. Certify that door hardware approved for use on types and sizes of labeled fire doors complies with listed fire door assemblies. D. Maintenance Data: For each type of door hardware to include in maintenance manuals. Include final hardware and final keying schedule. _ E. Warranty: Special warranty specified in this Section. F. Other Action Submittals: I. Door Hardware Sets: Prepared by or under the supervision of Installer / Supplier, detailing fabrication and assembly of door hardware,as well as procedures and diagrams. Coordinate the final door hardware sets with doors, frames, and related work to ensure proper size, thickness,hand, function,and finish of door hardware. a. Format: Comply with scheduling sequence and vertical format in DHI's "Sequence and Format for the Hardware Schedule." Double space entries, and number and date each page.Use same door numbers as in the Contract Documents. b. Content: Include the following information: 1) Identification number, location, hand, fire rating, and material of each door and frame. 2) Type,style,function, size, quantity, and finish of each door hardware item. 3) Complete designations of every item required for each door or opening including name and manufacturer. 4) Fastenings and other pertinent information. 5) Location of each door hardware set, cross-referenced to Drawings, both on floor plans and in door and frame schedule. — 6) Explanation of abbreviations,symbols, and codes contained in schedule. 7) Mounting locations for door hardware. 8) Door and frame sizes and materials. �- 9) Description of each electrified door hardware function, including location, sequence of operation,and interface with other building control systems. a) Sequence of Operation: Include description of component functions that occur in the following situations: authorized person wants to enter; authorized person wants to exit; unauthorized person wants to enter;unauthorized person wants to exit. 10) List of related door devices specified in other Sections for each door and frame. — C. Submittal Sequence: Submit the final door hardware sets at earliest possible date, particularly where approval of the door hardware sets must precede fabrication of other work that is critical in Project construction schedule. Include Product Data, Samples, Shop Drawings of other work affected by door hardware, and other information essential to the coordinated review of the door hardware sets. — 2. Proposed Keying Schedule: Prepared by or under the supervision of Installer detailing Owner's final keying instructions for locks. Include schematic keying diagram and index each key set to unique door designations. DOOR HARDWARE 087100-2 2015.114.00—Eugene McCray Community Center Expansion GSBS ARCHITECTS 2015.115.00—Handley/Meadowbrook Community Center Expansion 1.4 QUALITY ASSURANCE A. Installer Qualifications: An employer of workers trained and approved by lock manufacturer. 1. Installer's responsibilities include supplying and installing door hardware and providing a qualified Architectural Hardware Consultant available during the course of the Work to consult with Contractor,Architect, and Owner about door hardware and keying. 2. Installer shall have warehousing facilities in Project's vicinity. 3. Scheduling Responsibility: Preparation of door hardware and keying schedules. B. Architectural Hardware Consultant Qualifications: A person who is currently certified by DHI as an Architectural Hardware Consultant and who is experienced in providing consulting services for door hardware installations that are comparable in material, design, and extent to that indicated for this Project. C. Source Limitations: Obtain each type and variety of door hardware from a single manufacturer, unless otherwise indicated. D. Fire-Rated Door Assemblies: Assemblies complying with NFPA 80 that are listed and labeled by a testing and inspecting agency acceptable to authorities having jurisdiction, for fire ratings " indicated,based on testing according to NFPA 252. £- Elee ed D of Hafd Awe; Listed and labeled as defidr;rz n n�sfie,o ,n���;+ Division 01 Seetien 'Tt-ejeet Managementand Ceei.`ation."- In addition--te alse inelude installerls Afehiteebff-al Mar-dwafe. Ineer-perige keying eenfer-e=- 1.5 DELIVERY, STORAGE,AND HANDLING A. Inventory door hardware on receipt and provide secure lock-up for door hardware delivered to Project site. B. Tag each item or package separately with identification related to the final door hardware sets, and include basic installation instructions, templates, and necessary fasteners with each item or package. C. Deliver keys to manufacturer of key control system for subsequent delivery to Owner. D. Deliver keys and permanent cores of high-security locks to Owner by registered mail or overnight package service. 1.6 COORDINATION A. Templates: Distribute door hardware templates for doors, frames, and other work specified to be factory prepared for installing door hardware. Check Shop Drawings of other work to DOOR HARDWARE 087100-3 2015.114.00—Eugene McCray Community Center Expansion GSBS ARCHITECTS 2015.115.00—Handley/Meadowbrook Community Center Expansion confum that adequate provisions are made for locating and installing door hardware to comply with indicated requirements. B. Electrical System Roughing-in: Coordinate layout and installation of electrified door hardware with connections to power supplies,fire alarm system and detection devices. C. Existing Openings: Where new hardware components are scheduled for application to existing construction or where modifications to existing door hardware are required, field verify existing conditions and coordinate installation of door hardware to suit opening conditions and to provide for proper operation. 1.7 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of door hardware that fail in materials or workmanship within specified warranty period. 1. Failures include,but are not limited to,the following: a. Structural failures including excessive deflection,cracking,or breakage. b. Faulty operation of operators and door hardware. C. Deterioration of metals, metal finishes, and other materials beyond normal weathering and use. 2. Warranty Period: One year from date of Substantial Completion,except as follows: a. Exit Devices: Two years from date of Substantial Completion. b. Closers: Five years from date of Substantial Completion. 1.8 MAINTENANCE SERVICE A. Maintenance Tools and Instructions: Furnish a complete set of specialized tools and maintenance instructions as needed for Owner's continued adjustment, maintenance, and removal and replacement of door hardware. PART 2-PRODUCTS �- 2.1 SCHEDULED DOOR HARDWARE A. General: Provide door hardware for each door to comply with requirements in this Section and door hardware sets indicated in Part 3 "Door Hardware Sets"Article. 1. Door Hardware Sets: Provide quantity, item, size, finish or color indicated, and named manufacturers'products. 2. Sequence of Operation: Provide electrified door hardware function, sequence of operation,and interface with other building control systems indicated. DOOR HARDWARE 087100-4 2015.114.00—Eugene McCray Community Center Expansion GSBS ARCHITECTS 2015.115.00—Handley/Meadowbrook Community Center Expansion B. Designations: Requirements for design, grade, function, finish, size, and other distinctive qualities of each type of door hardware are indicated in Part 3 "Door Hardware Sets" Article. Products are identified by using door hardware designations,as follows: 1. Named Manufacturers' Products: Manufacturer and product designation are listed for each door hardware type required for the purpose of establishing minimum requirements. Manufacturers'names are abbreviated in Part 3 "Door Hardware Sets"Article. 2.2 FINISH OF HARDWARE A. Finish of items shall be as specified under the finish hardware sets of this section. B. The finish of items not specially mentioned above nor set forth in the schedule shall be US 15D,unless shown otherwise. 2.3 HINGES AND PIVOTS A. TemplateHinges: Provide only template hinges which conform to ANSI A156.7. B. Use concealed bearing or five-knuckle ball bearing hinges, as indicated in the hardware sets, on heavy doors, doors where high frequency service is expected, doors equipped with door closers, and all labeled doors. (Oil impregnated bearing hinges are not acceptable.) Y C. All hinges to be used on exterior doors or doors subject to special atmospheric conditions, (pool areas, chemical laboratories, sewage disposal plants, etc.) shall be of — non-ferrous material,brass,bronze or stainless steel. D. Hinge pins,except as otherwise indicated,shall be as follows: 1. Steel hinges: Steel pins 2. Non-ferrous hinges: Stainless steel pins 3. Exterior doors:Non-removable pins(NRP) 4. Out-swing corridor doors:Non-removable pins(NRP) 5. Interior doors:Non-rising pins E. Sizes of hinges shall be as follows: Door Thickness Hinge Hinge and Width Height Width 13/4"to 36" 4%2 4 or 4%2 13/4"over 36" 5 4%2 Extra Heavy Ball Bearings 13/4"over 48" 6 4%2 Extra Heavy Ball Bearings 2 1/4"to 42" 5 41/2 Extra Heavy Ball Bearings 2 1/4"over 42" 6 41/2 Extra Heavy Ball Bearings F. Number of hinges per door,provided quantities as follows: DOOR HARDWARE 087100-5 2015.114.00—Eugene McCray Community Center Expansion GSBS ARCHITECTS 2015.115.00—Handley/Meadowbrook Community Center Expansion For doors less than 5 feet high: 1 pair For doors 5 feet to 7 feet 6 inches high: 1 1/2 pair and additional hinge for each — additional 2 1/2 feet or fraction thereof. G. Where projection of door trim is such as to prevent degree of opening,the proper hinge width shall be provided to allow the door to clear the trim. H. Provided above criteria are met,Acceptable and Approved as follows: Bommer Ives I. Continuous Hinges shall be type scheduled and as manufactured by one of the following. Coordinate hinge type with Aluminum door supplier. ABH Manufacturing Ives 2.4 KEYING A. All locks and cylinders shall be factory keyed at the Lock Manufacturer's factory where records are established and maintained. All temp cores shall be construction Master Keyed. All Cylinders shall be removable core type furnished with keyed construction cores. A keying meeting shall be held with owner/architect prior to ordering any locks or cylinders. Locks and cylinders shall be keyed and/or master-keyed to the Owner's requirements for the existing system. Contractor to verify existing cores and keyways for keying requirements. Furnish"10"Construction Master Keys Furnish"2"Construction cancellation Keys Furnish'T'Change Keys per lock or cylinder — Furnish"6"of each new Master-,Grand Master-,or Great Grand Master-Key 2.5 CYLINDRICAL LEVER LOCKS A. A single lock chassis shall accommodate 1 %"to 21/4"door thickness. Locksets shall be — easily reversed in the field. Locksets shall have separate anti-rotation throughbolts, and shall have no exposed screws. Chassis mounting screws are to be accessible only when both the lever and rose are removed. — B. Locksets shall have solid cast levers without plastic inserts,and shall have wrought roses on both sides. Levers shall operate independently, and shall have return spring cassettes to prevent lever sag. Lever handles shall be a minimum of 4 5/8" in length and shall provide a minimum of 2"clearance from the surface of the door to the inside of the lever at midpoint. Lever handles may return within 1/s"of the door surface. C. A single lockset shall accommodate 6 to 7-pin conventional or interchangeable core cylinders(as indicated in the hardware sets)and all levels of master keying,construction master keying, visual key control, high security and interchangeable core. Cylinders may be easily changed by removing the lever without disassembling the lockset. DOOR HARDWARE 087100- 6 2015.114.00—Eugene McCray Community Center Expansion GSBS ARCHITECTS 2015.115.00—Handley/Meadowbrook Community Center Expansion D. All locks shall carry a five-year limited warranty. E. A %"throw latchbolt for pairs of Fire Doors shall be available. All locksets with a%2" throw latchbolt shall be listed by Underwriters Laboratories for a label and lesser class single doors,4'x 10'. All locksets with%"throw latchbolt shall be listed for a label and lesser class pairs of doors,8'x 10'. F. Acceptable and Approved as Follows: Schlage Falcon 2.6 EXIT DEVICES LOW PROFILE PUSH BAR EXIT DEVICES A. The maximum exit device projection shall be a maximum of 3-1/16" when activated. The exit device bar shall have an average minimum thickness of.201". The pushpad surface shall be constructed of stainless steel; pushpads with plastic or Lexan coatings shall not be acceptable. Nylon bearings and stainless steel springs shall be used for long life and durability.Only torsion or compression springs are acceptable. Extension type springs are not acceptable. All device covers shall be of cast brass,deep drawn steel or stainless steel. Latchbolts shall be of stainless steel and shall have a deadlocking latch for extra security, except at full-glass or two-light glass doors -• requiring narrow stile device. Mounting screws shall be concealed to deter tampering. All ferrous parts shall be zinc coated to prevent rusting. B. Single point, one quarter turn hex dogging shall be standard on panic listed devices. Optional key cylinder dogging shall be available, and famished if so indicated in the hardware sets, on panic listed devices. Devices with hex key dogging shall be easily field converted to cylinder dogging. C. All devices shall be listed by Underwriters Laboratories for safety as panic hardware. Fire rated devices shall be UL listed for A label and lesser class doors, 4'x 8'single and 8' x 8' pair. The model number shall be located on the end cap; devices having the model number located other than on the end cap shall not be acceptable. D. All exit devices shall have a unitized installation feature and may be cut in the field to size. Devices shall be closed on all sides with no pinch points. The push-pad shall be designed to prevent pinching of the fingers when depressed. E. Exit Device trim to be through-bolted. Lever trim to be heavy duty forged escutcheon with free wheeling levers. DOOR HARDWARE 087100-7 2015.114.00—Eugene McCray Community Center Expansion GSBS ARCHITECTS mip 2015.115.00—Handley/Meadowbrook Community Center Expansion F. All exit devices shall conform to Federal Specification FF-H-1820, and be certified as meeting ANSI A156.3,Grade 1 requirements. 1. Acceptable and Approved: �- Von Duprin Falcon 2.7 DOOR CLOSERS A. Closers shall be rack and pinion construction. They shall be non-sized with adjustable i spring power. Closing the door shall be controlled by two valves,one to control closing and one to control latching speed. Pressure relief valves not allowed. Closers shall be regularly furnished with fully adjustable backcheck and a backcheck selector valve — allowing approximate 70 degree backcheck on both regular and parallel arm closers. Closers shall be provided with and install using through-bolts or SNB. Closers shall be provided with all necessary Brackets, Plates, Spacers and Special Templates. Delayed action shall be available. Valves shall be concealed against unauthorized adjustment and be non-critical needle valve type. B. Closers shall be certified as meeting the ANSI A156.4, Grade 1 requirements and be listed by Underwriters Laboratories for all classes of labeled doors. C. Door closers shall be provided with limit swings where floor or wall stops are not feasible. D. Door Closers shall be furnished on all labeled doors and exterior doors. E. Door closers shall have a painted finish. F. Acceptable and Approved: LCN Falcon 2.8 OVERHEAD STOPS AND HOLDERS A. Furnish overhead stops or holders of the weight, functions and materials indicated in the — hardware sets. B. Overhead stops or holders shall be manufactured entirely of metallic components. Units containing plastic,nylon,or similar materials are not acceptable. C. Acceptable and Approved as follows: ABH Manufacturing Glynn Johnson DOOR HARDWARE 087100- 8 2015.114.00—Eugene McCray Community Center Expansion GSBS ARCHITECTS 2015.115.00—Handley/Meadowbrook Community Center Expansion 2.9 TRIM/KICK PLATES/DOOR STOPS A. All door protection plates to be manufactured of.050" stainless steel. Protection plates to be furnished 2" less than door width on single doors and 1" less than door width on pairs of doors. B. Wall mounted door stops shall be provided where door leaves will strike a wall at the end of their opening cycle. If other conditions exist, famish floor stops, or, if indicated in the hardware sets,overhead stops. t C. Acceptable and Approved as follows: Ives Trimco 2.10 WEATHERSTRIP/THRESHOLDS/SMOKE SEALS A. Provide header drip(Pemco 346C), weatherstrip, bottom door sweep(Pemco 345AV) and thresholds(National Guard Products, Inc. 896) for each exterior opening, door .. leading from conditioned space to unconditioned space and/or as scheduled. Review Sill detail on Architectural drawings and furnish threshold type required. Provide sound seals as scheduled. B. Provide smoke seal (including meeting stile seal for door pairs) for all fire rated doors. All smoke seal and astragals shall be listed by either Underwriters Laboratory or Warnock-Hersey as Category"H"—Smoke and Draft Control Gasket under the testing protocols of UBC Standard 7-2 — 1997, Part 2 and/or UL1784. All smoke seal and astragals shall,additionally,comply with the door manufacturer's listing under the same protocols. C. Acceptable and Approved as follows: National Guard Reese .t Zero 2.11 FABRICATION A. Manufacturer's Nameplate: Do not provide products that have manufacturer's name or trade name displayed in a visible location except in conjunction with required fire-rated labels and as otherwise approved by Architect. 1. Manufacturer's identification is permitted on rim of lock cylinders only. B. Base Metals: Produce door hardware units of base metal, fabricated by forming method indicated, using manufacturer's standard metal alloy, composition, temper, and hardness. Famish metals of a quality equal to or greater than that of specified door hardware units and BHMA A156.18. Do not furnish manufacturer's standard materials or forming methods if different from specified standard. DOOR HARDWARE 087100- 9 2015.114.00—Eugene McCray Community Center Expansion GSBS ARCHITECTS 2015.115.00—Handley/Meadowbrook Community Center Expansion C. Fasteners: Provide door hardware manufactured to comply with published templates generally prepared for machine, wood, and sheet metal screws. Provide screws according to commercially recognized industry standards for application intended, except aluminum fasteners are not permitted. Provide Phillips flat-head screws with finished heads to match surface of door hardware,unless otherwise indicated. 1. Steel Machine or Wood Screws: For the following fire-rated applications: a. Mortise hinges to doors. b. Strike plates to frames. C. Closers to doors and frames. 2. Steel Through Bolts: For the following fire-rated applications unless door blocking is provided: a. Surface hinges to doors. b. Closers to doors and frames. C. Surface-mounted exit devices. 3. Spacers or Sex Bolts: For through bolting of hollow-metal doors. 4. Fasteners for Wood Doors: Comply with requirements in DHI WDHS.2, 'Recommended Fasteners for Wood Doors." 2.12 FINISHES A. Standard: BHMA A156.18, as indicated in door hardware sets. B. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. C. Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces are acceptable if they are within one-half of the range of approved Samples. Noticeable variations in the same piece are not acceptable. Variations in appearance of other components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. Eat�ear�er� PART 3 -EXECUTION 3.1 EXAMINATION A. Examine doors and frames, with Installer present, for compliance with requirements for installation tolerances, labeled fire door assembly construction, wall and floor construction, and other conditions affecting performance. " DOOR HARDWARE 087100- 10 ' 2015.114.00—Eugene McCray Community Center Expansion GSBS ARCHITECTS 2015.115.00—Handley/Meadowbrook Community Center Expansion B. Examine roughing-in for electrical power systems to verify actual locations of wiring connections before electrified door hardware installation. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Steel Doors and Frames: Comply with DHI Al 15 Series. 1. Surface-Applied Door Hardware: Drill and tap doors and frames according to ANSI A250.6. B. Wood Doors: Comply with DHI Al 15-W Series. 3.3 INSTALLATION A. Mounting Heights: Mount door hardware units at heights indicated as follows unless otherwise indicated or required to comply with governing regulations. 1. Standard Steel Doors and Frames: DHI's "Recommended Locations for Architectural Hardware for Standard Steel Doors and Frames." i 2. Custom Steel Doors and Frames: DHI's "Recommended Locations for Builders' Hardware for Custom Steel Doors and Frames." 3. Wood Doors: DHI WDHS.3, "Recommended Locations for Architectural Hardware for Wood Flush Doors." B. Install each door hardware item to comply with manufacturer's written instructions. Where cutting and fitting are required to install door hardware onto or into surfaces that are later to be painted or finished in another way, coordinate removal, storage, and reinstallation of surface protective trim units with finishing work specified in Division 09 Sections. Do not install surface-mounted items until finishes have been completed on substrates involved. 1. Set units level, plumb, and true to line and location. Adjust and reinforce attachment substrates as necessary for proper installation and operation. 2. Drill and countersink units that are not factory prepared for anchorage fasteners. Space fasteners and anchors according to industry standards. C. Thresholds: Set thresholds for exterior and acoustical doors in full bed of sealant complying with requirements specified in Division 07 Section "Joint Sealants." 3.4 FIELD QUALITY CONTROL A. Independent Architectural Hardware Consultant: Owner will engage a qualified independent Architectural Hardware Consultant to perform inspections and to prepare inspection reports. 1. Independent Architectural Hardware Consultant will inspect door hardware and state in each report whether installed work complies with or deviates from requirements, including whether door hardware is properly installed and adjusted. DOOR HARDWARE 087100 - 11 2015.114.00—Eugene McCray Community Center Expansion GSBS ARCHITECTS 2015.115.00—Handley/Meadowbrook Community Center Expansion 3.5 ADJUSTING A. Initial Adjustment: Adjust and check each operating item of door hardware and each door to ensure proper operation or function of every unit. Replace units that cannot be adjusted to operate as intended. Adjust door control devices to compensate for final operation of heating and ventilating equipment and to comply with referenced accessibility requirements. 1. Spring Hinges: Adjust to achieve positive latching when door is allowed to close freely from an open position of 30 degrees. 2. Electric Strikes: Adjust horizontal and vertical alignment of keeper to properly engage lock bolt. 3. Door Closers: Unless otherwise required by authorities having jurisdiction, adjust sweep period so that, from an open position of 70 degrees, the door will take at least 3 seconds to move to a point 3 inches from the latch,measured to the leading edge of the door. B. Occupancy Adjustment: Approximately three months after date of Substantial Completion, Installer's Architectural Hardware Consultant shall examine and readjust, including adjusting operating forces, each item of door hardware as necessary to ensure function of doors, door hardware, and electrified door hardware. 3.6 CLEANING AND PROTECTION A. Clean adjacent surfaces soiled by door hardware installation. B. Clean operating items as necessary to restore proper function and finish. C. Provide final protection and maintain conditions that ensure that door hardware is without damage or deterioration at time of Substantial Completion. 3.7 DEMONSTRATION A. Engage a factory-authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain door hardware and door hardware finishes. Refer to Division 01 Section "Demonstration and Training." 3.8 DOOR HARDWARE SETS A. Hardware sets contained herein are intended to be complete and operating systems. Contractor T shall review hardware sets and provide a complete and operating system for each door leaf (whether listed or not), based on the intent of each hardware set as described, and the specification requirements herein. B. Hardware Groups: HARDWARE GROUP NO. 101 DOOR HARDWARE 087100- 12 2015.114.00—Eugene McCray Community Center Expansion GSBS ARCHITECTS 2015.115.00—Handley/Meadowbrook Community Center Expansion — QTY DESCRIPTION CATALOG NUMBER FINISH MFR 3 EA HINGE 56131 4.5 X 4.5 619 IVE 1 EA ENTRANCE LOCK AL53HD NEP 619 SCH 1 EA SFIC EVEREST CORE 80-037 626 SCH 1 EA SURFACE CLOSER 4050 REG OR PA X MTG BRKT, SPCR & 689 LCN PLATE AS REQ 9 EA KICK PLATE 8400 10"X 2" LDW B-CS 699 IVE 1 EA WALL STOP WS406/407CCV US15 IVE 1 SET SEALS 188S H & J (USE SILENCERS @ NOW BLK ZER RATED DOORS) HARDWARE GROUP NO. 201CH QTY DESCRIPTION CATALOG NUMBER FINISH MFR 3 EA HINGE 51361 4.5 X 4.5 619 IVE 1 EA STOREROOM LOCK AL80HD NEP 619 SCH 1 EA SFIC EVEREST CORE 80-037 626 SCH 1 EA SURFACE CLOSER 4050 SHCUSH X MTG BRKT, SPCR & 689 LCN PLATE AS REQ 1 EA KICK PLATE 8400 10"X 2" LDW B-CS 619 IVE 1 EA WALL STOP WS406/407CCV US15 IVE 1 SET SEALS 188S H & J (USE SILENCERS @ NOW BLK ZER RATED DOORS) HARDWARE GROUP NO. 205CH QTY DESCRIPTION CATALOG NUMBER FINISH MFR 1 EA CONT. HINGE 112HD/224HD-TYPE AS REQ 628 IVE 1 EA STOREROOM LOCK ND80HD SPA 619 SCH 1 EA SFIC EVEREST CORE 80-037 626 SCH 1 EA SURFACE CLOSER 4050 SHCUSH X MTG BRKT, SPCR & 689 LCN PLATE AS REQ 1 EA KICK PLATE 8400 10"X 2" LDW B-CS 619 IVE 1 SET SEALS 328AA H &J AL ZER 1 EA DOOR SWEEP 8198AA LENGTH AS REQ AA ZER 1 EA THRESHOLD 655A LENGTH AS REQ A ZER 1 EA OH RAIN DRIP 142A DW+4" A ZER HARDWARE GROUP NO. 502 QTY DESCRIPTION CATALOG NUMBER FINISH MFR 6 EA HINGE 5BB1 4.5 X 4.5 619 IVE 2 EA MANUAL FLUSH BOLT FB458-12" 619 IVE 1 EA DUST PROOF STRIKE DP2 626 IVE 1 EA CLASSROOM LOCK AL70HD NEP 619 SCH 1 EA SFIC EVEREST CORE 80-037 626 SCH 2 EA WALL STOP WS406/407CCV US15 IVE DOOR HARDWARE 087100- 13 2015.114.00—Eugene McCray Community Center Expansion GSBS ARCHITECTS 2015.115.00—Handley/Meadowbrook Community Center Expansion 1 SET SEALS 188S H & J (USE SILENCERS @ NOW BLK ZER RATED DOORS) 1 EA ASTRAGAL 328AA(2 PCS - 1 SET) HEIGHT AS REQ AL ZER HARDWARE GROUP NO. 700 QTY DESCRIPTION CATALOG NUMBER FINISH MFR _ 6 EA HW HINGE 5661 HW 4.5 X 4.5 619 IVE 1 EA PANIC HARDWARE 9927-EO-LBR LENGTH AS REQ 626 VON 1 EA PANIC HARDWARE 9927-L-LBR-17 LENGTH AS REQ 619/626 VON 1 EA SFIC RIM CYLINDER 80-159 W/KEYED CONST. CORE 619 SCH — 1 EA SFIC EVEREST CORE 80-037 626 SCH 2 EA SURFACE CLOSER 4050 REG OR PA X MTG BRKT, SPCR& 689 LCN PLATE AS REQ _ 2 EA KICK PLATE 8400 10"X 1" LDW B-CS 619 IVE 2 EA WALL STOP WS406/407CCV US15 IVE EA ASTRAGAL 328AA(2 PCS- 1 SET) HEIGHT AS REQ AL ZER 2 EA SILENCER SR64 GRY IVE HARDWARE GROUP NO. 700E QTY DESCRIPTION CATALOG NUMBER FINISH MFR 6 EA HW HINGE 5661 HW 4.5 X 4.5 619 IVE 1 EA PANIC HARDWARE 9927-EO-LBR LENGTH AS REQ 626 VON T 1 EA PANIC HARDWARE 9927-L-LBR-17 LENGTH AS REQ 619/626 VON 1 EA SFIC RIM CYLINDER 80-159 W/KEYED CONST. CORE 619 SCH 1 EA SFIC EVEREST CORE 80-037 626 SCH 2 EA SURFACE CLOSER 4050 REG OR PA X MTG BRKT, SPCR& 689 LCN PLATE AS REQ 2 EA KICK PLATE 8400 10"X 1" LDW B-CS 619 IVE 2 EA WALL STOP WS406/407CCV US15 IVE 1 EA ASTRAGAL 328AA(2 PCS - 1 SET) HEIGHT AS REQ AL ZER 2 SET SEALS 328AA H &J AL ZER 1 EA DOOR SWEEP 8198AA LENGTH AS REQ AA ZER 1 EA THRESHOLD 655A LENGTH AS REQ A ZER 1 EA OH RAIN DRIP 142A DW+4" A ZER PROJECT EUGENE MCCRAY HARDWARE NOTES _ DOOR SET REMOVE AND REINSTALL EXISTING HARDWARE OR PROVIDE EQUAL HARDWARE AS NEW(CONTRACTOR 108A X OPTION) 110A 502 - 112A 101 1128 205CH 113A 101 ; DOOR HARDWARE 087100- 14 2015.114.00—Eugene McCray Community Center Expansion GSBS ARCHITECTS 2015.115.00—Handley/Meadowbrook Community Center Expansion 113B 205CH HARDWARE FOR SLIDING DOOR AND _ 113C X POCKET BY FOLDING PARTITION MFG HARDWARE FOR SLIDING DOOR AND 113D X POCKET BY FOLDING PARTITION MFG 114A 101 114B 700E 115A 201CH 116A 101 116B 101 116C X HARDWARE BY OVERHEAD DOOR MFG 117A 201CH 118A 502 125A 201CH 127A 205CH PROJECT HANDLEY/MEADOWBROOK HARDWARE NOTES DOOR SET 100A X NO WORK 101A X NO WORK 102A X NO WORK 103A X NO WORK 103B X NO WORK 103C X NO WORK 104A X NO WORK 105B X NO WORK 107A X NO WORK 109A X NO WORK 110A X NO WORK 111A 502 112A 205CH 113A 700 113B 700E 115A 700 115B 700 115C 700E 115D X NO WORK HARDWARE FOR SLIDING DOOR AND 115E X POCKET BY FOLDING PARTITION MFG 116A X NO WORK DOOR HARDWARE 087100- 15 ■+ 2015.114.00—Eugene McCray Community Center Expansion GSBS ARCHITECTS PE 2015.115.00—Handley/Meadowbrook Community Center Expansion 117A 101 go 117B X HARDWARE BY OVERHEAD DOOR MFG 118A X NO WORK 118B 700 Pr 119A 502 ' 119B X NO WORK 2127B X DOOR DOES NOT EXIST END OF SECTION 087100 I w A w DOOR HARDWARE 087100- 16 PON THIS COPY IS FOR: CONTRACTOR CITY SECRETARY SPONSORING DEPT PROJECT MANAGER TPW FILE COPY THE CITY OF FORT WORTH, TEXAS EUGENE McCRAY COMMUNITY CENTER EXPANSION PMD2015-10, CITY PROJECT #CO2459 ORTORTU BETSY PRICE DAVID COOKS MAYOR CITY MANAGER Steve Cooke Director, Property Management Department Richard Zavala Director, Park & Recreation Department GSB S Architects March 2018 Instruction to Offerors Page 1 of 33 CFVV PMD—Eugene McCray Community Center Expansion March 2018 PAGE LEFT BLANK INTENTIONALLY NOTICE TO OFFERORS Proposals for the Eugene McCray Community Center located at 4932 Wilbarger Street and the Handley-Meadowbrook Community Center located at 6201 Beaty Street in Fort Worth Texas will be received at the Purchasing Office, City of Fort Worth, 200 Texas Street, Fort Worth, 76102, until 1:30 P.M on Thursday, November 9, 2017, and will be opened and publicly read aloud approximately thirty minutes later in the Council Chambers. After evaluating the Proposals submitted, the City shall select the Offeror that offers the Best Value to the City and enter into negotiations with that Offeror. The City may discuss with the selected Offeror options ' for a scope or time modification and any price change associated with such modification. The last day for questions from prospective Offerors is at 5:00 PM on Wednesday,November 1,2017. A Pre-Proposal Conference will be held at 10:00 A.M., Wednesday, October 18, 2017 at 6201 Beaty Street, the Hand ley-Meadowbrook Community Center. A walk-through of the Hand ley-Meadowbrook _ Center will be held after the Pre-Proposal Conference. Afterwards, a walk-through of the Eugene McCray Community Center will be held. The offers will be valid for NINETY (90) calendar days. There are several Alternates for this project. Estimated construction cost is approximately: • Eugene McCray Community Center Expansion —$1,600,000. • Handley-Meadowbrook Community Center Expansion—$2,000,000. Both Centers will be awarded as one construction contract. The Offeror will add a 7.5% Owner's Contingency Allowance for each Center on a separate line item on the Proposal form and only the Owner will approve the use of this allowance during construction. Any Allowance remaining at the end of construction will be retained by the City of Fort Worth. This Allowance is not to be included in the Base Proposal and will not be used in the Best Value selection process. Refer to the evaluation matrix for the selection of the Best Value Offeror in the Instructions to Offerors. Refer to the Request for Proposal documents for the Minority Business Enterprise (MBE) Information. MBE participation will be evaluated in awarding this Contract. The MBE participation goal is: • Eugene McCray Community Center Expansion— TBD • Hand ley-Meadowbrook Community Center Expansion— TBD. Offerors must submit the attached Best Value Utilization Form within 5 business days of submitting their — Best Value Proposal. Failure to document proposed attainment will remove the Proposal from further consideration. Also, Refer to Section 2. MINORITY BUSINESS ENTERPRISE (MBE) (BEST VALUE PROPOSAL) in the Instructions to Offerors. Offerors must submit a bid bond with their proposal. Offeror(s) to whom an award of contract(s) is made " will be required to provide Payment and Performance Bonds and provide Contractors General Liability and Statutory Workers Compensation Coverage. If you intend to submit a Proposal, request you inform the Project Manager or Project Architect who can then inform the interested subcontractors. Instruction to Offerors Page 2 of 33 CFW PMD—Eugene McCray Communitv Center Expansion March 2018 General Contractors and Suppliers may make copies of the Instructions to Offerors, General Conditions, Drawings, and Specifications through their printer. The construction documents are not available at the City but may be viewed and printed on-line by cutting and pasting the following link into your browser: https:Hproiectpoint.buzzsaw.com/fortworthgov/PMD%20Proiects/McCray%20Handley%20Meadowbrook%20 CC?public Contact the Project Manager, Alfonso Meza, at (817) 392-8274 or email Alfonso.Meza(cDfortworthtexas.gov for assistance. For additional information contact the Project Architect, Steve Gill, GSBS Architects, at (817) 589-1722 or email SGillogsbsarchitects.com Advertisement: October 5, 2017 _ October 12, 2017 Instruction to Offerors Page 3 of 33 CFW PMD—Eugene McCray Community Center Expansion March 2018 TABLE OF CONTENTS • PROJECT COVER PAGE • NOTICE TO OFFERORS • TABLE OF CONTENTS • INSTRUCTIONS TO OFFERORS • PROPOSALFORM i CONFLICT OF INTEREST AFFIDAVIT • CONFLICT OF INTEREST QUESTIONAIRE(CIQ) • CONFLICT DISCLOSURE STATEMENT(CIS) • TEXAS SALES AND USE TAX EXEMPTION CERTIFICATE • 2013 PREVAILING WAGE RATES • WEATHER TABLE • GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION CONSTRUCTION CONTRACT • PAYMENT BOND • PERFORMANCE BOND • CERTIFICATE OF INSURANCE • CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW _ 0 PROJECT SIGN Instruction to Offerors Page 4 of 33 CFW PMD—Eugene McCray Community Center Expansion March 201 R wr PAGE LEFT BLANK INTENTIONALLY r4 INSTRUCTIONS TO OFFERORS 1. PROPOSAL REQUIREMENTS: The following requirements shall be used in the preparation of the response to this Request for Sealed Proposals: • Use the Proposal Form provided below. • Entries on the Proposal Form may be handwritten or typed. • Write in contract duration if not specified. • Acknowledge all addenda on the Proposal Form. • Have a Principal sign the Proposal. If the Offeror is a corporation, the president or a vice- president must sign the Proposal. If the Offeror is a partnership, then the person/entity who is the managing/general partner must sign the proposal. • Complete and submit the Conflict of Interest Affidavit form. (Also submit associated Form CIQ and Form CIS if required.) • Include cashier's check or an acceptable bidder's bond written by a corporate surety payable to the City of Fort Worth, in an amount of not less than five (5%) per cent of the total of the bid submitted. ` In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States Secretary of the Treasury to qualify as a surety on obligations permitted or required under federal law; or(2) have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the United States Secretary of the Treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. y 1A. SELECTION OF CONTRACTOR: The City shall select the Offeror that offers the best value based upon the following criteria and on its ranking evaluation. In determining the Best Value Offeror, the City will consider: 1. Proposed Price (60 points) — The lowest priced responsive Proposal will receive 60 points for this rating criterion. Higher priced proposals will receive proportionally lower scores. When compared to the lowest price, the higher priced proposal will have its score reduced by one percent(1 point)for every percent it is higher than the lowest price. The score will be rounded to the nearest whole number. 2. Proposed level of MBE participation (10 points). 3. Proposed project schedule (10 points) —The proposal with the shortest schedule will receive 10 points for this rating criterion. Longer schedules will receive proportionally lower scores. _ 4. References/Experience (10 points) - References and experience of the Offeror as demonstrated by listing past and current projects including references with names and current telephone numbers; and, list of subcontractors if applicable. — 5. Past relationship with the City (10 points)—Offeror's past relationship with the City of Fort Worth for"vertical" facilities projects shall receive up to 10 points for this rating criterion. If the Offeror does not have a past relationship with the City of Fort Worth, the Offeror will _ receive 5 points for this rating criterion. Instruction to Offerors Page 5 of 33 CFVV PMD—Eugene McCray Community Center Expansion Marrh 9niR 6. If the score for any individual rating criteria is rated as zero, this will result in the overall score being zero regardless of how many points could have been earned in the other categories. After ranking the responses to the Request for Proposal (RFP), the City shall first attempt to negotiate a contract with the selected Offeror. The City and its architect may discuss with the selected Offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected Offeror, the City shall, formally and in writing, end negotiations with that Offeror and proceed to the next Offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 2. MINORITY BUSINESS ENTERPRISE(MBE) (BEST VALUE PROPOSAL) Minority Business Enterprise Provisions: As of June 1, 2012, The City of Fort Worth implemented a new Business Diversity Ordinance (BDO) to reflect the City's availability and disparity study findings and recommendations. During this transition period interested Offerors must obtain a MBE listing from the M/WBE Office. This will ensure that MBE listings reflect only those currently certified by the North Central Texas Regional Certification Agency (NCTRCA) located in the six (6)-county geographic marketplace that have been accepted.by the City. The City's geographic marketplace includes the counties of. Tarrant, Dallas, Denton, Johnson, Parker and Wise. Offerors are strongly encouraged to confirm that each MBE that it intends to use is located in the geographic marketplace that will be counted towards the established goal. All Offerors shall note that it is the policy of the City of Fort Worth to ensure the full and equitable participation of Minority Business Enterprises (MBE) in the procurement of goods and services. If the total dollar value of the contract is greater than $50,000, then an MBE subcontracting goal may be applicable. The MBE goal on each Community Center will be: TBD. Offerors must submit a Utilization Plan within 5 business days of submitting their Best Value Proposal. The information shall include: (1) the name, address and telephone number of each MBE; (2) the description of the work to be performed by each MBE; and (3) the approximate dollar amount/percentage of the participation. Refer to the attached City of Fort Worth Best Value Utilization Form. A Minority Business Enterprise is defined as a business concern located in the Marketplace meeting the following criteria: a. is at least 51 percent owned by one or more minority persons, or, in the case of any publicly owned business, at least 51 percent of the stock is owned by one or more minority persons; and b. management and daily business operations are controlled by one or more minority persons who own it. The business must be certified prior to recommendation of award in order for the participation to be counted towards the established goal. Offerors must submit the best value utilization form within 5 business days of submitting their Best Value Proposal. Instruction to Offerors Page 6 of 33 CFW PMD—Eugene McCray Community Center Expansion March 2018 If an Offeror is certified as a DBE, MBE, SBE or WBE firm, please be aware that the City's Ordinance does not allow a certified company to count itself towards the established goal; the goal represents subcontracting opportunities. If an Offeror (regardless of certification status or if a non- D/M/S/BE), however, forms a joint venture with one or more MBEs, the MBE joint venture percentage participation will be counted towards the established goal. The appropriate City of Fort Worth Joint Venture form must be ` submitted for review and approval in order for it to be counted. The City of Fort Worth strongly encourages joint ventures. If Offeror failed to meet the stated MBE goal, in part or in whole, then a detailed explanation must be submitted to explain the Good and Honest Efforts your firm made to secure MBE participation. Failure to submit the MBE participation information or the detailed explanation of the proposer's Good and Honest Efforts to meet or exceed the stated MBE goal, may render the proposal non- responsive. The MBE plan will be part of the final weighted selection criteria. 3. PROPOSAL SECURITY: Cashier's check or an acceptable Offeror's bond payable to the City of Fort Worth, in an amount of five (5) per cent of the Proposal submitted (See paragraph 1 above). The Proposal Security must accompany the Proposal and is subject to forfeit in the event the successful Offeror fails to execute the contract documents within ten (10) days after the contract has been awarded. The Proposal Security shall be included in the envelope containing the Proposal. Failure to submit the Proposal Security will result in the Proposal not being considered for this project. Offeror's bond will be returned if the City fails to award the contract within 90 calendar days of receipt of proposals, unless the Offeror agrees to an extension. The surety must be licensed to do business in the state of Texas. 4. PAYMENT BOND AND PERFORMANCE BOND: For projects in excess of $25,000, the successful Offeror entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Texas Government Code Section 2253, as amended. In order for a surety to be acceptable to the City, the surety must(1) hold a certificate of authority from the United States Secretary of the Treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the State of Texas and is the holder of a certificate of authority from the United States Secretary of the Treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City. If the total contract price is $25,000 or less, payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the City. If the contract is in excess of$25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and materials in the prosecution of the work. If the contract amount is in excess of $100,000, a Performance Bond shall also be provided, in the amount of the contract, conditioned on the faithful performance of the work in accordance with the plans, specification, and contract documents. Said bond shall be solely for the protection of the City of Fort Worth. Instruction to Offerors Page 7 of 33 CFW PMD—Eugene McCrae Communitv Center Expansion March 2018 5. PRE-PROPOSAL SITE INVESTIGATION: Prior to filing a response, the Offeror shall examine the site(s) of the work and the details of the requirements set out in these specifications to satisfy itself as to the conditions which will be encountered relating to the character, quality, and quantity of the work to be performed and materials and equipment required. The filing of a response by the Offeror shall be considered evidence that it has complied with these requirements. 6. AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the T proposal. 7. WAGE RATES: Not less than the prevailing wage rates set forth in the Contract Documents must ,. be paid on this project. 8. POST PROPOSAL - PREAWARD SUBMITTALS: Offerors are required to submit seven (7) copies of the following information to the Architectural Services Office, 401 West 13th Street, Fort Worth, Texas 76102 (phone number 817-392-2586), within five business days subsequent to bid opening (normally by 5:00 PM the next Thursday following a Thursday bid opening) in order to assist City staff in determining the Contractor's capability of performing the — work and in meeting City contract requirements: • Minority Business Enterprise Documentation (for proposals in excess of$50,000) • Contractors Qualification Statement(AIA Form A305), including client references • List of current projects & past projects built within the last 10 years, including owners' and architects' names with contact information for both current & past projects. • Proposed Subcontractors and Suppliers • Project Schedule • Schedule of Values (Breakout by CSI Divisions) • Proof of insurability for Statutory Workers Compensation Insurance 9. PROPOSED SUBCONTRACTORS: Acceptance of the Proposal in no way requires the City to accept the qualifications of the subcontractors. The Subcontractor lists are for use by the City in preparing recommendations for award of the contract. The Contractor must provide and use subcontractors listed unless the City agrees to allow a substitute. 10. DISCREPANCIES AND ADDENDA: Should an Offeror find any discrepancies in the drawings and specifications, or should it be in doubt as to their meaning, it shall notify the City at once. If required, the City will then prepare a written addendum that will be available to all Offerors at the place designated for distribution of , the Request for Proposal Documents by the Notice to Offerors. The Contractor is responsible for determining if addenda are available and for securing copies prior to submitting a response to this request for sealed proposals. Oral instructions or decisions unless confirmed by written addenda will not be considered valid, legal or binding. No extras will be authorized because of failure of the contractor to include work called for in the addenda. Offeror must acknowledge addenda in the Proposal. Failure to acknowledge addenda may cause — the Proposal to be ruled non-responsive. It is the Contractor's responsibility to obtain Addenda and include its information in the Proposal. 11. WORKERS COMPENSATION INSURANCE: Offerors will be required to demonstrate that coverage is in effect at time of Award of Contract. Sample Certificate of Insurance, or other proof that Workers Compensation Insurance will be obtained, must be submitted within five working days of bid opening. Instruction to Offerors Page 8 of 33 CFW PMD—Eugene McCray Community Center Expansion March 2018 T 12. TAXES: Equipment and materials not consumed by or incorporated into the work are subject to State sales taxes under House Bill 11, enacted August 15, 1991. 13. PERMITS: Contractor shall apply for all City of Fort Worth Permits and for any other permits required by this project. City of Fort Worth Building and Trade Permit fees are waived. Separate permits may be required for each work location. 14. UTILITIES AND IMPACT FEES: The City will pay water and sewer utilities tap fees and impact fees. Unless shown otherwise, the City will coordinate and pay for water and sewer taps and meters to the property line. The Contractor will include all remaining fees from the electrical and gas companies in the Base Proposal. The Contractor will be responsible for coordinating with City and utility companies for installation of utilities. The Contractor will be responsible for all fees for.electrical, gas, and other utilities within the property line of the project. Unless indicated otherwise on the plans, the contractor will be responsible for costs and installations from the building side of the water meter and sewer tap. 15. BID DOCUMENTS: Hard copies of bidding documents may be downloaded and printed by the Offeror. 16. MANUFACTURER'S REFERENCE: Catalog, brand names, and manufacturer's references are descriptive, not restrictive. Use of brands of like nature and quality will be considered. Upon request of the architect or contractor, the contractor will submit a full sized sample and/or detailed information as required to allow the architect to determine the acceptability of proposed substitutions. Where equipment has been listed as "no substitute accepted", the City will accept no alternates to the specified equipment. Also, refer to specification's product requirements. 17. TESTING SERVICES: The City shall provide for, independently of the contractor, the inspection services, the testing of construction materials engineering, and the verification testing services necessary for the acceptance of the construction work. 18. PROJECT SCHEDULE: The Project Schedule to be submitted with the Qualification Statement will, at the minimum, include the following: quality control submittals and approvals, mobilization, site preparation, under slab utilities, foundation work, structural erection, interior finish, commissioning, and closeout. The Schedule may be submitted as a table or PERT diagram. 19. STATE FORM 1295 "CERTIFICATE OF INTERESTED PARTIES": Texas Ethics Commission regulations require that the business entity must fill out the Form 1295 on an electronic filing application on the Texas Ethics Commission website (www.ethics.state.tx.us). The business entity that wishes to enter into the contract must supply the completed, signed and notarized Form 1295 to the City. Instruction to Offerors Page 9 of 33 CFIN PMD—Eueene McCrav Community Center Fxnnnsinn nn..,-..ti Ono n T : PROPOSAL(Revised October 26,2017, November 17,2017) T0: MR. DAVID COOKE CITY MANAGER ATTN: PURCHASING OFFICE 200 TEXAS STREET CITY OF FORT WORTH,TEXAS FOR: Eugene McCray Community Center Expansion-PMD2015-10, City Project#CO2459 4932 Wilbarger Street Fort Worth,Texas Handley-Meadowbrook Community Center Expansion—PMD2015-09, City Project#CO2460 6201 Beaty Street Fort Worth,Texas Pursuant to the foregoing "Instructions to Offerors,"the undersigned has thoroughly examined the plans, — specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director of Transportation and Public Works of the City of Fort Worth. Upon acceptance of this Proposal by the City Council, the bidder is bound to execute a contract and, if the contract amount exceeds $25,000.00, furnish acceptable Performance and/or Payment Bonds approved by the City of Fort Worth for performing and completing the Work within the time stated and for the following sum,to wit: DESCRIPTION OF ITEMS Eugene McCray Community Center Expansion: $ 11366 F '7'70 Base Proposal 2°z 0 Calendar Days # $ j �50$ Owner's Contingency Allowance (7.5%) added to Base Proposal (This Allowance amount is not included in the Base Proposal but is added to the Base Proposal. Only the Owner will approve the use of this Allowance during construction. Any Allowance remaining at the end of construction will be retained by the City of Fort Worth). $ '�� 7$_ Base Proposal plus Owner's Contingency Allowance andley-Meadowbrook Community Center Expansion: $ � 44© Base Proposal 220 Calendar Days $ ( 4714dO Owner's Contingency Allowance (7.5%) added to Base Proposal(This Allowance amount is not included in the Base Proposal but is added to the Base Proposal. Only- the Owner will approve the use of this Allowance during construction. Any Allowance remaining at the end of construction will be retained by the City of Fort Worth). $ 11169M 40 Base Proposal plus Owner's Contingency Allowance Instruction to Offerors Page 9 of 33 CFW PMD—Eugene McCray&Handley-Meadowbrook Community Centers Expansion October 2017 L � ALTERNATES— A. LTERNATES—A. Eugene McCray Community Center Expansion: Add Alternate No. 1 —Wall Pack Lighting Upgrade: Provide for the removal and replacement of the existing wall pack lighting fixtures, not a part of the new construction. Add Alternate#1 $ O9 Add Alternate No. 2—Resilient Sheet Flooring in Weight Room 110: Provide for installation resilient sheet flooring. Add Alternate#2 $ ,500. OD Add Alternate No. 3—Millwork: Provide for addition of millwork as shown in Play Area 111, Multi-Purpose 3 Room 112(east wall only), Computer Study 118, and Storage 125. Add Alternate#3 $ 32 t a 10, o 00 Add Alternate No. 4—Folding Partition Doors 113C and 113D: Provide for installation of folding partition panels in Multi-Purpose 2 Room 113. Add Alternate#4 $ ay ,00o•no (Door 113C) Add Alternate#4 $ �-4 o00, 00 (Door 113D) Add Alternate No. 5—Women Restroom 108,West Wall:Provide for removal and rebuild of the west wall Women Restroom/1108 and associated details. Add Alternate#5 $ =f, B. Handley-Meadowbrook Community Center Expansion: Add Alternate No. 1 —Alternate Accessible Route: Provide alternate accessible route as T detailed on Sheet C2.00 along north side of Beaty Street. Add Alternate#1 $ 15{000. SO- Add/Deduct Alternate No. 2—Site Paving:Provide asphalt paving. Alternate#2 $ 3 000. =° Add Deduct N/ (Check One) Add Alternate No.3—Gymnasium Divider: Provide for Gymnasium Divider and required mounting to the existing Gymnasium structural members. Add Alternate#3 $ 15 5Q0 �A Add Alternate No.4—Millwork:Provide for addition of millwork as shown in Multi-Purpose Room 113,Multi-Purpose Room Q115A, Multi-Purpose Room 1158, and Weight Room 119. C1 � Add Alternate#4 $ ,000.00 Add Alternate No. 5—Folding Partition Door 115E: Provide for installation of folding partition panels in Multi-Purpose Room 115B. Instruction to Offerors Page 10 of 33 CFW PMD—Eugene McCray&Handley-Meadowbrook Community Centers Expansion October 2017 Add Alternate#5 $ 71 000,00 00,Qo UNIT PRICES—Eugene McCray&Handley-Meadowbrook Community Centers Expansion: A. For INCREASE of drilled pier shafts, complete with drilling, excavation, concrete, and reinforcing: 1. For 18"diameter piers: ADD ,op per linear foot B. For DECREASE of drilled pier shafts,complete with drilling,excavation,concrete, and reinforcing: a �5 1. For 18"diameter piers: DEDUCT: $ , ' per linear foot Note: Deduct price shall be minimum 66%of add unit price. n C. For ADDITION of temporary metal casings for drilled pier shafts: 00 1. For 18"diameter piers: Add: $ 5Jr� _ per linear foot ALLOWANCES—Eugene McCray&Handley-Meadowbrook Community Centers Expansion: As noted in the Contract Documents of both projects, the amount of existing ceiling—whether remove and replace or remove and place new—work could vary based on the placement of new construction above. Contractor may elect to voluntarily establish a Ceiling allowance(Not to Exceed)and openly track and allocate based on the project progression. A. Eugene McCray—Ceiling Allowances (Not to Exceed)$ m��0 a. B. Handley-Meadowbrook—Ceiling Allowances (Not to Exceed)$ a/'000, °o The undersigned agrees to complete the Work within the calendar days specified above after the date of Notice to Proceed. A Project Schedule will be submitted as required in the Instructions to Offeror. The City reserves the right to accept or reject any and all bids or any combination thereof proposed for the above work. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance 7278 as amended by City Ordinance 7400(Fort Worth City Code Section 13A-21 through 13A-29). Residency of Offerors: The 1985 Session of the Texas Legislature passed house Bill 620 relative to the award of contracts to non-resident bidders. The law provides that, in order to be awarded a contract as low bidder, non-resident bidders (out of state contractors whose corporate offices or principal place of business are outside of the State of Texas) that 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 Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's principal place of business is located. The _ appropriate blanks in Section A must be filled out by all non-resident bidders in order for your bid to meet specifications. The failure of out of state or non-resident bidders to complete the forms may disqualify that bidder. Resident bidders must check the box in Section B. Instruction to Offerors Page 11 of 33 CFW PMD—Eugene McCray&Handley-Meadowbrook Community Centers Expansion October 2017 A. �_� Non-resident vendors in (give state), our principal place of business, are required to be percent lower than resident bidders by state law. 1_1 Non-resident vendors in (give state), are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of *exas. Within ten (10)days of receipt of notice of acceptance of this bid,the successful bidder will execute the formal contract and will deliver approved Performance and Payment Bonds for the faithful performance of this contact. The attached deposit check in the sum of S/, Dollars ($ ) is to become the property of the City of Fort Worth,Texas,or the attached Bidder's Bond is to be forfeited in the event the contract and bonds are not executed within the time set forth, as liquidated damages for delay and additional work caused thereby. _ MINORITY BUSINESS ENTERPRISE (MBE): (For Proposals in excess of$50,000) 1 am aware that I must submit information to the Director, Property Management Department, concerning the MBE participation within FIVE BUSINESS DAYS of submittal of this Proposal in order to be considered RESPONSIVE. Respectfully submitted, RAN( Confracbrs , :�nC. Compa y Name — By: ignature 6nny Bu ers Vice Bres-AeW Prin/t�e�d(� arne o Principal Title Address: 3 o�_i Goye/l AVG, Street / /�/�j/ ftro }� li✓,1dA , 701107 City Zip Phone: , 3) 377- Off Fax: L 817/ 37 Email: /` 6GtVB1C�11"� M Receipt is acknowledged of the following addenda: Addendum No. 1: �&Zl Addendum No.2: Addendum No.3:A Addendum No. 4: Addendum No.5: Addendum No. 6: Addendum No.7: Addendum No.8: Addendum No.9: Addendum No. 10: Instruction to Offerors Page 12 of 33 CFW PMD—Eugene McCray&Handley-Meadowbrook Community Centers Expansion October 2017 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work.The referenced forms may be downloaded from the website links provided below. hM://www.ethics.state.tx.us/forms/CIO.pdf h=://www.ethics.state.tx.us/fonns/CIS.j2df CIQ Form is on file with City Secretary 0 CIQ Form is being provided to the City Secretary 101"CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary BIDDER: 0&71vt���By: G 1` �(! iLI- Company lease Print) 3 ( Signature: , Address AlmbVy Title: City/State/Zip (Please Print) Instruction to Offerors Page 92 of 32 CFW PMD—Eugene McCray&Handley-Meadowbrook Community Centers Expansion October 209 7 we ow ON w �r PAGE LEFT BLANK INTENTIONALLY rR PR of CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICEUSEONLY ' This questionnaire is being filed in accordance with Chapter 176,Local Government Code,by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a)with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1),Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006,Local Government Code. An offense under this section is a misdemeanor. !J Name of vendor who has a business relationship with local governmental entity. 2 Che k this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3 Name of local government officer about whom the information is being disclosed. Name of Officer 41 Describe each employment or other business relationship with the local government officer,or a family member of the officer,as described by Section 176.003.(a)(2)(A). Also describe anyfamily relationship with the local government officer. Complete subpartsAand Bfore acherriploymentor usinessrelationshipdescribed. Attach additional pagesto this Form CIQ as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income,from the vendor? Yes F-1 No B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? Yes F-1 No 5 Describe each employment or business relationship thatthe vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director,or holds an ownership interest of one percent or more. 6 Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B),excluding gifts described in Section 176.003(a-1). 7 Signature of vendor doing business with the governmental entity Date 1n1§bi .tlptrmW@ f&pftxas Ethics Commission www.ethics.state.tx.us Page 13 of 32 Revised 11/30/2015 CFW PMD—Eugene McCray&Handley-Meadowbrook Community Centers Expansion October 2.017 PART 1 - CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity Acomplete copy of Chapter 176 of the Local Government Code maybe found at http://www.statutes.legis.state.tx.us/Docs/LG/htm/LG.176.htm. For easy reference, below are some of the sections cited on this form. Local Government Code§176.001(1-a):"Business relationship"means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal,state,or local governmental entity or an agency of a federal,state,or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public;or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by,and reporting to,that agency. 1.1 LOCAL GOVERNMENT CODE§176.003(&(2)(A)AND(B): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if. (2) thevendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12- month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed;or (ii) the local governmental entity is considering entering into a contract with the vendor, (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than$100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed; or ^ (ii) the local governmental entity is considering entering into a contract with the vendor. 1.2 LOCAL GOVERNMENT CODE§ 176.006(A)AND(A-1) (a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity,or a family member of the officer,described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity,or a family member of the officer,one or more gifts with the aggregate value specified by Sectioh 176.003(a)(2)(B),excluding any gift described by Section 176.003(a-1);or (3) has a family relationship with a local government officer of that local governmental entity. (a-1).The completed conflict of interest_questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of. (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity; or _ (B) submits to the local governmental entity an application, response to a request for proposals or bids, correspondence, or another writing -related to a potential contract with the local governmental entity;or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer,or a family member of the officer,described by Subsection(a); (B) that the vendor has given one or more gifts described by Subsection(a);or (C) of a family relationship with a local government officer. Instruction to Offerors Page 14 of 32 CFW PMD—Eugene McCray&Handley-Meadowbrook Community Centers Expansion October 2017 CERTIFICATE OF INTERESTED PARTIES FORM 1295 101`1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2018-303861 RJM Contractors,Inc. Fort Worth,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 01/19/2018 being filed. City of Fort Worth Date Acknowledged: T 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. PMD2015-10 and PMD2015-09 Eugene McCray Community Center Expansion(City Project#CO2459)and Handley-Meadowbrook Community Center Expansion Project#CO2460 4 Nature of interest Name of Interested Parry City,State,Country(place of business) (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. X 6 UNSWORN DECLARATION My name is and my date of birth is My address is /301 55 bG-i21 (street) �- (city) ( tete) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in % rr County, State 0f on the q day of n ,20._/,? (month) (year) Sid Luretho ed agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.3337 .t i PAGE LEFT BLANK INTENTIONALLY LOCAL GOVERNMENT OFFICER FORM CIS CONFLICTS DISCLOSURE STATEMENT (Instructions for completing and filing this form are provided on the next page.) This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This is the notice to the appropriate local governmental entity that the following local government offcer has become aware of facts that require the officer to file this statement Date Received in accordance with Chapter 176,Local Government Code. 1 Name of Local Government Officer 2 Office Held 3 Name of vendor described by Sections 76.001(7)and 176.003(a), Local Government Code 4 Description of the nature and extent of each employment or other business relationship and each family relationship with vendor named in item 3. 5 List gifts accepted by the local government officer and any family member, if aggregate value of the gifts accepted from vendor named in item 3 exceeds $100 during the 12-month period described by Section 176.003(a)(2)(B). Date Gift Accepted Description of Gift Date Gift Accepted Description of Gift Date Gift Accepted Description of Gift (attach additional forms as necessary) 6 AFFIDAVIT I swear under penalty of perjury that the above statement is true and correct.I acknowledge that the disclosure applies to each family member(as defined by Section 176.001(2), Local Government Code)of this local government officer. 1 also acknowledge that this statement covers the 12-month period described by Section 176.003(a)(2)(B),Local Government Code. Signature of Local Government Officer AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me,by the said this the day of 20 .to certify which,witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Instruction to Offerors Page 15 of 32 CIP&Arook Community CentereiliXpkIrris®state.N.us October 2017 Revised 11/30/2015 LOCAL GOVERNMENT OFFICER CONFLICTS DISCLOSURE STATEMENT = Section 176.003 of the Local Government Code requires certain local government officers to file this form. A'local government officer'is defined as a member of the governing body of a local governmental entity;a director,superintendent, administrator,president,or other person designated as the executive officer of a local governmental entity;or an agent of a local governmental entity who exercises discretion in the planning,recommending,selecting,or contracting of a vendor.This form is required to be filed with the records administrator of the local governmental entity not later than 5 p.m. on the seventh business day afterth a date on which the officer becomes aware of the facts that require th efiling of this statement. A local government officer commits an offense if the officer knowingly violates Section 176.003,Local Government Code.An offense under this section is a misdemeanor. Referto chapter 176 of the Local Government Code for detailed information regarding the requirement to file this form. " PART 2- INSTRUCTIONS FOR COMPLETING THIS FORM The following numbers correspond to the numbered boxes on the otherside. 1. Name of Local Government Officer. Enter the name of the local government officer filing this statement. 2. Office Held. Enter the name of the office held by the local government officer filing this statement. 3.Name of vendor described by Sections 176.001(7)and 176.003(a), Local Government Code. Enter the name of the vendor described by Section 176.001(7), Local Government Code, if the vendor: a)has an employment or other business relationship with the local government officer or a family member of the officer as described by Section 176.003(a)(2)(A),Local Government Code;b)has given to the local government officer or a family member of the officer one or more gifts as described by Section 176.003(a)(2)(B),Local Government Code;or c)has a family relationship with the local government officer a's defined by gktion 176.001(2-a),Local Government Code. 4. Description of the nature and extent of each employment or other business relationship and each family relationship with vendor named in item 3. Describe the nature and extent of the employment or other business relationship the vendor has with the local.government officer or a family member of the officer as described by Section 176.003(a)(2)(A),Local Government Code,and each family relationship the vendor has with the local government officer as defined by Section 176.001(2-a),Local Government Code. 5. List gifts accepted, if the aggregate value of the gifts accepted from vendor named in item 3 exceeds $100. List gifts accepted during the 12-month period (described by Section 176.003(a)(2)(B), Local Government Code)by the local government officer orfamily member of the officer from the vendor named in item 3 that in the — aggregate exceed$100 in value. 6.Affidavit.Signature of local government officer. Local Government Code iZ 176.001(2-a): "Family relationship" means a relationship between a person and �. another person within the third degree by consanguinity or the second degree by affinity,as those terms are defined by Subchapter B,Chapter573,Government Code. PART 3- LOCAL GOVERNMENT CODE 6176.003(A)(2)(A): (a) Alocal government officer shall file a conflicts disclosure statement with respect to a vendor if: — (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that resblts in the officer or family member receiving taxable income, other than investment income,that exceeds$2,500 during the 12-month period preceding the date that the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed;or (ii) the local governmental entity is considering entering into a contract with the vendor. Instruction to Offerors Page 16 of 32 CFW PMD—Eugene McCray&Handley-Meadowbrook Community Centers Expansion October 2017 TEXAS SALES AND USE TAX EXEMPTION CERTIFICATE Name of Purchaser, Firm or Agency: City of Fort Worth,Texas Address(Street&Number, P.O. Box or Route Number): 1000 Throckmorton City, State,Zip Code: Fort Worth Texas 76102 Telephone: (817)392-8360 1,the purchaser named above, claim an exemption from payment of sales and use taxes for the purchase of taxable items described below or on the attached order or invoice from: All vendors Description of the items to be purchased, or on the attached order or invoice: All items except motor vehicles as listed below -- Purchaser claims this exemption for the following reason: Governmental Entity I understand that I will be liable for payment of sales or use taxes which may become due for failure to comply with the provisions of the state, city, and/or metropolitan transit authority sales and use tax laws and comptroller rules regarding exempt purchases. Liability for the tax will be determined by the price paid for the taxable items purchased or the fair market rental value for the period of time used. I understand that it is a misdemeanor to give an exemption certificate to the seller for taxable items which I know,at the time of purchase, will be used in a manner other than expressed in this certificate and that upon conviction I may be fined not more than$500 per offense. (� Purchaser: Title: Purchasing Manager Date: February 1,2007 Note:This certificate cannot be issued for the purchase, lease or rental of a motor vehicle. — THIS CERTIFICATE DOES NOT REQUIRE A NUMBER TO BE VALID Sales and Use Tax"Exemption Numbers"or"Tax Exempt"Numbers do not exist. i This certificate should be furnished to the supplier. Do not send the completed certificate to the Comptroller of Public Accounts. Instruction to Offerors Page 18 of 33 CFW PMD—Eugene McCray Community Center Expansion March 2018 PAGE LEFT BLANK INTENTIONALLY ,.. 2013 PREVAILING WAGE RATES Commercial Construction Projects CLASSIFICATION DESCRIPil& 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 Instruction to Offerors Page 19 of 33 CFW PMD—Eugene McCray Community Center Expansion March 2018 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21T 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 $ F 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 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 Instruction to Offerors Page 20 of 33 CFW PMD—Eugene McCray Community Center Expansion March 2018 Steel Worker Structural 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane,Clamshell,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 Instruction to Offerors Page 21 of 33 CFW PMD—Eugene McCray Community Center Expansion March 2018 p+ .r or MR w PAGE LEFT BLANK INTENTIONALLY w CITY OF FORT WORTH WEATHER TABLE Average Days Month of Inches of Rainfall Rain/Snowllce anuary 6 2.51 Februa 7 2.23 March 9 3.49 .1 7 2.97 may 10 4.56 une 8 3.31 my 4 1.83 utgust 5 1.88 pteniber 5 2.34 October 7 3.65 November 7 2.70 [December 6 2.34 nually 81 33.81 (1)Mean number of days precipita#ion of 0.01"or more or 10 snowfce (2)Average nomml precipitation,in inches This table is based on inforn-ation reported from DallwFort Worth International Airport Texas.Latitude 32 deg 54 min north,longitude 97 deg 02 ruin west,elevation(ground)551 ft. Average number of days of rain,snow,and ice days are based on records covering 21 years. Precipitation is based on recorded inforrnation from 1996 through 2G16 period. This table is to be used as a baisis for calculation of excess rain or weather days for projects with duration in calendar days_If the site records indicate that the Contractor was unable to carry out operations due to weather,it is counted as a weather coy_If the number of weather days exceeds the number of average rain days plus the snowlce days for the contract duration,the contract will be.adjusted by Change Order. Fun Worth Wmther TaNe 24Aprir 2017 Instruction to Offerors Page 22 of 33 CFW PMD—Eugene McCray Community Center Expansion March 2018 �.r PAGE LEFT BLANK INTENTIONALLY OR City of Fort Worth, Texas Property Management Department Facilities Management Group/Architectural Services Division GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION LUMP SUM CONTRACT SECTION A DEFINITIONS,PROCEDURES AND INTERPRETATIONS A-1 CONTRACT.DOCUMENTS: By the term Contract Documents is meant all of the written and drawn documents setting forth or affecting the rights of the parties, including but not necessarily limited to,the Contract, Notice to Bidders, Proposal, General Conditions, Special Conditions, Specifications, Plans, Bonds and all Addenda,Amendments signed by all parties, Change Orders, written Interpretations and any written Field Order for a minor change in the Work. A-2 ENTIRE AGREEMENT: The Contract Documents represent the entire agreement between the Parties, and no prior or contemporaneous,oral or written agreements,instruments or negotiations shall be construed as altering the terms and effects of the Contract Documents. After being executed,the Contract Documents can be changed only by a written Amendment signed by the Contractor and the Owner,or Change Order,or by a written Field Order for a minor change. A-3 WORK: By the term Work is meant all labor,supervision,materials and equipment necessary to be used or incorporated in order to produce the construction required by Contract Documents, A-4 EXECUTION OF THE CONTRACT DOCUMENTS: The Contract Documents shall be executed in six originals, with all required attachments, including required bonds and insurance certificates,by the Contractor and the Owner in such form as may be .. prescribed by law and returned to the Owner within ten business days of notification to Contractor. Failure to execute contracts and provide required enclosures will be grounds for revocation of award and taking of Bid Bond. A-5 FAMILIARITY WITH PROPOSED WORK: Before filing a Proposal, the Contractor shall examine carefully the, plans, specifications, special provisions, and the form of contract to be entered into for the work contemplated. He shall examine the site of work and satisfy himself as to the conditions that will be encountered relating to the character, quality and quantity of work to be performed and materials to be furnished. The filing of a bid by the bidder shall be considered evidence that he has complied with these requirements and has accepted the site as suitable for the work. .t Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated by the plans will not be allowed. A-6 ONE UNIFIED CONTRACT: Insofar as possible, the Contract Documents will be bound together and executed as a single unified Contract.The intention of the Contract Documents being to provide for all labor,supervision,materials,equipment and other items necessary for the proper execution and completion of the Work. Words that have well-recognized technical or trade meanings are used herein in accordance with such recognized meanings. A-7 DIVISION OF WORK: The arrangement of Drawings and/or Specifications into Divisions, Sections, Articles, or other Subdivisions shall not be binding upon the Contractor in dividing the work among Subcontractors or Trades. A-8 INTERPRETATIONS: In the event of inconsistency in the contract documents,the following sequence for interpretation shall be used in order of precedence: Change Orders and/or Field Orders (by date of issuance); Addenda (by date of issuance); Drawings; Notes and dimensions on Drawings; Technical Specifications; Special Provisions; Supplementary General Conditions; General Conditions;and Construction Contract. The Architect will furnish such Interpretations of the Plans and Specifications as may be necessary for the proper execution or progress of the work. Such Interpretations shall be furnished at the instance of the Architect or at the request of the Contractor, or Owner, and will be issued with reasonable promptness and at such times and in accordance with such schedule as may be agreed upon. Such Interpretations shall be consistent with the purposes and intent of the Plans and Specifications and may be effected by Field Order. In the event of any dispute between any of the parties to the Contract and the Architect or each other involving the interpretation of the Contract Documents,the evaluation of work or materials performed or furnished by the Architect Contractor,or any subcontractor or materialsman,or involving any question of fault or liability of any party,the decision of the Owner shall be final and binding. A-9 CORRELATION AND INTENT: In general,the drawings indicate dimension, locations,positions,quantities,and kinds of construction; the specifications indicate the quality and construction procedures required. Work indicated on the drawings and not specified of vice-versa,shall be furnished as though set forth in both. Work not detailed,marked or specified shall be the same as similar parts that are detailed,marked or specified. If the drawings are in conflict or conflict with the specifications the better quality or greater quantity or work or materials shall be estimated and shall be furnished or included. Dimensions on drawings shall take precedence over small-scale drawings. Drawings showing locations of equipment, piping,ductwork, electrical apparatus, etc., are diagrammatic and job conditions may not allow installation in the exact location shown. Relocation shall not occur without the Architects approval. General Conditions of the Contract for Construction Lump Sum Contract(Sept 2017) Page 1 of 26 CFW PMD—Eugene McCray Community Center Expansion March 2018 A-10 COPIES OF WORKING DRAWINGS AND SPECIFICATIONS: The Architect will furnish to Contractor electronic working Drawings and Specifications. Contractor shall pay the cost of reproduction for all other copies of Drawings and Specifications furnished to him. Ali Drawings, Specifications and copies thereof furnished by the Owner or the Architect are and shall remain the property of the Owner. They are not to be used on any other project and,with the exception of one Contract set for each Party to the Contract,are to be returned to the Owner on request at the completion of the work. A-11 MINORITY BUSINESS ENTERPRISE (MBE) POLICY: As of June 1, 2012, The City of Fort Worth has implemented Business Diversity Ordinance(BDO)to reflect the City's availability and disparity study findings and recommendations. During this transition period, interested Offerors must obtain an MBE listing from the M/WBE Office at 817-212-2674. This will ensure that the MBE listings reflect only those currently certified by the North Central Texas Regional Certification Agency(NCTRCA)located in the six (6)-county geographic marketplace that have been accepted by the City. The City's geographic marketplace includes the counties of:Tarrant, Dallas, Denton,Johnson, Parker and Wise. Offerors are strongly encouraged to confirm that each MBE that it intends to use is located in the geographic marketplace that will be counted towards the established goal. The City of Fort Worth has goals for the participation of Minority Business Enterprises(MBE)in City contracts. Compliance with the policies designed to meet these goals is mandatory in order to be considered a responsive bidder. The City policy and procedures to be followed in submitting proposals are included. The City of Fort Worth MBE Program will take precedence over other subcontractor utilization programs on Block Grant and other federally funded Projects. A-12 AGE: In accordance with the policy("Policy") of the Executive Branch of the federal government, Contractor covenants that neither it nor any of its officers, members, agents, employees, program participants or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against persons because of their age except on the basis of a bona fide occupational qualification,retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory equipment. Contractor warrants it will fully comply with the Policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors'alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. A-13 DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability,terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA provisions and any other applicable federal,state and local laws concerning disability and will defend,indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this agreement. SECTION B IDENTITY OF ARCHITECT B-1 CONTRACT ADMINISTRATION: The Architect is the person or person lawfully licensed to practice architecture _ identified as such in the Agreement. The Architect is retained by the Owner to prepare the construction documents and represent the Owner during the construction phase as directed by the Owner. B-2 DUTIES OF THE ARCHITECT: As used herein,the term Architect means the Architect or his authorized representative. Nothing contained in these Contract Documents shall create any privity of Contract between the Architect and the Contractor. B-3 ARCHITECT AS REPRESENTATIVE OF THE OWNER: The Architect will provide general administration of the Contract on behalf of the Owner and will have authority to act as the representative of the Owner to the extent provided in the Contract Documents unless changed in writing by the Owner. The Architect will be available for conferences and consultations with the -- Owner or the Contractor at all reasonable times. B-4 ACCESS TO JOB SITES: The Architect shall at all times have access to the Work whenever it is in preparation and progress. The Contractor shall provide facilities for such access so the Architect may perform its assigned functions under the Contract Documents. The Architect will make periodic visits to the Site to familiarize himself with the progress and quality of the work and to determine if the work is proceeding in accordance with the Contract documents. On the basis of on-site observations,the Architect will keep the Owner informed of the progress of the Work and will endeavor to guard the Owner against defects and deficiencies in the Work of the Contractor. Based upon such observations and the Contractor's applications for payments, the Architect will make General Conditions of the Contract for Construction Lump Sum Contract(Sept 2017) Page 2 of 26 CFW PMD—Eugene McCray Community Center Expansion March 2018 determinations and recommendations concerning the amounts owing to the Contractor and will issue certificates for payment amounts. B-5 INTERPRETATIONS: The Architect will be, in the first instance, the interpreter of the requirements of the Plans and Specifications and the judge of the performance thereunder by the Contractor,subject to the final decision of the Owner. The Architect's decisions in matters relating to artistic effect will be final if consistent with the intent of the Contract Documents. B-6 AUTHORITY TO STOP WORK: The Architect will have authority to reject work that does not conform to the Plans and Specifications. In addition,whenever,in its reasonable opinion,the Architect considers it necessary or advisable in order to insure the proper realization of the intent of the Plans and Specifications,the Architect will have authority to require the Contractor to stop the Work or any portion thereof,or to require special inspection or testing of the Work whether or not such Work be then fabricated, installed or completed. B-7 MISCELLANEOUS Shop Drawings, Submittals and Samples: The Architect will review Shop Drawings, Submittals and Samples. Two copies of each approved Shop Drawing and submittal will be provided to the Owner by the Architect. Three copies will be returned to the Contractor. Change Orders: Change Orders and Field Orders for Minor Changes in the Work will be issued by the Owner through the Architect. Guarantees: The Architect will receive all written guarantees and related documents required of the Contractor.Upon completion of the project the Contractor shall provide the Owner three copies of each guarantee.- Inspections:The Architect will conduct inspections for the purpose of determining and making his recommendations concerning the dates of substantial completion and final completion. The Architect will conduct the final acceptance inspection and issue the Certificate of Substantial Completion. Operation and Maintenance Manuals:The Architect will receive on behalf of the Owner two hard copies and one digital copy of all applicable equipment installation,operation,and maintenance brochures and manuals required of the Contractor. B-8 TERMINATION OF THE ARCHITECT: In case of the termination of the employment of the Architect by the Owner, the Owner shall either assume the duties of the Architect through the Director of the Property Management Department,or shall appoint a successor Architect against whom the Contractor makes no reasonable objection. SECTION C OWNER C-1 IDENTIFICATION: By the term Owner is meant the City of Fort Worth acting herein by its duly authorized representatives " in the manner provided by law. Authorized representatives include the City Manager,Assistant City Manager, and Director of the Property Management Department and members of the Facilities Management Division. A designated representative will be identified from within the Facilities Management Division to act as a point of contact for day-to-day contract administration. C-2 DUTIES OF THE OWNER: The Owner shall furnish surveys describing the physical characteristics,legal limits and utility locations for the site of the Work;provided, however,that the Contractor hereby covenants that he has inspected the premises and familiarized himself therewith and that the locations of utilities and other obstacles to the prosecution of the Work as shown on the Owner's survey are for information only, are not binding upon the Owner, and the Owner shall not incur any liability for loss or damage by virtue of any inaccuracies or deficiencies in such surveys. The Owner shall secure and pay for title to the site and all necessary permanent or construction easements. The Owner will cooperate with the Contractor in the prosecution of the Work in such manner and to such extent as may be reasonable and shall furnish information under its control with reasonable promptness at the request of the Contractor. C-3 INSTRUCTIONS: The Owner shall issue all instructions to the Contractor through the Architect. C-4 ACCESS TO JOB SITE: The Owner shall at all times have access to the Work whenever it is in preparation and progress. The Contractor shall provide facilities for such access so the Owner may perform its assigned functions under the Contract Documents. C-5 PROGRESS INSPECTIONS: The Owner and Architect will make visits to the Site to familiarize themselves with the progress and quality of the Work and to determine if the work is proceeding in accordance with the Contract Documents. On the basis of on-site observations and reports concerning the progress and quality of the work,the Owner and Architect will approve and authorize the Contractor's applications for payments. C-6 AUTHORITY TO STOP WORK: The City will have authority to reject work that does not conform to the Plans and Specifications. Whenever, in its reasonable opinion, the City considers it necessary or advisable in order to insure the proper realization of the intent of the Plans and Specifications, the City will have authority to require the Contractor to stop the work or any portion thereof, or to require special inspection or testing of the Work whether or not such Work be then fabricated, installed or General Conditions of the Contract for Construction Lump Sum Contract(Sept 2017) Page 3 of 26 CFW PMD—Eugene McCray Community Center Expansion March 2018 completed. The Contractor shall be responsible for the cost of special inspections and testing for work that is found not to comply with the plans and specifications. C-7 SUBSTANTIAL COMPLETION INSPECTION: Upon agreement of the Contractor and Architect that the Work is substantially complete,the Owner will schedule a Substantial Completion Inspection to be conducted by the Architect and attended by representatives of the Architect, Owner and Contractor. items identified during this inspection as being incomplete, defective or deficient shall be incorporated into a punch list and attached to the AIA document G704,which is to be prepared and signed by the Contractor,and accepted,approved and signed by the Owner. C-8 RIGHT TO AUDIT: Contractor agrees that the City shall, until the expiration of three years after final payment under this contract, have access to and the right to examine any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor further agrees to include in all his subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three years after final payment under the subcontract, have access to and the right to examine any directly pertinent books,documents, papers and records of such subcontractor, involving transactions to the subcontract.The term _ "subcontract"as used herein includes purchase orders. Contractor agrees to photocopy such documents as may be requested by the city. The city agrees to reimburse Contractor for the costs of copies at the rate published in the Texas Administrative Code. C-9 TERMINATION AND SUSPENSION OF WORK: The Owner has the right to terminate the Project for any reason. If the project is terminated,the Contractor shall: a) Stop work under the Contract on the date and to the extent specified on the notice of termination. -- b) Place no further orders or subcontracts except as may be necessary for the completion of the work not terminated. C) Terminate all orders and subcontracts to the extent that they relate to the performance of the work terminated by the notice of termination. After termination as above,the City will pay the Contractor a proportionate part of the contract price based on the work completed; provided, however, that the amount of payment on termination shall not exceed the total contract price as reduced by the portion thereof allocable to the work not completed and further reduced by the amount of payments, if, any otherwise made. Contractor shall submit its claim for amounts due after termination as provided in this paragraph within 30 days after receipt of such claim. In the event of any dispute or controversy as to the propriety or allowability of all or any portion of such claim under this paragraph, such dispute or controversy shall be resolved and be decided by the City Council of the City of Fort Worth, and the decision by the City Council of the City of Fort Worth shall be final and binding upon all parties to this contract. _ SECTION D CONTRACTOR D-1 IDENTIFICATION: The Contractor is the person or organization identified as such in the Contract.The term Contractor means the Contractor or his authorized representative. D-2 INDEPENDENT CONTRACTOR: Contractor shall perform all work and services hereunder as an independent contractor, not as agent, or employee of the City. Contractor shall have exclusive control of and the exclusive right to control the details of the Work and services performed hereunder,and all persons performing same,and Contractor shall be solely responsible for the acts of its officers,agents, and employees. Nothing herein shall be construed as creating a partnership or joint enterprise between City and the Contractor,its officers,agents and employees,and the doctrine of respondent superior shall not apply. _ D-3 REVIEW OF CONTRACT DOCUMENTS: The Contractor shall carefully study and compare the Agreement, Conditions of the Contract, Drawings,Specifications,Addenda and modifications and shall at once report to the Owner and to the Architect any error, inconsistency or omission he may discover. The Contractor shall do no work without Drawings, Specifications and Interpretations. D-4 SUPERVISION: The Contractor shall supervise and direct the Work, using reasonable skill and attention. He shall be solely responsible for all construction means, methods, safety, techniques, sequences and procedures and for coordinating all portions of the Work under the Contract Documents. D-5 LABOR AND MATERIALS: Unless otherwise specifically noted, the Contractor shall provide and pay for all labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation and other facilities and services necessary for the proper execution and completion of the Work. The Contractor will use its reasonable best efforts to hire local laborers,workmen and materialmen.The general condition is not to be constructed as limiting the right of the Contractor to employee laborers,workmen or materialmen from outside local area. The Contractor shall at all times enforce strict discipline and good order among his employees, and shall not employ on the Work any unfit person or anyone not skilled in the task assigned to him. General Conditions of the Contract for Construction Lump Sum Contract(Sept 2017) Page 4 of 26 CFW PMD—Eugene McCray Community Center Expansion March 2018 D-6 COMPLIANCE WITH AND ENFORCEMENT OF PREVAILING WAGE RATE Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258,Texas Government Code (Chapter 2258), 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. 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. 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 315'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. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act(Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do 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. Recor s o e 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 the Audit section of these contract documents shall pertain to this inspection. PaV Estimates. With each partial payment estimate 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. Posting of Wage Rates. The Contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. 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. On projects where special wage rates apply(e.g.Davis-Bacon)the Contractor agrees to meet all requirements of such programs. D-7 WARRANTY: The Contractor warrants to the Owner and the Architect that all materials and equipment furnished under this Contract will be new unless otherwise specified, and that all work will be of good quality, free from faults and defects, and in conformance with the Contract Documents. All work not so conforming to these standards may be considered defective. If required by the Architect or the Owner, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. Prior to occupancy of the Project by the Owner,the Contractor warranties and obligations to correct defective Work exclude remedy for damage or defect caused by (i) abuse by the Owner's separate contractors, or (ii) modifications made by the Owner or the Owner's separate contractors.After occupancy of the Project by the Owner, the Contractor warranties and obligations to correct defective Work exclude remedy for damage or defect caused by(i) abuse, (ii) modifications not executed by the Contractor, (iii) improper or insufficient maintenance,(iv)improper operation,(v)normal wear and tear,or(vi)normal usage. _ The warranty provided in this Section shall be in addition to and not in limitation of any other warranty or remedy provided by law or the Contract Documents. D-8 TAXES: The Contractor is exempt from State Sales Tax on material incorporated into the finished construction, Excise and Use Tax.Equipment and materials not consumed by or incorporated into the work are subject to State sales taxes under House Bill 11,enacted August 15, 1991. D-9 LICENSES, NOTICES AND FEES: The Contractor shall obtain all Permits, Licenses, Certificates, and Inspections, whether permanent or temporary, required by law or these Contract Documents. The City of Fort Worth Building and Trade Permit fees are waived. Separate permits may be required for each work location.If the Contractor allows any permit to expire,he shall be responsible for all renewals including any associated fees. General Conditions of the Contract for Construction Lump Sum Contract(Sept 2017) Page 5 of 26 CFW PMD—Eugene McCray Community Center Expansion March 2018 The Contractor shall give all Notices and comply with all Laws, Ordinances, Rules, Regulations and Orders of any public authority bearing on the performance of the Work. If the Contractor observes or becomes aware that any of the Contract Documents are at variance therewith in any respect, he shall promptly notify the Architect and Owner in writing and any necessary changes will be -� made. If the Contractor performs any Work knowing that it is in violation of, or contrary to, any of such Laws, Statutes, Charter, Ordinances, Orders or Directives, or Regulations without furnishing Notice to the Architect and Owner, the Contractor will assume full responsibility therefore and bear all costs attributable thereto. D-10 CASH ALLOWANCES: The Contractor shall include in the Contract Sum all allowances stated in the Contract Documents. These allowances shall cover the net cost of the materials and equipment delivered and unloaded at the site, and all applicable taxes. The Contractors handling costs on the site, labor, installation costs, overhead, profit and other expenses contemplated for the original allowance shall be included in the Contractor Sum and not in the allowance. The Contractor shall cause the Work covered by these allowances to be performed for such amounts and by such persons as the Owner may direct, but he will not be required to employ persons against whom he makes a reasonable objection. If the cost, when determined, is more than or less than the allowance, the Contract Sum shall be adjusted accordingly by Change Order which will include additional handling costs on the site, labor, installation costs,field overhead, profit and other direct expenses resulting to the Contractor from any increase over the original allowance. — D-11 SUPERINTENDENT: The Contractor shall employ a competent superintendent and necessary assistants who shall be in attendance at the Project site during the progress of the Work. The superintendent shall be satisfactory to the Owner. The superintendent shall represent the Contractor and all communications given to the superintendent shall be binding as if given to the Contractor. Important communications will be confirmed in writing. Other communications will be so confirmed on written request in T each case. D-12 RESPONSIBILITIES FOR EMPLOYEES AND SUB-CONTRACTORS: The Contractor shall be responsible to the Owner for the acts and omissions of all his employees and all Sub-contractors, their agents and employees, and all other persons performing any of the Work under a contract with the Contractor. D-13 FAILURE TO COMMENCE WORK: Should the Contractor fail to begin the Work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans,Specifications — and Contract Documents,then the Owner shall have the right to either demand the surety to take over the Work and complete same in accordance with the Contract Documents or to take charge of and complete the Work in such a manner as it may deem proper, and if, in the completion thereof,the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof,said excess cost. D-14 PROGRESS SCHEDULE: The Contractor, immediately after being awarded the contract, shall prepare and submit for the Architect's and Owners approval, an estimated progress schedule for the Work. The progress schedule shall be related to the entire Project and indicate critical path.This schedule shall indicate the dates for the starting and completion of the various states of -• construction and shall be revised as required by the conditions of the Work,subject to the Architect's approval. It shall also indicate the dates for submission and approval of shop drawings and submittals as well as the delivery schedule for major pieces of equipment and/or materials. The Contractor shall submit an updated progress schedule to the Architect and Owner at least monthly for approval along with the Contractor's monthly progress payment requests. D-15 DRAWINGS AND SPECIFICATIONS AT THE SITE: The Contractor shall maintain at the site for the Owner one copy of all Drawings, Specifications, Addenda, approved Shop Drawings, Change Orders, and other Changes and Amendments in good order and marked to record all changes made during construction. These shall also be available to the Architect. The Drawings, marked to record all changes made during construction,shall be delivered to the Owner upon completion of the Work. The Architect will prepare,and provide to the Owner,one complete set of reproducible record drawings of the Work. D-16 SHOP DRAWINGS AND SAMPLES: Shop Drawings are drawings, diagrams, illustrations, schedules, performance charts, brochures and other data which are prepared by the Contractor or any Subcontractor, manufacturer,supplier or distributor, and which illustrate some portion of the Work.These may be provided in an electronic format acceptable to the Architect. Samples are physical examples furnished by the Contractor to illustrate materials, equipment or workmanship, and to establish — standards by which the Work will be judged.Three copies of all physical examples shall be provided. The Contractor shall review, approve,and submit,with reasonable promptness and in orderly sequence so as to cause no delay in the Work or in the work of any other contractor, normally within the first 90 days of the work, six copies of all shop Drawings and — Samples required by the Contract Documents or subsequently by the Architect as covered by changes or amendments. Shop Drawings and Samples shall be properly identified as specified, or as the Architect may require. At the time of submission the Contractor shall inform the Architect in writing of any deviation in the Shop Drawings or Samples from the requirements of the Contract Documents. — By approving and submitting Shop Drawings and Samples,the Contractor thereby represents that he has determined and verified all field measurements, field construction criteria, materials, catalog numbers and similar data, and that he has checked and coordinated each shop drawing given in the Contract Documents. The Architect's approval of a separate item shall not indicate approval of an assembly in which the item functions. — General Conditions of the Contract for Construction Lump Sum Contract(Sept 2017) Page 6 of 26 CFW PMD-Eugene McCray Community Center Expansion March 2018 The Architect will review and approve Shop Drawings and Samples with reasonable promptness so as to cause no delay, but only for conformance with the design concept of the Project and with the information given in the Contract Documents. The Architect's approval of a separate item shall not indicate approval of an assembly in which the item functions. The Contractor shall make any corrections required by the Architect and shall resubmit the required number of corrected copies of Shop Drawings or new Samples until approved. The Contractor shall direct specific attention in writing or on resubmitted Shop Drawings to revisions other than the corrections requested by the Architect on previous submissions. The Architect's approval of Shop Drawings or Samples shall not relieve the Contractor of responsibility for any deviation from the requirements of the Contract Documents unless the Contractor has informed the Architect in writing of such deviation at the time of submission and the Architect has given written approval to the specific deviation. Architect's approval shall not relieve the Contractor from responsibility for errors or omissions in the Shop Drawings or Samples. No portion of the Work requiring a Shop Drawing or Sample submission shall be commenced until the Architect has approved the submittal.All such portions of the Work shall be in accordance with approved Shop Drawings and Samples. D-17 SITE USE: The Contractor shall confine operations at the site to areas permitted by law, ordinances, permits and the Contract Documents and shall not unreasonably encumber the site with any materials or equipment. Until acceptance of the Work by the City,the entire site of the Work shall be under the exclusive control,care and responsibility of the Contractor.Contractor shall take every precaution against injury or damage to persons or property by the action of the elements or from any other cause whatsoever.The Contractor shall rebuild,repair, restore and make good at his own expenses all injuries or damages to any portions of the Work occasioned by any of the above,caused before acceptance. D-18 CUTTING AND PATCHING OF WORK: The Contractor shall do all cutting, fitting or patching of his Work that may require making its several parts fit together properly, and shall not endanger any Work by cutting, excavating or otherwise altering the Work or any part of it. D-19 CLEAN UP: The Contractor at all times shall keep the premises free from accumulation of waste materials or rubbish.At the completion of the Work he shall remove all his waste materials and rubbish from and about the Project as well as all his tools, construction equipment,machinery and surplus materials,and shall clean all glass surfaces and leave the Work"Broom-clean"or Its equivalent,except at otherwise specified. In addition to removal of rubbish and leaving the buiktings"broom-clean",Contractor shall clean all glass, replace any broken glass, remove stains,spots,marks and dirt from decorated work, clean hardware, remove paint spots and smears from all surfaces,clean fixtures and wash all concrete,tile and terrazzo floors. If the Contractor fails to clean up,the Owner may do so,and the cost thereof shall be charged to the Contractor. D-20 COMMUNICATIONS: As a general rule, the Contfactor shall forward all communications to the Owner through the ,4 Architect. D-21 CONTRACTOR REQUIREMENTS ON FEDERALLY FUNDED PROJECTS: Contractor shall observe and comply with the requirements of the City of Fort Worth Fiscal Department, Intergovernmental Affairs and Grants Management as outlined in the Supplemental Conditions contained in the Project Manual. SECTION E SUBCONTRACTORS E-1 DEFINITION: A Subcontractor is a person or organization that has a direct contract with the Contractor to perform any of the Work at the site. The term Subcontractor is referred to throughout the Contract Documents as if singular in number and masculine in gender and means a Subcontractor or his authorized representative. Nothing contained in the Contract, Documents shall create any contractual relation between the Owner and the Architect and any subcontractor or any of his sub-subcontractors or materialmen. E-2 AWARD OF SUBCONTRACTS: The Contractor shall furnish a list of the names of the subcontractors or other persons or organizations (including those who are to furnish materials or equipment fabricated to a special design) proposed for such portions of the Work as may be designated in the bidding requirements,or if none is so designated in the bidding requirements,the names of the Subcontractors proposed for the principal portions of the Work. Prior to the award of the Contract,the Architect shall notify the successful bidder in writing if either the Owner or Architect,after due investigation, has reasonable objection to any person or organization on such list.Failure of the Owner and Architect to make an objection to any person or organization on the list prior to the award of this Contract shall not constitute acceptance of such person or organization. If,prior to the award of the Contract,the Owner or Architect has an objective to any person or organization on such list,and refuses to accept such person or organization,the apparent low bidder may, prior to the award, withdraw his bid without forfeiture of bid security. If such bidder submits an acceptable substitute, the Owner may, at its discretion, accept the bid or he may disqualify the bid. If, after the award, the Owner or Architect objects in writing to any person or organization on such list, the Contractor shall provide an acceptable substitute. The Contractor shall not make any substitution for any Subcontractor or person or organization that has been accepted by the Owner and the Architect,unless the substitution is also acceptable to the Owner and the Architect. General Conditions of the Contract for Construction Lump Sum Contract(Sept 2017) Page 7 of 26 CFW PMD—Eugene McCray Community Center Expansion March 2018 E-3 TERMS OF SUBCONTRACTS: All work performed for the Contractor by a Subcontractor shall be pursuant to an appropriate agreement between the Contractor and the Subcontractor(and where appropriate between Subcontractors and Sub- subcontractors)which shall contain provisions that: 1. Preserve and protect the rights of the Owner and the Architect under the Contract with respect to the Work to be performed under the subcontract so that the subcontracting thereof will not prejudice such rights; 2. Require that such Work be performed in accordance with the requirements of the Contract Documents; 3. Require submission to the Contractor of applications for payment under each subcontract to which the Contractor is a party, in reasonable time to enable the Contractor to apply for payment; 4. Require that all claims for additional costs, extensions of time, damages for delays or otherwise with respect to subcontracted portions of the Work shall be submitted to the Contractor(via any Subcontractor or Sub-subcontractor where appropriate) in the manner provided in the Contract Documents for like claims by the Contractor upon the Owner; 5. Waive all rights the contracting parties may have against one another for damages caused by fire or other perils covered by the property insurance,except such rights,if any,as they may have to proceeds of such insurance held by the Owner,and, 6. Obligate each Subcontractor specifically to consent to the provisions of this Section All of the provisions set out in this section shall be deemed to have been included in every subcontract,and every subcontract shall �. be so construed and applied as to the Owner and the Architect, whether or not such provisions are physically included in the sub- contract. E-4 MINORITY BUSINESS ENTERPRISE (MBE): Should the base proposal be $50,000 or less, the requirements of this section do not apply. T' As of June 1, 2012, The City of Fort Worth is implemented a new Business Diversity Ordinance (BDO) to reflect the City's availability and disparity study findings and recommendations. During this transition period, interested Offerors must obtain a MBE listing from the M/WBE Office. This will ensure that MBE listings reflect only those currently certified by the North Central Texas Regional Certification Agency(NCTRCA)located in the six(6)-county geographic marketplace that have been accepted by the City. The City's geographic marketplace includes the counties of: Tarrant, Dallas, Denton, Johnson, Parker and Wise. Offerors are strongly encouraged to confirm that each MBE that it intends to use is located in the geographic marketplace that will be counted towards the established goal. In accordance with City of Fort Worth Diversity Business Ordinance (BDO) No 20020-12-2011 (the "Ordinance"), the City of Fort Worth sets goals for the participation of Minority Business Enterprises (MBE)in City contracts. Ordinance No 20020-12-2011 is incorporated in these General Conditions by reference. A copy of the Ordinance may be obtained from the Office of the City Secretary. Failure to comply with the Ordinance shall be a material breach of contract. Prior to Award: The MBE documentation required by the procurement solicitation must be submitted within five city business days after the proposals are opened. Failure to comply with the City's Business Diversity Ordinance, or to demonstrate a "good faith effort",shall result in a bid being considered non-responsive. —, During Construction: Contractor shall provide copies of subcontracts or cosigned letters of intent with approved MBE subcontractors and or suppliers prior to issuance of the Notice to Proceed. Contractor shall also provide monthly reports on utilization of the subcontractors to the MNVBE Office and the designated representative identified from within the Facilities Management Division. Contractor must provide the City with complete and accurate information regarding actual work performed by an MBE on the contract and proof of payment thereof. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE. The misrepresentation of facts and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state, or local laws or ordinances relating to false statement. An Offeror who intentionally and/or knowingly — misrepresents material facts shall be determined to be an irresponsible Offeror and barred from participating in City work for a period of time of not less than three(3)years. The failure of an Offeror to comply with this ordinance where such non-compliance constitutes a material breach of contract as stated herein,may result in the Offeror being determined to be an irresponsible Offeror and barred from participating in City work for a period of time of not less than one(1)year. ■. The Contractor may count toward the goal any tier of MBE subcontractors and/or suppliers. The Contractor may count toward its goal a portion of the total dollar amount of the contract with a joint venture equal to the percentage of the MBE participation in the joint venture for a clearly defined portion of the work to be performed. All subcontractors used in meeting the goals must be certified prior to the award of the Contract. Change Orders: Whenever a change order affects the work of an MBE subcontractor or supplier, the MBE shall be given an opportunity to perform the work. Whenever a change order is$50,000 or more,the MNVBE Office Coordinator shall determine the goals applicable to the work to be performed under the change order. — During the term of the contract the Contractor shall: 1. Make no unjustified changes or deletions in its MBE participation commitments submitted with the bid/proposal or during negotiation,without prior submission of the proper documentation for review and approval by the MNVBE Office. General Conditions of the Contract for Construction Lump Sum Contract(Sept 2017) Page 8 of 26 CFW PMD—Eugene McCray Community Center Expansion March 2018 2. If substantial subcontracting and/or supplier opportunities arise during the term of any contract when the Contractor represented in its bid/proposal to the City that it alone would perform the subcontracting/supplier opportunity work, the Contractor shall notify the City before subcontracts for work and/or supplies are awarded and shall be required to comply with subsections of the Ordinance,exclusive of the time requirements stated in such subsections. 3. The Contractor shall submit to the M/WBE Office for approval an MBE REQUEST FOR APPROVAL OF CHANGE FORM, if, i during the term of any contract,the Contractor wishes to change or delete one or more MBE subcontractors or suppliers. Justification for change of subcontractors may be granted for the following: 1. An MBE's failure to provide Workers'Compensation Insurance evidence as required by state law;or 2. An MBE's-failure to provide evidence of general liability or other insurance under the same or similar terms as contained in the Contract Documents with limits of coverage no greater than the lower of 1)the limits required of the Contractor by the City; or 2)the limits contained in the Contractor's standard subcontract or supply agreements used on other projects of similar size and scope and within the Contractor's normal business practice with non-MBE subcontractors/sub consultant's or suppliers;or 3. An MBE's failure to execute the Contractor's standard subcontract form, if entering a subcontract is required by the Contractor in its normal course of business, unless such failure is due to: a) A change in the amount of the previously agreed to bid or scope of work;or b) The contract presented provides for payment once a month or longer and the Contractor is receiving payment from the City twice a month;or C) Any limitation being placed on the ability of the MBE to report violations of the Ordinance or any other ordinance or violations of any state or federal law or other improprieties to the City or to provide notice of any claim to the Contractor's surety company or insurance company. d) Mediation shall be a consideration before the request feFchange is approved. 4. An MBE defaults in the performance of the executed subcontract. In this event,the Contractor shall: �. a) Request bids from all MBE subcontractors previously submitting bids for the work, b) If reasonably practicable,request bids from previously nrsn-b)dding MBEs,and C) Provide to the M/WBE Office documentation of compliance with(a)and(b)above. 5. Any reason found to be acceptable by the M/WBE Office in its sole discretion. Within ten days after final payment from the City the Contractor shall provide the M/WBE Office with documentation to reflect final participation of each subcontractor and supplier, including non-MBEs,used on the project. E-5 PAYMENTS TO SUBCONTRACTORS: The Contractor shall pay each Subcontractor, upon receipt of payment from the = Owner, an amount equal to the percentage of completion allowed to the Contractor on account of such Subcontractor's Work. The Contractor shall also require each Subcontractor to make similar payments to his subcontractors. If the Owner refuses to issue a Certificate for Payment for any cause which is the fault of the Contractor and not the fault of a particular subcontractor,the Contractor shall pay that Subcontractor on demand,made at any time after the Certificate for Payment would otherwise have been issued,for his Work to the extent completed,less the retained percentage. The Contractor shall pay each Subcontractor a just share of any insurance monies received by the Contractor, and he shall require each Subcontractor to make similar payments to his Subcontractors. The Owner may, on request and at its discretion,furnish to any Subcontractor, if practicable, information regarding percentages of completion certified to the Contractor on account of Work done by such Subcontractors. Neither the Owner nor the Architect shall have any obligation to pay or to see to the payment of any monies to any Subcontractor. E-6 SUBCONTRACTOR REQUIREMENTS FOR ECONOMIC DEVELOPMENT ADMINSTRATION (EDA) FUNDED PROJECTS: The Contractor will cause appropriate provisions to be inserted in all subcontracts to bind subcontractors to FDA contract requirements as contained herein and to 15 CFR 24 or OMB Circular A-110,as appropriate. Each subcontractor must agree to comply with all applicable Federal,State, and local requirements in addition to those set forth in this section. = No subcontractor will be employed on this Project, except as specifically approved by the City, who is contained in the listing of contractors debarred, ineligible, suspended or indebted to the United States from contractual dealings with Federal government General Conditions of the Contract for Construction Lump Sum Contract(Sept 2017) Page 9 of 26 CFW PMD—Eugene McCray Community Center Expansion March 2018 departments. The work performed by any such contractor or subcontractor will be ineligible for reimbursement wholly or partially from EDA grant fluids. All subcontracts in excess of$10,000 shall include, or incorporate by reference, the equal opportunity clause of Executive Order 11246. All subcontracts must contain a nondiscrimination clause. Each subcontract must contain a requirement for compliance with the Davis-Bacon and related acts. Each subcontractor must submit weekly each weekly payroll record and a weekly statement of compliance. These documents will be submitted to the prime contractor who will compile them and submit to the City.The subcontractor can satisfy this requirement by submitting a properly executed Department of Labor Form WH-347. Each subcontract with every subcontractor must contain a clause committing the subcontractor to employment of local labor to the maximum extent possible. — All subcontractors who employ more than 50 employees, and is a prime or first tier subcontractor, and has a subcontract or purchase order of$50,000 or more must submit a completed Standard Form 100(Compliance Report)by March 30 of each year. Subcontractors performing work in areas covered by published goals for minorities will be required to report monthly on Form CC- 257. SECTION F — SEPARATE CONTRACTS F-1 OWNER'S RIGHT: The Owner reserves the right to award separate contracts in connection with other portions of the Work. When separate contracts are awarded for other portions of the Work, "the Contractor' in the Contract Documents in each ,r case shall be the contractor who signs each separate contract. F-2 MUTUAL RESPONSIBILITY OF CONTRACTORS: The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and equipment and the execution of their work, and shall properly connect and coordinate his work with theirs. If any part of the Contractor's Work depends for proper execution or results upon the work of any other separate contractor, the Contractor shall inspect and promptly report to the Owner any apparent discrepancies or defects in such work that render it unsuitable for such proper execution and results. Failure of the Contractor to inspect and report shall constitute an acceptance of the — other contractor's work as fit and proper to receive his Work, except as to defects which may develop in the other separate contractor's work after the execution of the Contractor's Work. Should the Contractor cause damage to the work or property of any separate contractor on the site,the Contractor shall, upon due — notice,settle with such other contractor by agreement, if he will so settle. If such separate contractor sues the Owner on account of any damage alleged to have been so sustained, the Owner shall notify the Contractor who shall defend against such suit at the Contractor's expense, and if any judgment against the Owner arises therefrom, the Contractor shall pay or satisfy such judgment and shall reimburse the Owner for all attorney's fees, court costs and expenses which the Owner has incurred in connection with such suit. F-3 CUTTING AND PATCHING UNDER SEPARATE CONTRACTS: The Contractor shall do all cutting,fitting or patching of his Work that may be required to fit it to receive or be received by the work of other contractors shown in the Contract Documents. The Contractor shall not endanger any work or any other contractors by cutting,excavating or otherwise altering any work and shall — not cut or alter the work of any other contractor except with the written consent of the Architect. Any costs caused by defective or ill-timed work shall be borne by the party responsible therefor. F-4 OWNER'S RIGHT TO CLEAN UP: If a dispute arises between the separate contractors as to their responsibility for — cleaning up, the Owner may clean up and charge the cost thereof to the several contractors as the Director of the Project Management Department shall determine to be just. SECTION G MISCELLANEOUS PROVISIONS G-1 CONFLICT OF LAWS: The law of the place where the site is located shall govern the Contract. The Contractor must — familiarize himself and strictly comply with all Federal,State,and County and City Laws,Statutes,Charter,Ordinances,Regulations, or Directives controlling the action or operation of those engaged upon the work affecting the materials used.He shall indemnify and save harmless the City and all of its officers and agents against any claim or liability arising from or based on the violation of any such Laws,Statutes,Charter,Ordinances,Regulations,or Directives,whether by himself,his employees,agents or subcontractors. General Conditions of the Contract for Construction Lump Sum Contract(Sept 2017) Page 10 of 26 CFW PMD—Eugene McCray Community Center Expansion March 2018 G-2 GOVERNING LAWS: It is mutually agreed and understood that this agreement is made and entered into by the parties _ hereto with reference to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with reference to and governing all matters affecting this Contract,and the Contractor agrees to fully comply with all the provisions of the same. G-3 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In performing their duties under the Statutes of the State of Texas and the Charter and Ordinances of the City of Fort Worth in connection with this Contract,or in exercising any of the powers granted the Owner herein, the officers, agents and employees of the City of Fort Worth are engaged in the performance of a governmental function and shall not incur any personal liability by virtue of such performance hereunder, except for gross negligence or willful wrong. G-4 COMPLIANCE WITH LAWS: Contractor agrees to comply with all laws, Federal, state and local, including all ordinances,rules and regulations of the City of Fort Worth,Texas. Materials incorporated into the finished Project are not subject to State Sales Tax. The Owner is responsible for obtaining the Building Permit. The Contractor and the appropriate subcontractor are responsible for obtaining all other construction permits from the governing agencies. Contractor shall schedule all code inspections with the Code Inspection Division in accordance with the permit requirements. Building, plumbing, electrical and mechanical building permits are issued without charge. Water and sewer tap, impact & access fees will be paid by the City. Any other permit fees are the responsibility of the Contractor. G-5 INDEMNIFICATION: Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition,Contractor covenants and agrees to indemnify, hold harmless and defend,at its own expense,the Owner,its officers,servants and employees,from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees,subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused,in whole or in part,by the negligence or alleged neg/i_gence of Owner,its officers,servants, or employees. C-Gnt€sctor likewise covenants and-agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers,servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of Owner,its officers,servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment,final payment shall not be made until Contractor either(a)submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved,or(b)provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to whom a claim for damages is outstanding as a result of work performed under a City Contract. G-6 SUCCESSORS AND ASSIGNS: Except as provided in Paragraph E-2,this contract shall be binding upon and insure to the benefit of the parties hereto,their Successors or Assigns.Contractor shall not assign or sublet all or any part of this Contract or his rights or duties hereunder without the prior written consent of the Owner.Any such purported assignment or subletting without the prior written consent of Owner shall be void. G-7 WRITTEN NOTICE: Written Notice shall be deemed to have been duly served if delivered in person to the individual or member of the firm or to an officer of the corporation for whom it was intended, or if delivered at or sent by registered or certified mail to the last business address known to him who gives the notice. G-8 SURETY BONDS: Surety Bonds are required on all City contracts in excess of$25,000. The Contractor agrees, on the submittal of his Proposal to make, execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnished in the prosecution of the Work, such bonds being as provided and required in Article 5160 of the Revised Civil Statutes of Texas, as amended,in the form included in the Contract Documents, and such bonds shall be 100 percent of the total contract price,and the said surety shall be a surety company duly and legally authorized to do business in the State of Texas,and acceptable to the City Council of the City of Fort Worth. Bonds shall be made on the forms furnished by or otherwise acceptable to the City. Each bond shall be properly executed by both the Contractor and the Surety Company. Bonds required by the City shall be in compliance with all relevant local,state and federal statutes. To be an acceptable surety on the bond the name of the surety should be included on the current U.S.Treasury List of Acceptable Securities[Circular 570],and must be authorized to do business in Texas. Sureties not listed in Circular 570 may write performance and payment bonds on a project without reinsurance to the limit of 10 percent of its capital and surplus. Such a surety must reinsure any obligation over 10 percent.The amount in excess of 10 percent must be reinsured by reinsurers who are duly authorized,accredited,or trusteed to do business in the State of Texas. General Conditions of the Contract for Construction Lump Sum Contract(Sept 2017) Page 11 of 26 CFW PMD—Eugene McCray Community Center Expansion March 2018 Should any surety for the contracted project be determined unsatisfactory at any time during same,the Contractor shall immediately provide a new surety bond satisfactory to the City. If the contract amount is$25,000 or less,payment to the Contractor shall be made in one lump sum.Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the City. G-9 OWNER'S RIGHT TO CARRY OUT THE WORK: If the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents or fails to perform any provision of the Contract,the Owner may,without prejudice to any other remedy he may have, enter the site and make good such deficiencies. In such case an appropriate Change Order shall be issued deducting from the payments then or thereafter due the Contractor the cost of correcting such deficiencies,including the cost of the Architect's additional services made necessary by such default, neglect or failure. If the payments then or thereafter due the Contractor are not sufficient to cover such amount,the Contract shall pay the difference to the Owner. G-10 ROYALTIES AND PATENTS: The Contractor shall pay all royalties and license fees. He shall defend all suits or claims for infringement of any patent rights and shall save the Owner harmless from loss on account thereof and shall be responsible for all such loss when a particular design,process or the product of a particular manufacturer or manufacturers is specified;however,if the Contractor has reason to believe that the design,process or product specified is an infringement of a patent,he shall be responsible for such loss unless he promptly gives such information to Owner. G-11 TESTS: If the Contract Documents, Laws, Ordinances, Rules, Regulations or Orders of any public authority having jurisdiction require any Work to be inspected,tested or approved,the Contractor shall give the Owner timely notice of its readiness and the date arranged so the Architect may observe such inspection, testing or approval. The Owner shall bear all costs of such inspection,tests and approvals unless otherwise provided. If after the commencement of the Work, the Owner determines that any work requires special inspection, testing or approval not ' included above, the Architect, upon written authorization from the Owner, will instruct the Contractor to order such special inspection, testing or approval, and the Contractor shall give notice as required in the preceding paragraph. If such special inspection or testing reveals a failure of the Work to comply(1)with the requirements of the Contract Documents or(2)with respect to the performance of the Work, with Laws, Statutes, Charter, Ordinances, Regulations or Orders of any public authority having jurisdiction;the Contractor shall bear all costs thereof, including the Amb-hidservices made neoeseary-by such costs; otherwise the Owner shall bear such costs,and an appropriate Change Order shall be issued. The Contractor shall secure certificate of inspection,testing or approval, and three copies will be promptly delivered by him to the _ Architect.The Architect will review the certificates and forward one copy of each with his recommendation(s)to the Owner. If the Owner wishes to observe the inspections,tests or approvals required by this Section, they will do so promptly and, where practicable,at the source of supply. Neither the observations of the Architect or the Owner in their administration of the Construction Contract, nor inspections,tests or approvals by persons other than the Contractor shall relieve the Contractor from his obligations to perform the Work in accordance with the Contract Documents. G-12 INTERRUPTION OF EXISTING UTILITIES SERVICES: The Contractor shall perform the Work under this Contract with a ! minimum of outage time for all utilities. Interruption shall be by approved sections of the utility. In some cases, the Contractor may be required to perform the Work while the existing utility is in service. The existing utility service may be interrupted only when approved by the Owner.When it is necessary to interrupt the existing utilities,the Contractor shall notify the Owner in writing at least ten days in advance of the time that he desires the existing service to be interrupted. The interruption time shall be kept to a minimum.Depending upon the activities at an existing facility that requires continuous service from the existing utility,an interruption may not be subject to schedule at the time desired by the Contractor. In such cases,the interruption may have to be scheduled at a time of minimum requirements of demand for the utility.The amount of time requested by the Contractor of existing utility services shall be as approved by the Owner. G-13 LAYING OUT WORK: The Contractor shall verify dimensions and elevations indicated in layout of existing work. Discrepancies between Drawings, Specifications, and existing conditions shall be referred to the Architect for adjustment before work affected is performed. Failure to make such notification shall place responsibility upon Contractor to carry out work in satisfactory workmanlike manner at the Contractor's sole expense. The Contractor shall be held responsible for the location and elevation of all the construction contemplated by the Construction Documents. Prior to commencing work,the Contractor shall carefully compare and check all Architectural, Structural, Mechanical an Electrical drawings; each with the other that in any affects the locations or elevation of the work to be executed by him, and should any discrepancy be found, he shall immediately report the same to the Architect for verification and adjustment.Any duplication of work made necessary by failure or neglect on his part to comply with this function shall be done at the Contractor's sole expense. _ G-14 MEASUREMENTS: Before ordering any material or doing any work,the Contractor shall verify all measurements at the site or at the building and shall be wholly responsible for the correctness of same. No extra charge or compensation will be allowed on account of any difference between actual dimensions and dimensions indicated on the drawings. Any difference that may be found shall be submitted to the Architect for consideration and adjustment before proceeding with the project. General Conditions of the Contract for Construction Lump Sum Contract(Sept 2017) Page 12 of 26 CFW PMD—Eugene McCray Community Center Expansion March 2018 G-15 EXISTING OVERHEAD OR UNDERGROUND WORK: The Contractor shall carefully check the site where the project is to be erected and observe any existing overhead wires and equipment.Any such work shall be moved, replaced or protected, as required,whether or not shown or specified at the Contractor's sole expense. Attention is directed to the possible existence of pipe and other underground improvements that may or may not be shown on the Drawings.All reasonable precautions shall be taken to preserve and protect any such improvements whether or not shown on the Drawings. Location of existing underground lines, shown the Drawings are based on the best available sources, but are to be regarded as approximate only.Exercise extreme care in locating and identifying these lines before excavation in adjacent areas. G-16 ALIGNMENT OF JOINTS IN FINISH MATERIALS: It shall be the responsibility of the Contractor to make certain in the installation of jointed floor,wall and ceiling materials that: 1. Preserve and protect the rights of the Owner and the Architect under the Contract with respect to the Work to be performed under the subcontract so that the subcontracting thereof will not prejudice such rights; 2. Place joints to relate to all opening and breaks in the structure and be symmetrically placed wherever possible. This includes heating registers,light fixtures,equipment,etc. .� If because of the non-related sizes of the various materials and locations of openings, etc., it is not possible to accomplish the above, the Contractor shall request the Architect to determine the most satisfactory arrangement. The Contractor shall establish centerlines for all trades. G-17 INTEGRATING EXISTING WORK: The Contractor shall protect all existing street and other improvements from damages. Contractor's operations shall be confined to the immediate vicinity of the new work and shall not in any interfere with or obstruct the ingress or egress to and from existing adjacent facilities. Where new site work is to be connected to existing work,special care shall be exercised by fhe Contractor not to disturb or damage the existing work more than necessary.All damaged work shall be replaced,repaired and restored to its original condition at no cost to the Owner. G-18 HAZARDOUS MATERIAL CERTIFICATION: It is the intent of the contract documents,whether expressly stated or not, that nothing containing hazardous materials,such as asbestos,shall be incorporated in to the project. The Contractor shall exercise every reasonable precaution to ensure that asbestos-containing materials are not incorporated into any portion of the project, including advising all materials suppliers and subcontractors of this requirement. The Contractor shall verify that components containing lead do not contact the potable water supply. G-19 LOCATION OF EQUIPMENT AND PIPING: Drawing showing location of equipment, piping, ductwork, etc. are diagrammatic and job conditions may not always permit their installation in the location shown.When this situation occurs,it shall be brought to the Architect's attention immediately and the relocation determined in a joint conference. The Contractor will be held responsible for the relocating of any items without first obtaining the Architect's approval. He shall remove and relocate such items at his own expense if so directed by the Architect. Where possible; uniform margins shall be maintained between parallel lines and/or adjacent wall,floor or ceiling surfaces. G-20 OVERLOADING: The Contractor shall be responsible for loading of any part or parts of structures beyond their safe carrying capacities by placing of materials, equipment, tools, machinery or any other item thereon. No loads shall be placed on floors or roofs before they have attained their permanent and safe strength. G-21 MANUFACTURER'S INSTRUCTIONS: Where it is required in the Specifications that materials, products, processes, equipment, or the like be installed or applied in accordance with manufacturer's instructions,direction or specifications,or words to this effect, it shall be construed to mean that said application or installation shall be in strict accordance with printed instructions furnished by the manufacturer of the material concerned for use under conditions similar or those at the job site.Six copies of such instructions shall be furnished to the Architect and his approval thereof obtained before work is begun. G-22 CLEANING UP: The Contractor shall keep the premises free from accumulation of waste material or rubbish caused by employees or as a result of the Work. At completion of work,the General Contractor shall, immediately prior to final inspection of complete building,execute the following final cleaning work with trained janitorial personnel and with material methods recommended by the manufactures of installed materials. 1. Sweep and buff resilient floors and base,and vacuum carpeting. 2. Dust all metal and wood trim and similar finished materials. 3. Clean all cabinets and casework. 4. Dust all ceilings and walls. 5. Dust,and if necessary wash,all plumbing and electrical fixtures. General Conditions of the Contract for Construction Lump Sum Contract(Sept 2017) Page 13 of 26 CFW PMD—Eugene McCray Community Center Expansion March 2018 6. Wash all glass and similar non-resilient materials. 7. All hardware and other unpainted metals shall be cleaned and polished and all equipment and paint or decorated work shall be cleaned and touched-up if necessary, and all temporary labels, tags, and paper coverings removed throughout the buildings. Surfaces that are waxed shall be polished. 8. The exterior of the building,the grounds, approaches,equipment,sidewalks,streets,etc. shall be cleaned similar to interior of buildings and left in good order at the time of final acceptance. All paint surfaces shall be clean and unbroken,hardware shall be clean and polished,all required repair work shall be completed and dirt areas shall be scraped and cleared of weed growth. 9. Clean all glass surfaces and mirrors of putty, paint materials,etc.,without scratching or injuring the glass and leave the work bright,clean and polished.Cost of this cleaning work shall be borne by Contractor. 10. Cleaning, polishing, scaling,waxing and all other finish operations indicated on the Drawings or required in the Specifications shall be taken to indicate the required condition at the time of acceptance of all work under the Contract. 11. Burning:Burning of rubbish on the premises will not be permitted. G-23 DUST CONTROL: Precaution shall be exercised at all times to control dust created as a result of any operations during the construction period. If serious problems or complaints arise due to air-borne dust, or when directed by the Architect, operations _ causing such problems shall be temporarily discontinued and necessary steps taken to control the dust. G-24 FIRE PROTECTION: The Contractor shall at all times maintain good housekeeping practices to reduce the risk of fire damage or injury to workmen.All scrap materials, rubbish and trash shall be removed daily from in and about the building and shall not be permitted to be scattered on adjacent property. Suitable storage space shall be provided outside the immediate building area for storing flammable materials and paints;no storage will be permitted in the building.Excess flammable liquids being used inside the building shall be kept in closed metal container and removed from the building during unused periods. �. A fire extinguisher shall be available at each location where cutting or welding is being performed.Where electric or gas welding or cutting work is done,interposed shields of incombustible material shall be used to protect against fire damage due to sparks and hot metal.When temporary heating devices are used,a watchman shall be present to cover periods when other workmen are not on the premises. The Contractor shall provide fire extinguishers in accordance with the recommendations and NFPA Bulletins Nos. 10 and 241. However,in all cases a minimum of two fire extinguishers shall be available for each floor of construction. G-25 CUTTING AND PATCHING: Wherever cutting and removal of portions of the existing work is indicated, such work shall be neatly sawed or cut by Contractor in a manner that will produce a neat straight line, parallel to adjacent surfaces or plumb for vertical surfaces.Care should be exercised not to damage any work that is to remain. At no time shall any structural members be cut without written consent from the Architect. G-26 PROJECT CLOSEOUT Final Inspection, Record Drawings: Attention is called to General Conditions Section entitled, "Substantial Completion and Final Payment". Maintenance Manual:Sheets shall be 8 M."x 11",except pull out sheets may be neatly folded to 8'/2"x 11".Manuals shall be bound in plastic covered,3 ring, loose leaf binder with title of project lettered on front and shall contain: 1) Name,address and trade of all sub-contractors. 2) Complete maintenance instructions; name, address, and telephone number of installing Contractor, manufacturer's local representative,for each piece of operative equipment. 3) Catalog data on plumbing fixtures, valves, water heaters, heating and cooling equipment, temperature control, fan, electrical panels,service entrance equipment and light fixtures. 4) Manufacturer's name, type, color designation for resilient floors, windows, doors, concrete block, paint, roofing, and other materials. Submit three digital electronic copies of Maintenance Manuals,prior to request for final payment. Operational Inspection and Maintenance Instruction: The Contractor shall provide at his expense, competent manufacturer's representatives to completely check out all mechanical and electrical systems and items covered by the Drawings and Specifications. This requirement shall be scheduled just prior to and during the initial start-up. After all systems are functioning properly the representatives shall instruct maintenance personnel of the Owner in the proper operation and maintenance of each item. General Conditions of the Contract for Construction Lump Sum Contract(Sept 2017) Page 14 of 26 CFW PMD—Eugene McCray Community Center Expansion March 2018 G-27 GUARANTEE AND EXTENDED GUARANTEE: Upon completion of the Project, prior to final payment, guarantees required by technical divisions of Specifications shall be properly executed in quadruplicate by subcontractors and submitted through the Contractor to Architect.Delivery of guarantees shall not relieve Contractor from any obligation assumed under Contract. The Contractor shall guarantee the entire Project for one year. In addition,where separate guarantees,for certain portions of work, are for longer periods, General Contractor's guarantee shall be extended to cover such longer periods. Manufacturer's extended warrantees shall be included in this contract. Guarantees shall become valid and operative and commence upon issuance of Certificate of Inspection and Acceptance by Owner. Guarantees shall not apply to work where damage is result of abuse,neglect by Owner or his successor(s)in interest. The Contractor agrees to warrant his work and materials provided in accordance with this contract and the terms of the Technical Specifications contained herein. Unless supplemented by the Technical Specifications or the manufacturer's normal extended warrantees,the Contractor shall warrant all work materials,and equipment against defects for a period of one year from the date of final acceptance. The Contractor further agrees to bear all costs of making good all work that is found to be defective or not provided in accordance with the Contract Documents. Additionally if the facility or contents are damaged due to defective materials or workmanship of the Contractor, the Contractor further agrees to bear all cost of repairing and/or replacing damaged items and components to bring such items back to at least their original condition. G-28 RECORD DRAWINGS: Upon completion of the Work and prior to application for final payment, one print of each of the drawings accompanying this specification shall be neatly and clearly marked in red by the Contractor to show variations between the construction actually provided and that indicated or specified in the Contract Documents. The annotated documents shall be delivered to Architect. Where a choice of materials and/or methods is permitted herein and where variations in the scope or character of the work from the entire work indicated or specified are permitted either by award of bidding items specified for that purpose, or by subsequent change to the drawings, the record drawings shall define the construction actually provided. The representation of such variations shall conform to standard drafting practice and shall include supplementary notes, legends and details which may be necessary for legibility and clear portrayal of the actual construction. The record drawings shall indicate, in addition,the actual location of all sub-surface utility lines,average depth belowthe surface and other appurtenances. G-29 CONSTRUCTION FENCE: The Contractor shall provide a substantial chain-link construction fence around all or a part of the site. The fences and gates must be maintained throughout the construction period. Remove the fences and gates upon completion of the Project and restore the site to the required original or contract condition. G-30 PRODUCT DELIVERY,STORAGE, HANDLING: The Contractor shall handle,store and protect materials and products, including fabricated components, by methods and means which will prevent damage, deterioration and loss;inctuding theft (and = resulting delays), thereby ensuring highest quality results as the work progresses. Control delivery schedules so as to minimize unnecessary long-term storage at project site prior to installation. G-31 REMOVAL OF SALVAGED MATERIAL: The Contractor shall remove salvaged material and equipment from the Project site and dispose of it in accordance with the law. Equipment or material identified in the Specifications or Plans for Owner salvage ' shall be carefully removed and delivered to the Owner at any location in within the City limits as directed by the City. G-32 MANUFACTURER'S REFERENCE: Catalog, brand names, and manufacturer's references are descriptive, not restrictive. Bids on brands of like nature and quality will be considered.Contractor shall inform the City of any substitutions intended for the project within 5 business days of bid opening. Failure to inform the City of substitute projects will obligate the Contractor to provide the specified material if awarded the contract. Within 14 days after bid opening and upon request of the Contractor, the Contractor will submit a full sized sample and/or detailed information as required to allow the architect to determine the acceptability of proposed substitutions. Where equipment has been listed as"no substitute accepted"; the City will accept no alternates to the specified equipment. SECTION H CONTRACT TIME H-1 DEFINITIONS The Contract Time is the period of time allotted in the Contract Documents for completion of the Work and is the number of calendar = days elapsing between the date of commencement and the date of Substantial Completion plus additional days assessed for failure to complete punch list items from the Final Inspection in a timely manner and additional weather days beyond what is allotted in the contract. The Date of Commencement of the Work is the date established in the Notice to Proceed.If there is no notice to proceed,it shall be the date of the Agreement or such other date as may be established therein. The Date of Substantial Completion of the Work or designated portion thereof is the Date certified by the Architect with the approval of the Owner that construction is sufficiently complete, in accordance with the Contract Documents, so the Owner may occupy the Work or designated portion thereof for the use for which it is intended. Final acceptance of the completed work or any portion thereof can be made only by the Director of the Property Management Department,and no other form of acceptance will be binding upon the Owner. General Conditions of the Contract for Construction Lump Sum Contract(Sept 2017) Page 15 of 26 CFW PMD—Eugene McCray Community Center Expansion March 2018 A Calendar Dav constitutes 24 hours of time and is any one of the seven days of a week,including Sunday,regardless of whether a "Working Day"or not,and regardless of weather conditions or any situation which might delay construction.An extension of contract time shall be in accordance with this Section. Extensions of time will be as recommended by the Architect with final approval by City of Fort Worth. A Workinq Da v is defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which weather or other conditions not under the control of the Contractor permit the performance of work for a continuous period of not less than seven hours between 7:00 a.m. and 6:00 p.m. However, nothing in these Contract Documents shall be construed as prohibiting the Contractor from working on Saturdays if he so desires. Legal holidays for the City of Fort Worth are defined as being New Years Day, Independence Day, Labor Day, Thanksgiving Day, the day after Thanksgiving, Christmas Day, Memorial Day and Martin Luther King Jr.Day. H-2 PROGRESS AND COMPLETION: All the time limits stated in the Contract Documents are of essence to the Contract. The Contractor shall begin the Work on the date of commencement as defined in this Section. He shall carry the Work forward expeditiously with adequate forces and shall complete it within the Contract Time. H-3 CONSTRUCTION WORK: Noise created by construction work within three hundred (300)feet of an occupied residential structure involving the erection, excavation, demolition, alteration, or repair of any building, structure, or flatwork is prohibited as follows: Before 7:00 a.m.or after 8:00 p.m.Monday-Friday Before 9:00 a.m.or after 8:00 p.m.Saturday-Sunday H-4 DELAYS AND EXTENSIONS OF TIME: If the Contractor is delayed at any time in the progress of the Work by any act or neglect of the Owner or the Architect, or by any employee of the Owner, or by any separate contractor employed by the Owner, or by changes ordered in the Work,or by labor disputes, fire, unusual delay in transportation, unavoidable casualties or any causes beyond the Contractor's control,or by any cause which the Architect determines ma ustify the delay,then the contract time may be — extended by Change Order for such reasonable time as recommended by ffie �appraved fiefwner. When the Contractor is delayed due to abnormal weather conditions,the weather tabTe-provided as WT-1 in these Contract Documents shall be used as the basis for providing a fair and equitable adjustment of the contract time. All claims for extension of time shall be made in writing to the Architect no more than fifteen days after the occurrence of the delay; otherwise they shall be waived. If no schedule or agreement is made stating the dates upon which written interpretations shall be furnished,then no claim for delay shall be allowed on account of failure to furnish such interpretation until fifteen days after demand is made for them, and not then unless such a claim is reasonable. H-5 NO DAMAGE FOR DELAY: No payment, compensation or adjustment or any kind (other than the extensions of time provided for) shall be made to the Contractor for damages because of hindrances or delays from an cause in the progress of the work, whether such hindrances or delays be avoidable or unavoidable, and the Contractor agrees that he will make no claim for compensation,damages or mitigation of liquidated damages for any such delays, and will accept in full satisfaction for such delays said extension of time. SECTION I PAYMENTS AND COMPLETION 1-1 CONTRACT SUM: The Contract Sum is stated in the contract and is the total amount payable by the Owner to the Contractor for the performance of the Work under the Contract Documents. 1-2 SCHEDULE OF VALUES: Before the first Applicable for Payment, the Contractor shall submit to the Architect a Schedule of Values of the various portions of the Work, including quantities if required by the Architect, aggregating the total Contract Sum,divided so as to facilitate payments to Sub-contractors,prepared in such form as specified or as the Architect and the Contractor may agree upon, and supported by such data to substantiate its correctness as the Architect may require. Each item in the Schedule of Values shall include its proper share of overhead and profit.This Schedule,when approved by the Architect and the Owner,shall be used as a basis for the Contractor's Applications for Payment. 1-3 ADJUSTMENT OF QUANTITIES(NOT USED) 1-4 PROGRESS PAYMENTS: On the first day of each month after the first month's work has been completed,the Contractor will make current estimates in writing for review by the Architect and Owner of materials in place complete and the amount of work performed during the preceding month or period and the value thereof at the prices contracted for as shown on the approved Schedule of Values and Progress Schedule. If payments are to be made on account of materials or equipment not incorporated in the Work but delivered and suitably stored at the site or in an independent,bonded warehouse such payments shall be conditioned upon submission by the Contractor of bills of General Conditions of the Contract for Construction Lump Sum Contract(Sept 2017) Page 16 of 26 CFW PMD—Eugene McCray Community Center Expansion March 2018 sale or such other procedures satisfactory to the Owner to establish the Owner's title to such materials or equipment or otherwise protect the Owner's interest including applicable insurance and transportation to the site. The Contractor warrants and guarantees that title to all Work, materials and equipment covered by an Application for Payment, whether incorporated in the Project or not,will pass to the Owner upon the receipt of such payment by the Contractor,free and clear of all liens, claims, security interests or encumbrances hereinafter referred to as"liens'; and that no Work, materials or equipment covered by an Application for Payment will have been acquired by the Contractor, or by any other persons performing the Work at the site or furnishing materials and equipment for the Work, subject to an agreement under which an interest therein or an encumbrance thereon is retained by the seller or otherwise imposed by the Contractor or such other person. The Contractor shall prepare each application for payment on AIA Document G702, "Application and Certificate for Payment", and attached thereto AIA Document G703, "Continuation Sheet", to indicate the progress made to date and the period or month for which payment is requested for each Item listed in the Schedule of Values. A copy of the revised monthly work progress schedule must be attached before the pay request can be accepted. 1-5 CERTIFICATES FOR PAYMENT: If the Contractor has made Application for Payment as above, the Architect will,with reasonable promptness but not more than seven days after the receipt of the Application, prepare a Certificate of Payment,with a copy to the Contractor,for such amount determined to be properly due,or state in writing reasons for withholding a Certificate. The issuance of a Certificate for Payment will constitute a representation by the Owner,based on the Architect's observations at the '! site and the data comprising the Application for Payment,that the Work has progressed to the point indicated;that the quality of the Work is in accordance with the Contract Documents(subject to an evaluation of the Work as a functioning whole upon Substantial Completion, to the results of any subsequent tests required by the Contract Documents, to minor deviations from the Contract Documents correctable prior to completion, and to any specific qualifications stated in the Certificate);and recommendations to the 3- Owner that the Contractor be paid in the amount certified. In addition,the Architect's approval of final payment assures the Owner that the conditions precedent to the Contractor's being entitled to final payment as set forth in this Section have been fulfilled. After the Architect has issued a Certificate for Payment, the Owner shall approve or disapprove same within ten days after it has been delivered to the Director of the Property Management Department. For contracts less than$400,000,Owner shall pay 90%of the approved estimate to the Contractor within seven days after its approval,and the remaining 10%of each such estimate will be retained by the Owner until the final estimate is approved and the Work is accepted by the City Council of the City of Fort Worth.For contracts in excess of$400,000, the Owner will retain only 5% of each estimate until the final estimate is approved and work accepted by the City Council of the City of Fort Worth. No Certificate for a progress payment, nor any progress payment, nor any partial or entire use or occupancy of the Project by the Owner, shall constitute an acceptance of any Work not in accordance with the Contract Documents, or relieve the Contractor of liability in respect to any warranties or responsiNity for faulty materials or workmanship.The Contractor shall promptly remedy any defects in the Work and pay for any damage to other work resulting therefrom that shall appear within a period of one year from the date of final acceptance of the Work unless a longer period is specified. 1-6 PAYMENTS WITHHELD: The Architect may decline to approve an Application for Payment and may withhold his Certificate in whole or in part if in his opinion he is unable to make the representations to the Owner as provided in this Section.The Architect may also decline to approve any Applications for Payment or, because of subsequently discovered evidence or subsequent inspections,may nullify the whole or any part of any Certificate for Payment previously issued to such extent as may be necessary in his opinion to protect the Owner from loss because of: 1) Defective work not remedied; 2) Claims filed or reasonable evidence indicating probable filing of claims; 3) Failure of the Contractor to make payments properly to Subcontractors,or for labor,materials or equipment; 4) Reasonable doubt that the Work can be completed for the unpaid balance of the Contract Sum; 5) Damage to another contractor; 6) Reasonable indication that the Work will not be completed within the Contract Time;or 7) Unsatisfactory prosecution of the Work by the Contractor. When such grounds for the refusal of payment are removed, payment shall be made for amounts withheld because of them.The Owner reserves the right to withhold the payment of any monthly estimate, without payment of interest, if the Contractor fails to perform the Work in accordance with the specifications. 1-7 NOT USED 1-8 LIQUIDATED DAMAGES: The deduction for liquidated damages shall be as follows: Amount of Contract Liquidated Damages per Day $15,000 or less $45 $15,001 to $25,000 $63 $25,001 to $50,000 $105 General Conditions of the Contract for Construction Lump Sum Contract(Sept 2017) Page 17 of 26 CFW PMD—Eugene McCray Community Center Expansion March 2018 $50,001 to $100,000 $154 $100,000 to $500,000 $210 $500,001 to$1,000,000 $315 $1,000,001 to$2,000,000 $420 $2,000,001 to$5,000,000 $630 $5,000,001 to$10,000,000 $840 over$10,000,000 $980 1-9 FAILURE OF PAYMENT: If,without fault on the part of the Contractor,the Architect should fail to issue any Certificate for Payment within seven days after receipt of the Contractor's Application for Payment,if the Contractor's Application for Payment, or if,without fault on the part of the Contractor,the Owner should fail to approve such estimate or to pay to the Contractor 90%or 95% (as applicable) of the amount thereof within the period of time specified, then the Contractor may, upon seven (7) days additional written notice to the Owner and to the Architect,stop the Work until payment of the amount owing has been received. 1-10 SUBSTANTIAL COMPLETION AND FINAL PAYMENT: Prior to the request for final payment,the Contractor must meet all provisions for Project Closeout. When the Contractor determines that the Work is substantially complete, the City shall inspect the project with the Contractor and the contractor will prepare a"Preliminary Punch List". When the Architect, on the basis of a subsequent inspection, determines that the Work is substantially complete, he then will prepare a Certificate of Substantial Completion(G704)which,when approved by the Owner,shall allow the Contractor to request a Certificate of Occupancy which will establish the Date of Substantial Completion. The Certificate of Substantial Completion shall state the responsibilities of the Owner and the Contractor for maintenance,heat,utilities,and insurance,shall set forth the remaining work as a "final punch list". The Contractor shall complete the remaining work listed therein within 30 calendar days. When the Certificate of Occupancy has been issued,the retainage may be reduced to 4%. Upon completion of the work listed on the final punch list to the satisfaction of the City of Fort Worth,the retainage may be reduced to 2.5%. Should the Contractor fail to complete all contractual requirements of the contract,including subm-tats and final pay request within the fixed time,the contract time will again commence. Should the Contractor fail to complete the work within the contract duration, liquidated damages will be assessed Upon receipt of written notice that the Work is ready for final inspection,the City will conduct a joint inspection and certify completion of the final punch list by cosigning it with the Contractor. The Contractor shall submit the following items to the City prior to requesting final payment: 1) Contractor's Affidavit of Payment of Debts and Claims (G706)stating that all payrolls, bills for materials and equipment, and other indebtedness connected with the Work for which the Owner or his property might in any way be responsible, have been paid or otherwise satisfied, 2) Consent of Surety to Final Payment(G707),if any,to final payment, 3) Contractor's Affidavit of Release of Liens(G706A),and, 4) Other data establishing payment or satisfaction of all such obligations,such as receipts, releases,and waivers of liens arising out of the Contract,to the extent and in such form as may be designated by the Owner. 5) Contractor's Warranty 6) Statement that all outstanding work has been completed 7) Issuance of the Final Certificate of Substantial Completion 8) Final acceptance by the City of Fort Worth. If any Subcontractor, materialman or laborer refuses to furnish a Contractor's Affidavit of Release of Liens,the Contractor may, at the election of the Owner,furnish a bond satisfactory to the Owner to indemnify him against any right,claim or lien which might be asserted by such Subcontractor, materialman or laborer. If any such right, claim or lien remains unsatisfied after all payments are made.The Contractor shall refund to the Owner all monies that the latter may be compelled to pay to discharging such right, claim or lien,including all costs and reasonable attorney's fees. The Contractor may then request final payment. The acceptance of final payment shall constitute a waiver of all claims by the Contractor except those previously made in writing and still unsettled. The Contractors one-year warranty will commence upon final acceptance of the Project by the City of Fort Worth. The designated representative of the City of Fort Worth will make final acceptance and no other form of acceptance will be binding upon the Owner.. 1-11 FINAL PAYMENT FOR UN-BONDED PROJECTS: Final payment will not be made for a period of 30 calendar days and until all requirements have been met,with the exception of Consent of Surety for Final Payment. General Conditions of the Contract for Construction Lump Sum Contract(Sept 2017) Page 18 of 26 CFW PMD—Eugene McCray Community Center Expansion March 2018 SECTION J _ PROTECTION OF PERSONS AND PROPERTY J-1 SAFETY PRECAUTIONS AND PROGRAMS: The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work.The Contractor shall designate a responsible member of his organization at the site whose duty shall be the prevention of accidents.This person shall be the Contractor's superintendent unless otherwise designated in writing by the Contractor to the Architect. J-2 SAFETY OF PERSONS AND PROPERTY: The Contractor shall take all reasonable precautions for the safety of, and shall provide all reasonable protection to prevent damage,injury or loss to: (1) All employees on the Work and all other persons who may be affected thereby; (2) All the Work and all materials and equipment to be incorporated therein,whether in storage on or-off the site, under the care, custody or control of the Contractor or any of his Subcontractors or Sub-contractors;and (3) Other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. Until acceptance of the Work, it shall be under the charge and care of the Contractor, and he shall take every precaution against injury or damage to the Work by the action of the elements or from any other cause whatsoever,whether arising from the execution or from the non-execution of the Work.The Contractor shall rebuild, repair, restore and make good,at his own expense, all injuries or damages to any portion of the Work occasioned by any of the above,caused before its completion and acceptance. The Contractor shall comply with all applicable Laws, Ordinances, Rules, Regulations and Orders of any public authority having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. He shall erect and maintain, as required by existing conditions and progress of the Work, all reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent utilities. When the use or storage of explosives or other hazardous materials or equipment is necessary for the execution of the Work, the Contractor shall exercise the utmost care and shall carry on such activities under the supervision of properly qualified personnel. All damage or loss to any property referred to in the preceding paragraphs caused in whole or in part by the Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, shall be remedied by the Contractor,including damage or loss attributable to faulty Drawings or Specifications and acts or omissions of the Architect or anyone employed by him or for whose acts he may be liable,and not attributable to the fault or negligence of the Contractor or anyone claiming through the Contractor for such damage or loss. The Contractor shall not load or permit any part of the Work to be loaded so as to endanger its safety. J-3 HARD HATS: Hard Hats will be required at all construction sites included in this Contract from start to completion of work. Each Contractor, employee and visitor at any construction site included in the Contract will be required to wear a hard hat. The Contractor shall enforce the wearing of hard hats by Contractor,employees and visitors. Contractor shall provide hard hats for use by the consulting Architects and Engineers and visitors. J-4 EMERGENCIES: In any emergency affecting the safety of persons or property, the Contractor shall act at his discretion to prevent threatened damage, injury or loss. Any additional compensation or extension of time claimed by the Contractor on account of emergency work shall be determined as provided in Changes in the Work. J-5 SAFE WORK PRACTICES: The Contractor shall employ safe practices in handling materials and equipment used in performing required work so as to insure the safety of his workmen,City employees and the public. The Contractor shall keep the premise free at all times from accumulation of waste materials or rubbish. At the completion of the work, the Contractor shall remove all his wastes and rubbish from and about the work area, as well as his tools, equipment and surplus materials and shall leave the area as clean and free of spot,stains,etc.,as before the work was undertaken. J-6 TRENCH SAFETY: The Contractor shall be responsible for all design and implementation of trench shoring and stabilization to meet regulatory requirements. If the Proposal requires, the Contractor shall include a per-unit cost for trench safety measures in his bid. If not included in the Proposal,the Contractor shall include a cost for trench safety measures for all trenches over 5 feet in depth in his Schedule of Values. SECTION K-INSURANCE K-1 INSURANCE REQUIRED: The Contractor shall not commence work under this Contract until he has obtained all insurance required under this Section and such insurance has been approved by the City of Fort Worth, nor shall the Contractor allow any Subcontractor to commence work to be performed under this Contract until all similar insurance of the Subcontractor has been so obtained and approved. The City of Fort Worth will be listed as an "additional insured" on all policies except Worker's Compensation. General Conditions of the Contract for Construction Lump Sum Contract(Sept 2017) Page 19 of 26 CFW PMD—Eugene McCray Community Center Expansion March 2018 K-2 WORKERS'COMPENSATION INSURANCE 1) General: a) Contractor's Worker's Compensation Insurance. Contractor agrees to provide to the Owner(City) a certificate showing that it has obtained a policy of workers compensation insurance covering each of its employees employed on the project in compliance with state law. No Notice to Proceed will be issued until the Contractor has complied with this section. b) Subcontractor's Worker's Compensation Insurance. Contractor agrees to require each and every subcontractor who will perform work on the project to provide to it a certificate from such subcontractor stating that the subcontractor has a policy of workers compensation insurance covering each employee employed on the project. Contractor will not permit any subcontractor to perform work on the project until such certificate has been acquired. Contractor shall provide a copy of all such certificates to the Owner(City). c) By signing this Contract or providing or causing to be provided a certificate of coverage,the Contractor is representing to the City that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project,that the coverage will be based on proper reporting of classification ,r codes and payroll amounts,and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the Texas Worker's Compensation Commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties or other civil actions. d) The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the ! City to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the City. 2) Definitions: a) Certificate of Coverage("certificate"). A copy of a certificate of insurance,a certificate of authority to self-insure issued by the Texas Workers'Compensation Commission, or a coverage agreement(TWCC-81, TWCC-82, TWCC-83, or TWCC- 84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project,for the duration of the project. b) Duration of the Project. Includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the City. c) Persons providing services on the project("subcontractor"in section 406.096)-includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing comparrfes, motor carriers, owner-operators, employees of any such entity,or employees of any entity which furnishes persons to provide services on the project. "Services"include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors,office supply deliveries,and delivery of portable toilets. 3) Requirements: a) The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services of the project,for the duration of the project. _ b) The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. c) If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period,file a new certificate of coverage with the City showing that coverage has been extended. d) The Contractor shall obtain from each person providing services on a project,and provide to the City: i) a certificate of coverage, prior to that person beginning work on the project,so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project;and ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage,if the coverage period shown on the current certificate of coverage ends during the duration of the project. e) The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. f) The Contractor shall notify the City in writing by certified mail or personal delivery,within ten(10)days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. g) The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. h) The Contractor shall contractually require each person with whom it contracts to provide services on a project,to: General Conditions of the Contract for Construction Lump Sum Contract(Sept 2017) Page 20 of 26 CFW PMD—Eugene McCray Community Center Expansion March 2018 i) provide coverage, based on proper reporting on the classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas labor Code, Section 401.011(44) for all of its employees providing services on the project,for the duration of the project; ii) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; iii) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; iv) obtain from each other person with whom it contracts,and provide to the Contractor: (1) a certificate of coverage,prior to the other person beginning work on the project;and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the = coverage period shown on the current certificate of coverage ends during the duration of the project; v) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. vi) notify the City in writing by certified mail or personal delivery,within ten (10)days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and vii) contractually require each person with whom it contracts, to perform as required by paragraphs h-i) - vii), with the certificates of coverage to be provided to the person for whom they are providing services. 4) Posting of Required Worker's Compensation Coverage: a) The Contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered,and stating how a person may verify current coverage and report failure to provide coverage.This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text,without any additional words or changes: ' "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by worker's compensation-insurance. This includes persons providing, hauling,or delivering equipment or materials,or providing labor or transportation or other service related to the project,regardless of the identity of their employer or status as an employee". Call the Texas Worker's Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage,to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." K-3 LIABILITY INSURANCE: The Contractor shall procure and maintain during the term of this Contract such Liability Insurance as shall protect him,the City of Fort Worth and any Subcontractor performing work covered by this Contract,from claims of damage which may arise from operations under this Contract, including blasting,when blasting is done on, or in connection with the Work of the Project,whether such operations be by himself or by any Subcontractor or by anyone directly or indirectly employed by either of them and the limits of such insurance shall be not less than the following: = 1) Automobile Liability: $1,000,000 each accident or reasonably equivalent split limits for bodily injury and property damage. Coverage shall be on "any auto"including leased, hired, owned, non-owned and borrowed vehicles used in connection with this Contract. 2) Commercial General Liability: $1,000,000 each occurrence. Coverage under the policy shall be as comprehensive as that provided in a current Insurance Services Office (ISO) policy form approved for use in Texas and the policy shall have no exclusions by endorsement unless such are approved by the City. 3) Asbestos Abatement Liability Insurance:When the Project specifically requires the removal of Asbestos Containing Materials, the Contractor, or subcontractor performing the removal,shall be required to maintain Asbestos Abatement Liability Insurance as follows: $1,000,000 per occurrence; $2,000,000 aggregate limit. The coverage shall include any pollution exposure, including environmental impairment liability, associated with the services and operations performed under this contract in addition to sudden and accidental contamination or pollution liability for gradual emissions and clean-up costs. K-4 BUILDER'S RISK INSURANCE: Unless stated otherwise in the Proposal or Invitation,the Contractor shall procure, pay for and maintain at all times during the term of this Contract, Builder's Risk Insurance against the perils of fire, lightning,windstorm, hurricane, hail, riot,explosion,civic commotion,smoke, aircraft, land vehicles,vandalism,and malicious mischief, at a limit equal to 100%of the Contract Sum. The policy shall include coverage for materials and supplies while in transit and while being stored on or off site. If specifically required in the Instructions to Bidders, the policy shall include coverage for flood and earthquake. Different sub-limits for these coverages must be approved by the City. General Conditions of the Contract for Construction Lump Sum Contract(Sept 2017) Page 21 of 26 CFW PMD—Eugene McCray Community Center Expansion March 2018 Consequential damage due to faulty workmanship and/or design performed by the Contractor or his agents shall be covered. Upon completion of the Work,the Contractor shall notify the City of Fort Worth in writing before terminating this insurance. K-5 PROOF OF CARRIAGE OF INSURANCE: The Contractor shall provide a certificate of insurance documenting the Property Management Department, City of Fort Worth as a "Certificate Holder", and noting the specific project(s) covered by the Contractor's insurance as documented on the certificate of insurance. More than one certificate may be required of the Contractor depending upon the agents and/or insurers for the Contractor's insurance coverages specified for the project(s). K-6 OTHER INSURANCE RELATED REQUIREMENTS 1) The City of Fort Worth shall be an additional insured,by endorsement,on all applicable insurance policies. _ 2) Applicable insurance policies shall each be endorsed with a waiver of subrogation in favor of the City of Fort Worth. 3) Insurers of policies maintained by Contractor and its subcontractor(s), if applicable, shall be authorized to do business in the State of Texas,or otherwise approved by the City of Fort Worth,and such shall be acceptable to the City of Fort Worth insofar as their financial strength and solvency are concerned. Any company through which the insurance is placed must have a rating of at least A:VII, as stated in current edition of A. M. Best's Key Rating Guide. At the City's sole discretion, a less favorable rate may be accepted by the City. 4) Deductible limits on insurance policies and/or self-insured retentions exceeding $10,000 require approval of the City of Fort Worth as respects this Contract. 5) The City of Fort Worth shall be notified in writing a minimum of thirty days prior to an insurer's action in the event of cancellation or non-renewal in coverage regarding any policy providing insurance coverage required in this Contract. �- 6) Full limits of insurance shall be available for claims arising out of this Contract with the City of Fort Worth. 7) The Contractor shall provide certificates of insurance to the City prior to commencement of operations pursuant to this Contract.Any failure on part of the City of Fort Worth to request such documentation shall not be construed as a waiver of insurance requirements specified herein. 8) The City of Fort Worth shall be entitled,upon request and without incurring expense,to review the insurance policies including endorsements thereto and,at its discretion,to require proof of payment for policy premiums. 9) The City of Fort Worth shall not be responsible for paying the cost of insurance coverages required herein. 10) Notice of any actual or potential claim and/or litigation that would affect insurance coverages required herein shall be provided to the City in a timely manner. 11) "Other insurance"as referenced in any policy of insurance providing coverages required herein shall not apply to any insurance policy or program maintained by the City of Fort Worth. 12) Contractor shall agree to either require its subcontractors to maintain the same insurance coverages and limits thereof as specified herein or the Contractor shall provide such coverage on the Contractor's subcontractors. SECTION L CHANGES IN THE WORK L-1 CHANGE ORDER: The Owner, without invalidating the Contract, may order Changes in the Work within the general scope of the Contract consisting of additions,deletions or other revisions,the Contract Sum and the Contract Time being adjusted accordingly. All Such Changes in the Work shall be authorized by Change Order, and shall be executed under the applicable conditions of the Contract Documents. A Change Order is a written order to the Contractor signed by the Contractor,Owner and the Architect,issued after the execution of the Contract,authorizing a Change in the Work or adjustment in the Contract Sum or the Contract Time. The Contract Sum and the Contract Time may be changed only by Change Order. Any changes in work required due to changed or unforeseen conditions, or by request of either the Contractor or the City,shall be t coordinated with the Director, Property Management Department. A change order must be written and duly negotiated and executed prior to performing changed work. The cost or credit to the Owner resulting from a Change in the work shall be determined in one or more of the following ways: 1) by mutual acceptance of a lump sum property itemized,including the allowance to Contractor for overhead and profit stipulated in the original contract proposal; 2) by unit prices stated in the Contract Documents or subsequently agreed upon;or General Conditions of the Contract for Construction Lump Sum Contract(Sept 2017) Page 22 of 26 CFW PMD—Eugene McCray Community Center Expansion March 2018 3) by cost and a mutually acceptable fixed or percentage fee. If none of the methods set forth herein above is agreed upon,the Contractor, provided he receives a Change Order,shall promptly proceed with the Work involved. The cost of such work shall then be determined on the basis of the Contractor's reasonable expenditures and savings, including a reasonable allowance for overhead and profit as indicted in the original contract proposal. In such cases, the Contractor shall keep and present, in such form as the Architect shall prescribe, an itemized accounting together with appropriate supporting data. Pending final determination of cost to the Owner, payments on account shall be made on the Architect's Certificate of Payment as approved by the Owner. If after the Contract has been executed,the Architect, requests a price proposal from the Contractor for a proposed change in scope of the work,Contractor shall process such proposal within seven days of receipt and return the price quote to the Architect in writing. The Architect shall review the price quotation and if approval is recommended, forward the proposed change order request and price proposal to the Owner for approval. If approval is not recommended,the Architect will attempt to negotiate with Contractor to revise the proposal to a figure which is fair and reasonable and forward it on to the Owner for approval. If the negotiations do not result in an equitable solution, the Architect shall prepare a cost-plus type Change Order with a price-not-to-exceed figure for approval by the City and require specific documentation to be provided by Contractor in accordance with the paragraph above. Contractor is advised that according to City of Fort Worth Charter,that,the City Council must approve all Change Orders and Work Orders which results in an increase in cost of the contract amount by over$100,000. Normal processing time for the City Staff to ' obtain City Council approval, once the recommended change order has been received at the City, is approximately thirty days. Owner and Contractor shall endeavor to identify Change Order items as early in the Construction process as possible to minimize their impact on the construction schedule. = If unit prices are stated in the Contract Documents or subsequently agreed upon,and if the quantities originally contemplated are so changed in a proposed Change Order that application of the agreed unit prices to the quantities of Work proposed will create a hardship on the Owner or the Contractor,the applicable unit prices shall be equitably adjusted to prevent such hardship. If the Contractor claims that additional cost or time is involved because of(1)any written interpretation issued pursuant to Section A, (2) any order by the Architect or Owner to stop the Work pursuant to Section B, where the Contract was not at fault, or(3) any written order for a minor change in the Work,the Contractor shall make such claim. L-2 CLAIMS FOR ADDITIONAL COST OR TIME: If the Contractor wishes to make a claim for an increase in the Contract Sum or an extension in the Contract Time, he shall give the Architect written notice thereof within a reasonable time after the occurrence of the event that gave rise to such claim.This notice shall be given by the Contractor before proceeding to execute the Work,except in an emergency endangering life or property in which case the Contractor shall proceed in accordance with Section J. No such claim shall be valid unless so made. Any change in the Contract Sum or Contract Time resulting from such claim, if approved by the Owner shall be authorized by Change Order. L-3 OVERHEAD ALLOWANCES FOR CHANGES: Should any change in the work or extra work be ordered, the following applicable percentage shall be added to Material and Labor costs to cover overhead and profit: 1. Allowance to the Contractor for overhead and profit for extra work performed by the Contractor's own forces shall not exceed ' fifteen percent flfjM. 2. Allowance to the Contractor for overhead and profit for extra work performed by a Subcontractor and supervised by the Contractor shall not exceed ten percent1( M. L-4 MINOR CHANGES IN THE WORK: The Architect shall have authority to order minor changes in the Work not involving an adjustment in the Contract Sum or an extension of the Contract Time and not inconsistent with the intent of the Contract Documents. Such changes may be effected by Field Order or by other written order. Such changes shall be confirmed in writing by the Architect and shall be binding on the Owner and the Contractor. L-6 FIELD ORDERS: The Architect may issue written Field Orders which interpret the Contract Documents, or which order minor changes in the Work without change in Contract Sum or Contract Time. The Contractor shall carry out such Field Orders promptly. SECTION M UNCOVERING AND CORRECTION OF WORK M-1 UNCOVERING OF WORK: If any Work should be covered contrary to the request of the Owner,it must be uncovered for observation and replaced,at the Contractor's expense. ' If any other work has been covered which the Owner has not specifically requested to observe prior to being covered,the Architect or the Owner may request to see such work and it shall be uncovered by the Contractor. If such Work be found in accordance with the Plans and Specifications,the cost of uncovering and replacement shall,by appropriate Change Order,be charged to the Owner. If such work be found not in accordance with the Plans and Specifications,the Contractor shall pay such costs unless it is found that -- this condition was caused by a separate contractor employed by the Owner. General Conditions of the Contract for Construction Lump Sum Contract(Sept 2017) Page 23 of 26 CFW PMD—Eugene McCray Community Center Expansion March 2018 M-2 CORRECTION OF WORK: The Contractor shall promptly correct all work rejected by the Architect or Owner as defective or as failing to conform to the Plans and Specifications whether observed before or after Substantial Completion and whether or not fabricated, installed or completed. The Contractor shall bear all costs of correcting such rejected Work, including the cost of the Architect's additional service thereby made necessary. If,within one year after the Date of Substantial Completion or within such longer period of time as may be prescribed by law or by the terms of any applicable special guarantee required by the Contract Documents,any of the work is found to be defective or not in accordance with the Contract Documents,the Contractor shall correct it promptly after receipt of a written notice from the Owner to do so, unless the Owner has previously given the Contractor a written acceptance of such condition, describing same specifically and not generally.The Owner shall give such notice promptly after discovery of the condition. All such defective or non-conforming work under the preceding paragraphs shall be removed from the site where necessary and the work shall be corrected to comply with the Contract Documents without cost to the Owner. Defective or non-conforming work shall be completed in a timely manner.The Contractor shall respond and/or repair any work that is deemed an emergency by the City within 48 hours. The Contractor shall respond and/or repair any other defective or non- conforming work within seven days. The Contractor shall bear the cost of making good all work of separate contractors destroyed or damaged by such removal or correction. _ If the Contractor does not remove such defective or non-conforming work within a reasonable time fixed by written notice from the Owner,the Owner may remove it and may store the materials or equipment at the expense of the Contractor. If the Contractor does not pay the cost of such removal and storage within ten days thereafter,the Owner may upon ten additional days'written notice sell such work at auction or at private sale and shall account for the net proceeds thereof,after deducting all the costs that should have been borne by the Contractor including compensation for additional architectural services. If such proceeds of sale do not cover all costs that the Contractor should have borne, the difference shall be charged to the Contractor and an appropriate Change Order shall be issued. If the payments then or thereafter due the Contractor are not sufficient to cover such amount,the Contractor shall pay the difference to the Owner. If the Contractor fails to correct such defective or non-conforming work,the Owner may correct it in accordance with Section G. The obligation of the Contractor under this Section shall be in addition to and not in limitation of any obligations imposed upon him by special guarantees required by the Contract Documents or otherwise prescribed by law. M-3 ACCEPTANCE OF DEFECTIVE OR NON-CONFORMING WORK: If the Owner prefers to accept defective or non- conforming work, he may do so instead of requiring its removal and correction, in which case a Change Order will be issued to reflect an appropriate reduction in the Contract Sum, or, if the amount is determined after final payment, it shall be paid by the Contractor. SECTION N TERMINATION OF THE CONTRACT N-1 TERMINATION BY THE CONTRACTOR: If the work is stopped for a period of 30 days under an order or any court or other public authority having jurisdiction,through no act or fault of the Contractor or a Subcontractor or their agents or employees or any other persons performing any of the work under a contract with the Contractor, or if the work should be stopped for a period of 30 days by the Contractor for the Owner's failure to make payment thereon as provided in Section I,then the Contractor may after the end of such period of 30 days and upon seven additional days'written notice to the Owner,terminate the Contract. N-2 TERMINATION BY THE OWNER: If the Contractor is adjudged as bankrupt,or if he makes a general assignment for the benefit of his creditors, or if a receiver is appointed on account of his insolvency, of if the Contractor refuses, except in cases for — which extension of time is provided, to supply enough properly skilled workmen or proper materials, or if he fails to make prompt payment to Subcontractors or for materials or labor, or fails to comply with all Laws, Statutes, Charter, Ordinances, Regulations or Orders of any public authority having jurisdiction, or otherwise is guilty of a substantial violation of a provision of the Contract Documents, then the Owner, on its own initiative that sufficient cause exists to justify such action, may, without prejudice to any rights or remedy and after giving the Contractor and his surety, if any, seven (7)days'written notice,terminate the employment of the Contractor and take possession of the site and of all materials,equipment,tools,construction equipment and machinery thereon owned by the Contractor and may finish the work by whatever method he may deem expedient. In such case the Contractor shall not be entitled to receive any further payment until the Work is finished. If the costs of finishing the Work, including compensation for the Architect's additional services exceed the unpaid balance of the Contract,the Contractor shall pay the difference to the Owner. The City of Fort Worth may terminate this contract in whole, or from time to time, in part,whenever such termination is in the best — interest of the City. Termination will be effected by delivering to the Contractor a notice of termination specifying to what extent performance of the work of the contract is being terminated and the effective date of termination. After receipt of termination the Contractor shall: a) Stop work under the Contract on the date and to the extent specified on the notice of termination. General Conditions of the Contract for Construction Lump Sum Contract(Sept 2017) Page 24 of 26 CFW PMD–Eugene McCray Community Center Expansion March 2018 b) Place no further orders or subcontracts except as may be necessary for the completion of the work not terminated. c) Terminate all orders and subcontracts to the extent that they relate to the performance of the work terminated by the notice of termination. After termination as above,the City will pay the Contractor a proportionate part of the contract price based on the work completed; provided, however, that the amount of payment on termination shall not exceed the total contract price as reduced by the portion thereof allocable to the work not completed and further reduced by the amount of payments, if, any otherwise made. Contractor shall submit its claim for amounts due after termination as provided in this paragraph within 30 days after receipt of such claim. In the event of any dispute or controversy as to the propriety or allowability of all or any portion of such claim under this paragraph, such dispute or controversy shall be resolved and be decided by the City Council of the City of Fort Worth, and the decision by the City Council of the City of Fort Worth shall be final and binding upon all parties to this contract. SECTION O SIGNS The Contractor shall construct and install the project designation sign as required in the Contract Documents and in strict accordance with the Specifications for"Project Designation Signs."This sign shall be a part of this Contract and shall be included in the Contractor's Base Bid for the Project. SECTION P TEMPORARY FACILITIES P-1 SCOPE: The Contractor shall furnish, erect, and maintain facilities and perform temporary work required in the performance of this Contract,including those shown and specified. P-2 USE OF TEMPORARY FACILITIES: All temporary facilities shall be made available for use by all workmen and subcontractors employed on the project, subject to reasonable directions by the GontreeW-as to their proper and most efficient utilization. P-3 MAINTENANCE AND REMOVAL: The Contractor shall maintain temporary facilities in a proper, safe operating and sanitary condition for the duration of the Contract. Upon completion of the Contract, all such temporary work and facilities shall be removed from the premises and disposed of unless otherwise directed or specified hereunder. P-4 FIELD OFFICES AND SHED: The Contractor is not required to provide a temporary field office or telephone for projects under$1,000,000. Contractor shall equip the Project Superintendent with a pager and provide 24-hour contacts to the City. The Contractor shall provide a temporary field office building for himself, his subcontractors and use by the Architect and Owner. For construction contracts with a bid price in excess of$1,000,000.00, the Contractor shall provide a separate field office for the City's field representative (but the separate office may be in the same structure). The buildings shall afford protection against the weather,and each office shall have a lockable door, at least one window, adequate electrical outlets and lighting, and a shelf large enough to accommodate perusal of the project drawings. Openings shall have suitable locks. Field offices shall be maintained for the full time during the operation of the work of the Contract. During cold weather months,the field offices shall be suitably insulated = and equipped with a heating device to maintain 70 degree Fahrenheit temperature during the workday. During warm weather the offices shall be equipped with an air conditioning device to maintain temperature below 75 degrees F. Upon completion of the work of the Contract,the Contractor shall remove the building from the premises. In addition to the drawing shelf, provide for the City field representatives office:one desk,four chairs, plan rack and a four drawer filing cabinet(with lock). Each office shall contain not less than 120 square feet of floor space. The Contractor shall provide and maintain storage sheds and other temporary buildings or trailers on the project site as required for his use.Location of sheds and trailers shall be as approved by the Owner.Remove sheds when work is completed,or as directed. P-5 WIRELESS CONNECTION: The Contractor shall provide and pay for wireless internet connection(WIFI)for the City and Arch itect. P-6 TOILET FACILITIES: The Contractor shall provide proper, sanitary and adequate toilet facilities for the use of all workmen and subcontractors employed on the project. P-7 UTILITIES: Contractor shall make all necessary arrangements and provide for temporary water and electricity required during the construction. Contractor shall provide and install temporary utility meters during the contract construction period. These meters will be read and the Contractor will be billed on this actual use. The Contractor shall provide all labor and materials required to tap into the utilities. The Contractor shall make the connections and extend the service lines to the construction area for use of all trades. Upon completion of the work all utility lines shall be removed and repairs made to the existing lines. Only utilities at existing voltages,pressures,frequencies,etc.will be available to the Contractor. Water. Provide an ample supply of potable water for all purposes of construction at a point convenient to the project or as shown on the Drawings. Pipe water from the source of supply to all points where water will be required. General Conditions of the Contract for Construction Lump Sum Contract(Sept 2017) Page 25 of 26 CFW PMD—Eugene McCray Community Center Expansion March 2018 Provide sufficient hose to carry water to every required part of the construction and allow the use of water facilities to subcontractors engaged on the work. Provide pumps,tanks and compressors as may be required to produce required pressures. Electric Service. Provide adequate electric service for power and lighting to all points where required. Temporary,electric service shall be of sufficient capacity and characteristics to supply proper current for various types of construction tools, motors, welding machines,lights,heating plant,air conditioning system,pumps,and other work required.Provide sufficient number of electric outlets so that 50 foot long extension cords will reach all work requiring light or power. ~' Li htin . Supply and maintain temporary lighting so that work of all trades may be properly and safely performed,in such areas and at such time that day-lighting is inadequate. Provide at least 0.75 watts of incandescent lighting per squgr4e foot.and maintain a socket voltage of at least 110 volts. Use at least 100-watt lamps. In any event,the lighting intensity shall not be less than 5 foot candles in the vicinity of work and traffic areas. P-8 HEATING: Heating devices required under this paragraph shall not be electric. The Contractor shall provide heat, ventilation, fuel and services as required to protect all work and materials and to keep the humidity down to the extent required to prevent corrosion of any metal and to prevent dampness or mildew which is potentially damaging to materials and finishes. All such heating,ventilation and services shall be provided and maintained until final acceptance of all work. In addition,the Contractor shall provide heat ventilation prior and during the following work operations as follows: a) At all times during the placing, setting and curing of concrete provide sufficient heat to insure the heating of the spaces involved to not less than 40 F. b) From the beginning of the application of drywall and during the setting and curing period, provide sufficient heat to produce a temperature in the spaces involved of not less than 55 F. c) For a period of seven(7)days previous to the placing of interior finish materials and throughout the placing of finish painting, decorating and laying of resilient flooring materials,provide sufficient heat to produce a temperature of not less than 60 F. P-9 TEMPORARY CONSTRUCTION, EQUIPMENT AND PROTECTION: The Contractor shall provide, maintain, and remove upon completion of the work all temporary rigging, scaffolding, hoisting equipment, rubbish chutes, ladders to roof, barricades around openings, and all other temporary work as required to complete all work of the Contract. Contractor shall coordinate the use and furnishing of scaffolds with his sub-contractors. The Contractor shall provide, maintain, and remove upon completion of the work, or sooner, if authorized by the Owner,all fences, barricades, lights, shoring, pedestrian walkways, temporary fire escapes, and other protective structures or devices necessary for the safety of workmen,City employees,equipment,the public and property. All temporary construction and equipment shall conform to all regulations, ordinances, laws and other requirements of the authorities having jurisdiction,including insurance companies,with regards to safety precautions,operation and fire hazard. The Contractor shall provide and maintain pumping facilities, including power, for keeping the site, all times, whether from underground seepage,rainfall,drainage of broken lines. The Contractor shall maintain provision for closing and locking the building at such time as possible to do so. If this is not feasible, maintain a night The Contractor shall provide and maintain all barricades or enclosures, required to protect the work in progress from outside _ elements, dusts, and other disturbances as a result of work under this Contract. Such protection shall be positive, shall meet the approval of the Owner and shall be maintained for the duration of the construction period or as required to provide for the protection as specified. P-10 PROJECT BULLETIN BOARD: The Contractor shall furnish, install and maintain during the life of the project a weather- tight bulletin board approximately 3 feet high by 5 feet wide having not less than two hinged or sliding glass doors with provisions for locking. The bulletin board shall be mounted where and as approved by the Owner, in a prominent place accessible to employees of the Contractor and sub-contractors, and to applicants for employment. The bulletin board shall remain the property of the Contractor and shall be removed by him upon completion of the Contract work. The following information which will be furnished by the City to the Contractor shall be posted on the bulletin board and shall be maintained by the Contractor in easily readable condition at all times for the duration of the Contract. a. The Equal Opportunity Poster and Notice Nondiscrimination of Employment(Standard Form 38). b. Wage Rate Information Poster(Form SOL 155), with the Contract Schedule of minimum wage rates as required by the Davis-Bacon Act. C. Safety Posters. SECTION Q VENUE Should any action arise out of the terms and conditions of this contract,venue for said action shall lie in Tarrant County,Texas. _ General Conditions of the Contract for Construction Lump Sum Contract(Sept 2017) Page 26 of 26 CFW PMD—Eugene McCray Community Center Expansion March 2018 CITY OF FORT WORTH, TEXAS T CONSTRUCTION CONTRACT (LUMP SUM) THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § This agreement made and entered into this the 6th day of March A.D., 2018, by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11th day of December, A.D. 1924, under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said City, hereinafter called OWNER, and RJM Contractors, Inc. of the City of Fort Worth , County of Tarrant , State of Texas, hereinafter called CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: City of Fort Worth — Eugene McCray Community Center Expansion— PMD2015-10, City Project#CO2459 4932 Wilbarger Street Fort Worth, Texas That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents adopted by the City Council of the ` City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. W The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Owner. _ City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the aforesaid work, and for stated additions thereto or deductions there from, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice — from the Contractor. The agreed upon total contract amount shall be $1,544,428.50 including the Base Proposal ($1,366,770.00), Owner's Contingency Allowance ($98,448.50), and Add Alternate Nos. 1, 2, 3, 4 (113D) & 5 ($79,210.00). Insurance Requirements: The Contractor shall not commence work under this contract until it has obtained all insurance required under the Contract Documents, and the Owner has approved such insurance. The Contractor shall be responsible for delivering to the Owner the sub-contractors' certificates of — insurance for approval. The Contractor shall indicate on its certificate of insurance included in the documents for execution whether or not its insurance covers subcontractors. It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all subcontractors. a. WORKER'S COMPENSATION INSURANCE: ` Statutory limits. • Employer's liability: .. Instruction to Offerors Page 23 of 33 CFW PMD—Eugene McCray Community Center Expansion March 2018 • $100,000 disease each employee. • $500,000 disease policy limit. • $100,000 each accident. ' b. COMMERCIAL GENERAL LIABILITY INSURANCE: The Contractor shall procure and shall maintain during the life of this contract public liability insurance coverage in the form of a Commercial General Liability insurance policy to cover bodily injury, including death, and property damage at the following limits: $1,000,000 each occurrence and $2,000,000 aggregate limit. • The insurance shall be provided on a project specific basis and shall be endorsed accordingly. • The insurance shall include, but not be limited to, contingent liability for independent contractors, XCU coverage, and contractual liability. C. BUSINESS AUTOMOBILE LIABILITY: • $1,000,000 each accident. • The policy shall cover any auto used in the course of the project. d. BUILDER'S RISK OR INSTALLATION FLOATER: This insurance shall be applicable according to the property risks associated with the project and commensurate with the contractual obligations specified in the contract documents. e. EXCESS LIABILITY UMBRELLA: • $1,000,000 each occurrence; $2,000,000 aggregate limit. • This insurance shall provide excess coverage over each line of liability insurance required herein. The policy shall follow the form(s)of the underlying policies. f. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance required under the above paragraphs shall provide adequate protection for Y the Contractor and its subcontractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by it, against any insurable hazards which may be encountered in the performance of the Contract. ! g. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the owner with satisfactory proof of coverage by insurance required in these Contract Documents in the amounts and by insurance carriers satisfactory to the Owner. The form to be used shall be the current Accord certificate of insurance form or such other form as the Owner may in its sole discretion deem acceptable. All insurance requirements made upon the Contractor shall apply to the sub- contractors, should the Contractor's insurance not cover the subcontractor's work operations performed in the course of this contracted project. ADDITIONAL INSURANCE REQUIREMENTS: a. The Owner, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers'compensation insurance policy. Instruction to Offerors Page 24 of 33 CFW PMD—Eugene McCray Community Center Expansion March 2018 IN WITNESS WHEREOF, the City of Fort Worth has caused this instrument to be signed in four counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in four counterparts with its corporate seal attached. Done in Fort Worth, Texas, this the, i��day of 04A.D., 2018. RJM Contractors, Inc. APPROVED: C:i l Y OF FORT WORTH By: By: enny u s Jesus J. Chapa Vice- r ent Assistant City Manager APPRO L R COMM D REC DED: / By: A ^A49 By: Steve Cooke Mary J. Kayser ... Director, Property Management Dept. City Secretary APPROVED AS TO FORM AND LEGALITY: U _ 14 By: M&C Reference No.: 61 ohn B. Strong M&C Date: March 6. 2018 Assistant City Attorney Form 1295 Cert No. 2018-303861 Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Brian R. Glass, AIA i Architectural Services Manager OFFICIAL RECORD CITY SECRETARY .. FT.WORTH,TX Instruction to Offerors Page 26 of 33 CFW PMD—Eugene McCray Community Center Expansion March 2018 b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 200 Texas Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. C. Any failure on part of the Owner to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the Owner a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A:VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the Owner. g. In lieu of traditional insurance, Owner may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The Owner T must approve in writing any alternative coverage. h. Workers'compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the Owner. _ i. Owner shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by Owner shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to Owner's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. I. Contractor's liability shall not be limited to the specified amounts of insurance required herein. M. Upon the request of Owner, Contractor shall provide complete copies of all insurance policies required by these contract documents. If this Contract is in excess of$25,000, the Contractor shall provide a Payment Bond in the full amount of the contract. If the contract is in excess of $100,000 Contractor shall provide both Payment and Performance Bonds for the full amount of the contract. Contractor shall apply for all City of Fort Worth Permits and for any other permits required by this project. City of Fort Worth Permit fees are waived. Separate permits will be required for each facility. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the liquidated damages outlined in the General Conditions, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. Instruction to Offerors Page 25 of 33 CFW PMD—Eugene McCray Community Center Expansion March 2018 Bond# PB11509801281 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, RJM Contractors, Inc. known as "Principal" herein, and Philadelphia Indemnity Insurance Company a corporate surety (sureties), duly authorized to do business in the State of Texas, known as"Surety"herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the penal sum of, One Million, Five Hundred Forty-Four Thousand, Four Hundred Twenty-Eight Dollars and Fifty Cents ($1,544,428.50), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators,successors and assigns,jointly and severally,firmly by these presents: WHEREAS,Principal has entered into a certain written Contract with City,awarded the 61 day of March , 2018, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein,to furnish all materials,equipment, labor and other accessories as defined by law, in the prosecution of the Work as provided for in said Contract and designated as Eugene McCrae Community Center Expansion located at 4932 Wilbareer Street,Fort Worth,Texas (PMD2015-10, City Project#CO2459). NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under the Contract, then this obligation shall be and become null and void;otherwise to remain in full force and effect. This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended,and all liabilities on this bond shall be determined in accordance with the provisions of said statute. Instruction to Offerors Page 27 of 33 CFW PMD—Eugene McCray Community Center Expansion March 2018 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 21 St day of March ,2018. PRINCIPAL: RJM Contractors, Inc. ATTEST: BY:-- Signature Y: _Signature + 1 Trevor Browne, President (Prin ' al) Secretary Name and Title Address: 7616 Benbrook Parkway Benbrook, Texas 76126 Witness as to P ncipal SURETY: Philadelphia Indemnity Insurance Company ATTEST: BY: .�� r y Signature Fred A. Thetford, III, Attorney-in-Fact (Surety) Secretary Diane Brown Name and Title Address: One Bala Plaza, Suite 100 77 Bala Cynwyd, Pennsylvania 19004 CY Witness as to SL ety Quade Thetford Telephone Number: 800-873-4552 *Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing ,. address,both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. Instruction to Offerors Page 28 of 33 CFW PMD—Eugene McCray Community Center Expansion March 2018 Bond# PB11509801281 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, RJM Contractors,Inc. ,known as"Principal"herein and Philadelphia Indemnity Insurance Company , a corporate surety (sureties, if more than one)duly authorized to do business in the State of Texas,known as "Surety"herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as"City"herein, in the penal sum of, One Million,Five Hundred Forty-Four Thousand, Four Hundred Twenty-Eight Dollars and Fifty Cents ($1,544,428.50), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators,successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the 6th day of March ,2018,which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein,to furnish all materials, equipment labor and other accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as Eugene McCrae Community Center Expansion located at 4932 Wilbarger Street,Fort Worth,Texas(PMD2015-10, City Proiect#CO2459). NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform the Work, including Change Orders, under the Contract, according to the plans, specifications, and contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of the City, then this obligation shall be and become null and void, otherwise to remain in full force and effect. PROVIDED FURTHER,that if any legal action be filed on this Bond, venue shall lie in Tarrant County,Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. Instruction to Offerors Page 29 of 33 CFW PMD—Eugene McCray Community Center Expansion March 2018 IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 21 stday of March ,2018. PRINCIPAL: RJM Contractors, Inc. BY Signature ATTEST: MP 841dyt ", Trevor Browne, President (Princ al) Secretary Name and Title Address: 7616 Benbrook Parkway Benbrook, Texas 76126 Witness as to ncipal SURETY: Philadelphia Indemnity Insurance Company �. BY: Signature Fred A. Thetford, III, Attorney-in-Fact Name and Title i Address: One Bala Plaza, Suite 100 Bala Cynwyd, Pennsylvania 19004 C� Witness as to S Quade Thetford Telephone Number: 800-873-4552 *Note: If signed by an officer of the Surety Company,there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address,both must be provided.The date of the bond shall not be prior to the date the Contract is awarded. R Instruction to Offerors Page 30 of 33 CFW PMD—Eugene McCray Communi!y Center Expansion March 2018 wr 5165 PHILADELPHIA INDEMNITY INSURANCE COMPANY Bond No. PB11509801281 One Bala Plaza,Suite 100 Bala Cynwyd,PA 19004-0950 Power of Attorney i KNOW ALL PERSONS BY THESE PRESENTS:That PHILADELPHIA INDEMNITY INSURANCE COMPANY(the Company),a corporation organized and existing under the laws of the Commonwealth of Pennsylvania,does hereby constitute and appoint Jared Young,Fred A.Thetford,Jr„Tobin Tucker,Tom Young and/or Fred A.Thetford,III of Contract Bond Agency,LLC.,its true and lawful Attomey-in-fact with full authority to execute on its behalf bonds,undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof,issued in the course of its business and to bind the Company thereby,in an amount not to exceed$25.000,000. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY on the 14''of November,2016, RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company: (1) Appoint Attomey(s) in Fact and authorize the Attomey(s) in Fact to execute on behalf of the Company bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attorney-in-Fact and revoke the authority given. And,be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile,and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 27r,DAY OF OCTOBER,2017. s' a 1927 (Seal) �^ Robert D.O'Leary Jr.,President&CEO Philadelphia Indemnity Insurance Company r On this 2T°day of October,2017,before me came the individual who executed the preceding instrument,to me personally known,and being by me duly sworn said that he is the therein described and authorized officer of the PHILADELPHLA INDEMNITY INSURANCE COMPANY,that the seal affixed to said instrument is the Corporate seal of said Company;that the said Corporate Seal and his signature �Jwere �duly ,Y-affixed. G -trH Notary Public: rM LPRi WednlwD.wMp*4.YCOUMy AhGo+,w••gnE.D✓n Spl.S5,iRRt wi[ residing at: Bala CvnMd.PA (Notary Seal) My commission expires: S_gtember 25.2021 1,Edward Sayago,Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY,do hereby certify that the foregoing resolution of the Board of Directors and this Power of Attorney issued pursuant thereto on this 27"day of October,2017 are true and correct and are still in full force and effect. I do further w certify that Robert D.O'Leary Jr.,who executed the Power of Attorney as President,was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY, In Testimony Whereof 1 have subscribed my name and affixed the facsimile seal of each Company this 21 st day of March _20 1 1927 Edward Sayago,Corporate Secretary PHILADELPHIA INDEMNITY INSURANCE COMPANY IMPORTANT NOTICE ADVISO IMPORTANTE To obtain information or make a complaint: Para obener informacion o para someter una You may call the Surety's toll free telephone queja: Usted puede Ilamar al numero de number for information or to make a telefono gratis de para informacion o para complaint at: someter una queja al: 1-877-438-7459 1-877-438-7459 You may also write Philadelphia Indemnity Usted tanbien puede escribir a Philadelphia Insurance Company at: Indemnity Insurance Company at: One Bala Plaza, Suite 100 One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004 Bala Cynwyd, PA 19004 Attention: Senior Vice President and Attention: Senior Vice President and - Director of Surety Director of Surety You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on Seguros de Texas para obtener information companies, coverage, rights or complaints acerca de companias, coberturas, derechos at: o quejas al: 1-800-252-3439. 1-800-252-3439 You may write the Texas Department of Puede escribir al Departmento de Seguros Insurance at: de Texas: P.O. Box 149104 P.O. Box 149104 Austin, TX 78714-9104 Austin, TX 78714-9104 Fax# 512-475-1771 Fax# 512-475-1771 Web: http://www.tdi.state.tx.us Web: http://www.tdi.state.tx.us Email: ConsumerProtection(&-tdi.state.tx.us Email: Cons umerProtection(o)-tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should DISPUTAS SOBRE PRIMAS 0 you have a dispute concerning your RECLAMOS: Si tiene una disputa premium or about a claim, you should concerniente a su prima o a un reclamo, contact the Surety first. If the dispute is not debe comunicarse con el Surety primero. Si resolved, you may contact the Texas no se resuelve la disputa, puede entonces Department of Insurance. comunicarrse con el departamento (TDI). ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: Este This notice is for information only and does aviso es solo para proposito de informacion not become a part or condition of the y no se convierte en parte o condicion del attached document. documento adjunto. DATE(MM/DD/YYYY) ACC>®® CERTIFICATE OF LIABILITY INSURANCE 3/15/2018 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 NAME:CONTACT Michele Lane Higginbotham Insurance Agency, Inc. a/c°No Ext): 8I7-349-2240 ac No :8l7-347-6981 500 W. 13th Street E-MAIL Fort Worth TX 76102 ADDRESS: miane@higginbotham.net INSURERS AFFORDING COVERAGE NAIC# INSURERA:Texas Mutual Insurance Company 22945 INSURED INSURER B:Allied Property&Casualty Insurance Co 42579 RJM Contractors, Inc. 7616 Benbrook Parkway -INSURER C:Depositors Insurance Company 42587 761 Benbrook TX 76126 INSURER D:Hanover Insurance Company 22292 INSURER E: INSURER F COVERAGES CERTIFICATE NUMBER:902413683 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 ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR POLICY NUMBER MMIDD/YYYY MMIDDIYYYY 4 B X COMMERCIAL GENERAL LIABILITY ACPGLP07274512145 7/22/2017 7/22/2018 EACH OCCURRENCE $1,000,000 CLAIMS-MADE FKOCCUR _DAMAGE T O REN E PREMISES Ea occurrence $100,000 MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1,000,000 GEML AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY PRO � PRO- JECT LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ v B AUTOMOBILE LIABILITY ACPBAPC7274512145 7/22/2017 7/22/2018 COMBINED SINGLE LIMIT $1,000,000 Ea accident 1 000 000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS 1" X HIRED AUTOSX NON-OWNED PROPERTY DAMAGE $ AUTOS Per accident $ C X UMBRELLA LIAR X OCCUR ACPCAD7274512145 7/22/2017 7/22/2018 EACH OCCURRENCE $10,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $10,000,000 DED RETENTION$ $ A WORKERS COMPENSATION 0001107583 7/22/2017 7/22/2018 X AND EMPLOYERS'LIABILITY Y/NANY STATUTE ERH OFFICER/MEMBER PROPRIETOR/PARTNER/EXEXCLUDED?ECUTIVE N/A E.L.EACH ACCIDENT $1,OOD,000 no (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 1f Yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000 000 D Builders Risk IHDO24420810 7/22/2017 7/22/2018 Any One Location $7,000,000 Deductible$2,500 Per Disaster $10,000,000 In Transit $100,000 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES ( 101,Additional Remarks Schedule,may be attached if more space Is required) Policy#IHD024420809-Leased/Rented:per occurrence limit$300,000;per item limit$125,000;Deductible$1,000. y The General Liability and Automobile Liability policy includes a blanket automatic additional insured endorsement that provides additional insured status and General Liability,Automobile Liability and Workers Compensation policy includes a blanket waiver of subrogation endorsement to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. The General Liability policy has a blanket Primary&Non Contributory endorsement that affords that coverage to certificate holders only where there is a written See Attached... CERTIFICATE HOLDER CANCELLATION a SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Fort Worth 1000 Throckmorton St AUTHORIZED REPRESENTATIVE Fort Worth TX 76102 ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: LOC#: AC40 v ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED Higginbotham Insurance Agency,Inc. RJM Contractors,Inc. 7616 Benbrook Parkway POLICY NUMBER Benbrook TX 76126 _ CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE contract between the Named Insured and the certificate holder that requires such status Umbrella is follow form. Re:Eugene McCray Community Center The City of Fort Worth is listed as additional insured as their interest may appear ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CONTRACTOR COMPLLANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides i worker's compensation insurance coverage for all of its employees employed on City Project,Eugene McCray Community Center Expansion located at 4932 WilbarEer Street,Fort Worth,Texas (PMD2015-10,City Project#CO2459). Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: -k.07/M_ &JA"A4., By: d MT O 1 -7-4 f. NFA2 Company (Please Print) 7 � Signature: Address 7�P IVA Title: Z4� City/State/Zip (Please Print) dw THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § BEFORE E,the unders egned authority, on this day personally appeared known to me to be the perso whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of ,I__J•�� for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE th:i50--day of /w� ,2018. .SAY°�,' AUBREI'ELIZABM ALI R, Notary Public +• * STATE OF TEXAS �• �, �+ My Comm.Exp.hdy Iq 2019 ry public in and for the State of Texas dn Instruction to Offerors Page 32 of 33 CFW PMD—Eugene McCray Community Center Expansion March 2018 a y PAGE LEFT BLANK INTENTIONALLY 4,_0„ CENTERLINE OF ' SIGN, LOGO & TEXT INFORMATION WOT dft {SRT RLH® T I r� M V Project Title 0 T Architect: Architect's Name Contractor: Contractor's Name FUNDED BY (List Bond Fund,etc.) SCHEDULED COMPLETION DATE YEAR T �• Y SIGN COLOR & FONT; BACKGROUND - WHITE BORDER - 5116"WIDE, 3"RADIUS CORNERS, PMS 288 (BLUE) TEXT - HELVETICA or ARIAL, PMS 288 (BLUE) FORT WORTH LOGO COLORS & FONT: FORT WORTH - PMS 288 (BLUE), CHELTENHAM BOLD LONGHORN LOGO - PMS 725 (BROWN) - PROJECT DESIGNATION SIGN Instruction to Offerors Page 33 of 33 CFW PMD—Eugene McCray Community Center Expansion March 2018