Loading...
HomeMy WebLinkAboutContract 55240-PM1CONTRACT FOR THE CONSTRUCTION OF FIRST UNITED METHODIST CHURCH OF FORT WORTH FORT WORTH ADDITION, LOT 1-R, BLOCK 3 City Project No. 102419 IPRC Record No. IPRC19-0233 FID No. 30114-0200431-102419-E07685 File No. K-2722 X File No. X-28266 Betsy Price David Cooke Mayor City Manager Christopher P. Harder, P.E. Director, Water Department William Johnson Director, Transportation and Public Works Department Prepared for The City of Fort Worth DUNAWAY ASSOCIATES, L.P. 550 Bailey Avenue, Suite 400 Ft. Worth, TX 76107 Office: 817-335-1121 / Fax: 817-429-1370 TX REG. F-1114 DA Project# B004330.002 December 2020 3/3/21 CSC No. 55240-PM1 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 6 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised March 20, 2020 City Project No. 102419 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions Last Revised 00 11 13 Invitation to Bidders 03/20/2020 00 21 13 Instructions to Bidders 03/20/2020 00 41 00 Bid Form 04/02/2014 00 42 43 Proposal Form Unit Price 05/22/2019 00 43 13 Bid Bond 04/02/2014 00 45 11 Bidders Prequalification’s 04/02/2014 00 45 12 Prequalification Statement 09/01/2015 00 45 13 Bidder Prequalification Application 03/09/2020 00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014 00 45 40 Minority Business Enterprise Goal 08/21/2018 00 52 43 Agreement 06/16/2016 00 61 25 Certificate of Insurance 07/01/2011 00 62 13 Performance Bond 01/31/2012 00 62 14 Payment Bond 01/31/2012 00 62 19 Maintenance Bond 01/31/2012 00 72 00 General Conditions 11/15/2017 00 73 00 Supplementary Conditions 07/01/2011 00 73 10 Standard City Conditions of the Construction Contract for Developer Awarded Projects 01/10/2013 Division 01 -General Requirements Last Revised 01 11 00 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 08/30/2013 01 31 19 Preconstruction Meeting 08/30/2013 01 31 20 Project Meetings 07/01/2011 01 32 33 Preconstruction Video 08/30/2013 01 33 00 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 55 26 Street Use Permit and Modifications to Traffic Control 07/01/2011 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 60 00 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 71 23 Construction Staking 04/07/2014 01 74 23 Cleaning 04/07/2014 01 77 19 Closeout Requirements 04/07/2014 01 78 23 Operation and Maintenance Data 04/07/2014 01 78 39 Project Record Documents 04/07/2014 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised March 20, 2020 City Project No. 102419 Technical Specifications which have been added by the Engineer specifically for this Project; hard copies are included in the Project’s Contract Documents Division 99 – Special Provisions Date Modified 99 99 01 Reinforced Concrete Flume 99 99 02 1/2” Galvanized Steel Diamond Plate 99 99 03 Tree Grate Frame 99 99 04 Tree Grate 99 99 05 Remove Parking Meters 99 99 06 Remove Bollards Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City’s website at: http://fortworthtexas.gov/tpw/contractors/ or https://apps.fortworthtexas.gov/ProjectResources/ Division 02 - Existing Conditions Last Revised 02 41 13 Selective Site Demolition 12/20/2012 02 41 14 Utility Removal/Abandonment 12/20/2012 02 41 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast-In-Place Concrete 12/20/2012 03 34 13 Controlled Low Strength Material (CLSM)12/20/2012 03 34 16 Concrete Base Material for Trench Repair 12/20/2012 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 26 -Electrical 26 05 00 Common Work Results for Electrical 11/22/2013 26 05 10 Demolition for Electrical Systems 12/20/2012 26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012 26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011 26 05 50 Communications Multi-Duct Conduit 02/26/2016 Division 31 - Earthwork 31 10 00 Site Clearing 12/20/2012 31 23 16 Unclassified Excavation 01/28/2013 31 23 23 Borrow 01/28/2013 31 24 00 Embankments 01/28/2013 31 25 00 Erosion and Sediment Control 12/20/2012 31 36 00 Gabions 12/20/2012 31 37 00 Riprap 12/20/2012 Division 32 - Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 12/20/2012 32 01 18 Temporary Asphalt Paving Repair 12/20/2012 32 01 29 Concrete Paving Repair 12/20/2012 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised March 20, 2020 City Project No. 102419 32 11 23 Flexible Base Courses 12/20/2012 32 11 29 Lime Treated Base Courses 12/20/2012 32 11 33 Cement Treated Base Courses 12/20/2012 32 11 37 Liquid Treated Soil Stabilizer 08/21/2015 32 12 16 Asphalt Paving 12/20/2012 32 12 73 Asphalt Paving Crack Sealants 12/20/2012 32 13 13 Concrete Paving 12/20/2012 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018 32 13 73 Concrete Paving Joint Sealants 12/20/2012 32 14 16 Brick Unit Paving 12/20/2012 32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016 32 17 23 Pavement Markings 11/22/2013 32 17 25 Curb Address Painting 11/04/2013 32 31 13 Chain Fences and Gates 12/20/2012 32 31 26 Wire Fences and Gates 12/20/2012 32 31 29 Wood Fences and Gates 12/20/2012 32 32 13 Cast-in-Place Concrete Retaining Walls 06/05/2018 32 91 19 Topsoil Placement and Finishing of Parkways 12/20/2012 32 92 13 Hydro-Mulching, Seeding, and Sodding 12/20/2012 32 93 43 Trees and Shrubs 12/20/2012 Division 33 -Utilities 33 01 30 Sewer and Manhole Testing 12/20/2012 33 01 31 Closed Circuit Television (CCTV) Inspection 03/03/2016 33 03 10 Bypass Pumping of Existing Sewer Systems 12/20/2012 33 04 10 Joint Bonding and Electrical Isolation 12/20/2012 33 04 11 Corrosion Control Test Stations 12/20/2012 33 04 12 Magnesium Anode Cathodic Protection System 12/20/2012 33 04 30 Temporary Water Services 07/01/2011 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Sewer Mains 12/20/2012 33 05 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016 33 05 12 Water Line Lowering 12/20/2012 33 05 13 Frame, Cover and Grade Rings –Cast Iron 01/22/2016 33 05 13.10 Frame, Cover and Grade Rings –Composite 01/22/2016 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 12/20/2012 33 05 16 Concrete Water Vaults 12/20/2012 33 05 17 Concrete Collars 12/20/2012 33 05 20 Auger Boring 12/20/2012 33 05 21 Tunnel Liner Plate 12/20/2012 33 05 22 Steel Casing Pipe 12/20/2012 33 05 23 Hand Tunneling 12/20/2012 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 06/19/2013 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 11 05 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pipe 12/20/2012 33 11 11 Ductile Iron Fittings 12/20/2012 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised March 20, 2020 City Project No. 102419 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 12/20/2012 33 11 14 Buried Steel Pipe and Fittings 12/20/2012 33 12 10 Water Services 1-inch to 2-inch 02/14/2017 33 12 11 Large Water Meters 12/20/2012 33 12 20 Resilient Seated Gate Valve 12/20/2012 33 12 21 AWWA Rubber-Seated Butterfly Valves 12/20/2012 33 12 25 Connection to Existing Water Mains 02/06/2013 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012 33 12 40 Fire Hydrants 01/03/2014 33 12 50 Water Sample Stations 12/20/2012 33 12 60 Standard Blow-off Valve Assembly 06/19/2013 33 31 12 Cured in Place Pipe (CIPP)12/20/2012 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 12/20/2012 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 12/20/2012 33 31 22 Sanitary Sewer Slip Lining 12/20/2012 33 31 23 Sanitary Sewer Pipe Enlargement 12/20/2012 33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 12/20/2012 33 39 10 Cast-in-Place Concrete Manholes 12/20/2012 33 39 20 Precast Concrete Manholes 12/20/2012 33 39 30 Fiberglass Manholes 12/20/2012 33 39 40 Wastewater Access Chamber (WAC)12/20/2012 33 39 60 Epoxy Liners for Sanitary Sewer Structures 12/20/2012 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 12/20/2012 33 41 12 Reinforced Polyethlene (SRPE) Pipe 11/13/2015 33 46 00 Subdrainage 12/20/2012 33 46 01 Slotted Storm Drains 07/01/2011 33 46 02 Trench Drains 07/01/2011 33 49 10 Cast-in-Place Manholes and Junction Boxes 12/20/2012 33 49 20 Curb and Drop Inlets 12/20/2012 33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011 Division 34 - Transportation 34 41 10 Traffic Signals 10/12/2015 34 41 10.01 Attachment A –Controller Cabinet 12/18/2015 34 41 10.02 Attachment B –Controller Specification 02/2012 34 41 10.03 Attachment C –Software Specification 01/2012 34 41 11 Temporary Traffic Signals 11/22/2013 34 41 13 Removing Traffic Signals 12/20/2012 34 41 15 Rectangular Rapid Flashing Beacon 11/22/2013 34 41 16 Pedestrian Hybrid Signal 11/22/2013 34 41 20 Roadway Illumination Assemblies 12/20/2012 34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015 34 41 20.02 Freeway LED Roadway Luminaires 06/15/2015 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised March 20, 2020 City Project No. 102419 34 41 20.03 Residential LED Roadway Luminaires 06/15/2015 34 41 30 Aluminum Signs 11/12/2013 34 41 50 Single-Mode Fiber Optic Cable 02/26/2016 34 71 13 Traffic Control 11/22/2013 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 6 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised March 20, 2020 City Project No. 102419 Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GR-01 60 00 Product Requirements END OF SECTION CFA FORM DAP-BID PROPOSAL Page 1 of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Infomiation Bidder's Proposal Bidlist item Specification Unit of Bid Description Unit Price Bid Value No. Section No. Measure Quantity UNIT I: WATER IMPROVEMENTS I 3305.0103 Exploratory Excavation of Existing Utilities 33 OS 30 EA I $7,736.71 $7,736J1 2 3305.0109 Trench Safety 33 OS 10 LF R4 $72.71 $6,107.64 3 33l 1.0001 Ductile Iron Water Fittings wi[h Restraint 33 I I I 1 TON 0.09 $3R,409.49 $3,456.85 4 331 L0041 4" Water Pipe 33 l 1 10, 33 1 1 12 LF 42 $399.14 $16,763.R8 5 331 1.0141 6" Water Pipe 33 I I 10, 33 I l 12 LF 42 $�2 L71 $9,311.R2 C 33122801 3" Water Meter and Vault 33 12 I 1 EA I $29,83256 $29,8325( 7 3312.4004 8"xG' Tapping Sleeve and Valve 33 12 25 EA Z $8,365.93 $](,731.8( TOTAL UNIT I: WATER IMPROVEMENTS $89,941.32 First United Methodist Church CITY OF FORT WORTH Fort Worth Addition, Lot 1-R, Block 3 STANDARD CONSTRUCTION SPECIFlCATION DOCUMENTS - DEVELOPER AWARDED PROJECTS City Project No. 102419 form Version May 22, 2019 CFA FORM DAP - BID PROPOSAL Page 2 of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specifica[ion Unit of Bid Description Unit Price Bid Value No. Section No. Measure Quantity UNIT III: DRAINAGE IMPROVEMENTS I 9999.0001 Reinforced Concrete Flume 99 99 01 CY 0.75 $9,297. 19 $6,972.89 Z 9999.0002 l/2" Galvanized Steel Diamond Plate 99 99 02 SF 9 $44Z.63 $3,983.67 TOTAL UNIT III: DRAINAGE IMPROVEMENTS $10,956.56 First United Methadist Church CIN OF FORT WORTH Fort Worth Addition, Lot 1-R, Block 3 STANDARD CONSTRUCTION SPKIfICATION DOCUMENTS- DEVELOPER AWAR�E� PROJECI"S City Prqect No. 1D2419 Form Version May 22, 2019 CFA FORM DAP - BID PROPOSAL Page 3 oF 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Infomiation Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description Section No. Measure Qii��t9�y Unit Price Bid Value UNIT IV: PAVING IMPROVEMENTS I 0241.0100 Remove Sidewalk 02 41 13 SF 520C $3.00 $ f 5,(18.00 Z 024 L0300 Remove ADA Ramp 02 41 13 EA I $? 662.33 $2,6(233 __ 3 0241.0401 Remove Concrete Drive 02 41 13 SY l49 $(C.45 $9,901.05 4 0241.1 100 Remove Asphalt Pvmt OZ 41 I S SY I C>0 $51. I S $8,134.00 5 024 L 1300 Remove Concrete Curb and Gutter 02 41 13 LF 450 $ I(.i5 $7,357.50 ( 3201.0127 10' Wide Asphalt Pvmt Repair, Arterial 32 Ol 17 LF 32 $227.C, l $7,233.52 7 321 l.Ol 13 3" Flexible B�se, Type A, GR-1 32 I 1 23 SY 79 $56.31 $4,437.99 8 3212.0302 2" Asphalt Pvmt Type D 32 l2 16 SY 79 $38.63 $3,055.72 __._....__.. 9 32 f 2.0501 4" Asphalt Base Type B 32 12 I6 SY 79 $58.(3 $4,635.72 __.._.. 10 3213.0301 4" Conc Sidewalk 32 li 20 SF 3C9 $23.02 $R,494.38 _..._ . I 1 3213.031 I 4" Conc Sidewalk, Adjlcent to CurU 32 13 20 SF 5683 $10.05 $57,1 14.15 1? 32I3.Od02 7" Concrete Driveway 32 L.i 20 SF 969 $15.3(, $14,833.8=1 li 3213.0501 Barrier Free Ramp, Type R-1 32 13 ?0 EA 1 $5,91 I JO $5,91 I.70 14 3216.0101 (" Concrete Curb and Gutter 32 16 13 LF 581 $30.54 $ U,7a3.74 .___ IS 32U.0501 24" SLD Pavement Markino HAE (� 3? I7 23 LF 49 $4L04 $2,010.96 I( 3291.0100 Topsoil 3291 19 CY ll $79.7I $g7(�.g� _.._ 17 3292.0100 Block Sod Placemznt 32 92 li SY 37 $23.29 $861.73 _ ... __ _..._.. 18 3293.0103 Plant 3° Tree 32 93 43 EA 19 $1,209.67 $2�,983.T _---__.._.__.__ I9 34d1.4108 Remove Sign Panel 3c Post 34 41 30 EA 3 �72=4.99 $2,17=1.97 _---. �._. __ 21 9999.0003 Trez Grate Frame 99 99 03 EA 19 $931.77 $17,703.C3 ___ ._._.._._.__. 22 9999.000-t Tree Grate 99 99 0=4 EA 19 $1,C81.77 531,953.63 23 9999.0005 Remove Parking Meters 99 99 OS EA 8 $;97.90 $3, I 83.20 24 9999.000C RemoveBollards 999906 EA 1 $1,(33J1 $1,(33.71 TOTAL UNIT IV: PAVING IMPROVEMENTS $250,716.01 First United Methodist Church CITY OF FORT WORTH Fort Worth Addi[ion, Lot 1-R, Block 3 STANDARD CONSTRUCTION SPEqFICATION DONMENTS - DEVELOPER AWARDED PROJECiS City Project No. 102419 Form Version May 22, 2019 CFA FORM DAP - BID PROPOSAL Page 4 of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Infomiation Bidder's Proposal Bidlist Item Specification Unit of Bid Description Unit Price Bid Value No. Section No. Measure Quantity UNIT V: STREET LIGHTING IMPROVEMENTS I 2C05.3015 2" CONDT PVC SCH 80 (T) 2( OS 33 LF 920 $49.43 $45,475.(0 2 344 L 1408 NO ( Insulated Elec Condr 34 41 10 LF 2C70 $336 $8,971.20 3 3441.1409 NO 8 tnsulated Elec Condr 34 41 10 LF 8R0 $2.90 $2,552.00 4 344 L I501 Ground Box Type B 34 41 10 EA 1 $1,908.85 $ I,90R.85 5 3441.1771 Fumish/Instnll 120-240 Volt Single Phase Metered 34 41 20 EA I $11,611.21 $11,611.2I Pedestal � 3441.3035 Fumish/Install Utility Washington Postlite Series 34 41 20 EA I( � Luminair Fttll Cutoff LED and Pole) $5,794.78 $9_,716.48 � 34413051 Fumish/Install LED Lightine Fixture (137 WATT 35 41 20 EA 1 $1,533.35 $1,533.35 ATB(c� Cobr� Head) � 8 34413303 Rdwy Illum Foundation TY 7 34 41 20 EA IC $2,372.72 $37,963.52 9 3471.00Ol Traffic Control 34 71 13 MO I $26,201.45 $26,201.45 TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS $228,933.66 First United Methodist Church OTY OF FORT WORTH Fort Worth Addition, Lo[ 1-R, Block 3 STANDARD CONSTRUCTION SPEQFICATION DOCUMENTS - �EVELOPER AWARDED PROJECTS City Project No. 102419 Form Version May 22, 2019 1/12/2021 00 45 I ? D,4P PREQUALIFICATION STATEMGNT Page I of I SECTION 00 45 12 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to coinplete the infornzation below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed In the "Major Work Type" box provide the complete major work tYpe and actual description as provided bv the Water Department for water and sewer and TPW for paving, Major Work Type Contractor/Subcontractor Compauy Name Prequalification Ex iration Date Water Distribution, Maveiicl< Utility Constniction, Inc. 4/30/2021 Developinent, 8-inch diameter and smaller Asphalt Paving Reynolds Asphalt 9/30/2021 Constniction/Reconstniction (LESS THAN 15,000 square ards) Road�vay and Pedestrian Bean Electrical 3/12/2021 Li htin The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are cun-ently prequalified for the work types listed. BIDDER: Byrne/Scott-Tucker, A Joint Venture 551 East Berry Street Ft. Worth, TX 76110 BY: atthew Avila (Signahire) TITLE: Executive Committee Member DATE: I ( IZ� ?� END OF SECTION CITY OF FORT WORTH First United Mediodist Church STANDARD CONSTRUCTION PREQUALIFICA CION STATENIENT— DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Form Version September l, 2015 City Project No. 102419 00 45 26 - 1 CONTRACTOR COMPL[ANCE WITH WORKER'S COMPENSATION LAW Page 1 of I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 102419. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certifcates of compliance with worker's compensation coverage. CONTRACTOR: Bynle Scott Tucker a Joint Venture Company 551 E. Berry Street Address Fort Worth, Texas 76110 City/State/Zip THE STATE OF TEXAS COUNTY OFTARRANT � � By: Matthew 'la (Please P '3 c Sig re: Title: Executive Cormnittee Member (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared lnG���w ��;�� , known to me to be the person whose name is subscribed to the foregoing instrutnent, and acknowledged to me that he/she executed the same as the act aud deed of �y;,,.� Sc�i< ���Y-�t �)„�„t y��,�-y.� for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this r� � day of ��,r �L,;,� , 2O<�1 • � �'4��z�- Nota y P,;�t�lic in and for the State of Texas 38 39 END OF SECTION \��`P�"���, gENJAMIN LOUELL ROBERTSON . �2�P P en% Notary Public, State of Texas �Q ;9�+�: Comm. Expires 10-17-2021 °��;�„��° Notary ID 12802846-3 C[TY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Fort Worth Addition, Lot I-R, Block 3 Revised April 2, 2014 City Project No. 102419 00 52 43 - 1 Developer Awarded Project Agreement Page 1 of4 2 3 4 5 6 7 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on �� Z � 2� is made by and between the Developer, FirSt United Methodist Churcl� of Fort W rth, ithorized to do business in Texas ("Developer") , and Byrne Scott Tucker, a Joint Veilture, authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). 8 Developer and Contractar, in consideration of the muhial covenants hereinafter set forth, agree as 9 follows: 10 Article 1. WORK 11 12 13 14 15 16 17 18 ]9 20 21 Contraetor shall complete all Work as specified or indieated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: First United Methodist Church Fort Worth Ac�dition Lot 1-R Block 3 Cin� Pro'ect No. I02419 Article 3. CONTRACT TIME 3.1 Time is of the essence. All tiine lirnits for Milestones, if any, and Final Acceptance as stated in the Contract Documents are of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within 45 working days after the date 24 when the Contract Time commences to nm as provided in Paragraph 12.04 of the Standard 25 City Conditions of the Construction Contract for Developer Awarded Projects. 26 3.3 Liquidated damages 27 28 29 30 31 32 33 34 35 36 Contractor recognizes that time is of the essence of this Agreement and that Developer will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of the Standard City Conditions of the Construction Contract for Developer Awarded Projects. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by the Developer if the Work is not completed on time. Accordingly, instead of requiring any such proof , Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay Developer Zero Dollars ($0.00) for each day that expires after the time specified in Paragraph 3.2 for Final Acceptance until tl�e City issues the Final Letter of Acceptance. CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised lune 16, 2016 City Project No. 102419 00 52 43 - 2 Developer Awarded Project Agreement Page 2 of 4 37 Article 4, CONTRACT PRICE 38 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 39 Documents an amount in current funds of Five hundred eighty thousand five hundred forty seven 40 and 56 cents ($580,547.56). 41 Article 5. CONTRACT DOCUMENTS 42 5.1 CONTENTS: 43 A. The Contract Documents whieh comprise the entire agreement between Developer and 44 Contractor concerning the Work consist of the following: 45 1. This Agreement. 46 47 48 49 50 51 52 53 54 55 56 57 2. Attachments to this Agreement: a. Bid Form (As provided by Developer) 1) Proposal Form (DAP Version) 2) Prequalification Statement 3) State and Federal documents (project specific) b. Insurance ACORD Form(s) c. Payment Bond (DAP Version) d: Performance Bond (DAP Version) e. Maintenance Bond (DAP Version) f. Power of Attorney for the Bonds g. Worker's Compensation Aff'idavit h. MBE and/or SBE Commitment Form (If required) 58 3. Standard City General Conditions of the Construction Contract for Developer 59 Awarded Projects. 60 4. Supplementary Conditions. 61 5. Specifications specifically made a part of the Contract Documents by attachment 62 or, if not attached, as incorporated by reference and described in the Table of 63 Contents of the Project's Contract Docuinents. 64 65 66 67 68 69 70 71 72 73 74 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders, d. Letter of Final Acceptance. CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised ]une 16, 2016 City Project No. 102419 00 52 43 - 3 Developer Awarded Project Agreement Page 3 of4 75 Article 6. INDEMNIFICATION 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 96 1.2 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contrActor, its of�cers, agenfs, employees, suUcontractors, licenses or invitees under this contract. This indemnificatian ,provision is sneci�callv intended to o erate and be effective even if it is alle ed or roven that all or some of the dama es bein sou ht were caused in whole or in art b an act omission or ne li ence of the ci . This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. 6.2 Contractor cavenants and agrees to indemnify and hald harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnifcation rovision is s eciticallv intended to o erate and be effective even if it is all ed or raven that all ar some of the dama es bein sou ht were caused in whole or in art by any act, omission or ne�ligence of the cifv. Article 7. MISCELLANEOUS 97 7.1 Terms, 9S Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 99 the Construction Contract for Developer Awarded Projects. 100 7.2 Assignment of Contract. 101 This Agreement, including all of the Contract Documents may not be assigned by the t 02 Contractor without the advanced express written consent of the Developer. 103 7.3 Successors and Assigns. 104 Developer and Contractor each binds itself, its partners, successors, assigns and legal 105 representatives to the other party hereto, in respect to all covenants, agreements and 106 obligations contained in the Contract Documents. 107 7.4 Severability. 108 Any provision or part of the Contract Documents held to be unconstitutional, void or 109 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 110 remaining provisions shall continue to be valid and binding upon DEVELOPER and 111 CONTRACTOR. 112 7.5 Goveming Law and Venue. 113 This Agreement, including ail of the Contract Documents is performable in the State of 114 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 115 Northern District of Texas, Fort Worth Division. CI'['Y OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTiON SPECIFICATiON DOCUMENTS — DHVELOPER ANARDED PROJECTS Fort Workh Addition, Lot I-R, Block 3 Revised lune I 6, 201 b Ciry Project No. 102419 i 00 52 43 - �4 Developer Awarded Project Aureemenf Page =} oFa 11% 118 7.6 Authority to Sign. 119 120 121 ]22 123 l24 125 126 Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized signatory of the Contractor. IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Parties ("Effective Date") Contractor: BYRNE SCOTT TUCKER, A JO1NT VENTURE �� . � (Signature) ` Matthe�v Avila (Printed Name) Tit1e: Executive Committee Nlember Co�npany Name: Byrne Scott Tucker, A Joint Venhlre Address: 551 E. Beny Street City/State/Zip: Fort Worth, TX 76110 i a"��Za Date' 127 Developer: FIRST UNIT�D 1�IETHODIST CHURCH OF FORT �VORTH t _ -'�`? B Y; (Signahue) Mark Sorley (Printed Name) Title: Director of Constniction and Facilities Company name: First United Methodist Church Address: 800 W. 5�'' Street Ciry/StatelZip: Fort Worth, TX 76102 /L Z Date CfTY OF FORT �VORTH Firsc United Nlzthodist Church STANDARD CONSTRUCTION SPECIFICATION DOCU�[ENTS —DEV[LOPER A4VARDED PROJECTS Fort �Vorth Additiun, Lol I-R, Block 3 Revised June l6, 2016 City Projzct No. 102=419 006213-I PERFORMANCE BOND Page 1 of? 1 2 3 4 5 6 7 8 9 10 11 SECTION 00 62 13 Bond #022052400 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, Byrne Scott Tucker, a Joint Venture, known as "Principal" herein and Liber Mutual Insurance Comaanv, a corporate surety(sureties, if more than one) duly authorized to do busii�ess in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, First United Methodist Church of Fort Worth, authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation 12 ("City"), in the penal sum of, Five hundred ei�hty thousand five hundred fortv seven and 13 56/100 Dollars ($580,547.56), lawfiil money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas for the payment of which sum well and truly to be made jointly unto the 15 Developer and the City as dual obliges, we bind ourselves, our heirs, exectrtors, administrators, 16 successors and assigns, jointly a�1d severally, firmly by these presents. 17 WHEREAS, Developer a�ld City have entered into an Agreement for the construction of 18 community facilities in the City of Fort Worth by and through a Comm�mity Facilities 19 Agreement, CFA Number CFA20-0139; and WHEREAS, the Principal has entered into a certain 20 written contract with the Developer awarded the �Z day of (� /I�n „gr�, 20�, which 21 Contract is hereby referred to and made a part hereof for all purposes as if fiilly set forth herein, 22 23 24 25 26 27 28 29 30 31 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 First United Methodist Church Fort Worth Addition Lot 1-R Block 3• Citv Proiect No 102419 — Public Im�rovements. NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall faithftilly perform it obligations under the Contract and shall in all respects duly and faithfully perfonn 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 Developer and/or City, then this obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF PORT WORTH Pirst United Methodist Church STANDARD CITY CONDIT[ONS— DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised January 31, 3013 City Project No. 102419 006? 13-2 PERF'ORMANCE BOND Page 2 of 3 1 PROVIDED FURTHER, that if any legal action be filed on tlus Bond, venue shall lie in 2 Tarrant County, TeYas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division. 4 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 5 TeYas Government Code, as amended, and all liabilities on this bond shall be determined in 6 accordance with tl�e provisions of said statue. 7 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 8 this instrwnent by duly authorized agents and officers on this the I7— day of � � r , ao�. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 i� Witness as to Principal Witness as to Surety 42 *Note 43 44 45 46 47 PRINCIPAL: S rne Scott Tucker a Joint V n�t re � Signature Matthew Avila, CEO Name and Title Address: 551 E. Berry Street Fort Worth, TX 76110 SURETY: Libertv Mutual Insurance Comaanv BY:, �--Signatur Tracv Tucker, Atto►•nev-in-Fact Name and Title Address: 121 N Ravner Street Fort Worth, TX 76111 Telephone Number: 817-336-8520 If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws show'vlg 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 awa�•ded. END OF SECTION CITY OF PORT WORTI-[ First United Methodist Church STANDARD C[TY CONDIT[ONS — DEVELOPER AWA2DED PROJECTS Port Worth Addition, Lot 1-R, Block 3 Revised January 31, 2013 Ciry Project No. 103419 006214-1 PAYMENT BOND Page ] of? 1 2 3 4 5 6 THE STATE OF TEXAS COUNTY OF TARRANT SECTION 00 62 14 Bond #022052400 PAYMENT BOND § § KNOW ALL BY THESE PRESENTS: § 7 That we, Bvrne Scott Tucker, a Joint Venture, known as "Principal" herein, and 8 Libertv Mutual Insurance Companv, a carporate surety ( or sureties if more than one), duly 9 authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), 10 are held and firmly bound unto the Developer, First United Methodist Church of Fort Worth, ll authorized to do business in Texas "(Developer"), and the City of Fort Worth, a Texas municipal 12 corporation ("City"), in the penal sum of Five hundred eighty thousand five hundred fortv 13 seven and 56/100 Dollars ($580,547.56), lawfiil money of the United States, to be paid in Fort 14 Worth, Tarrant County, Texas, for the payment of which sum well and truly be made jointly unto 15 the Developer and the City as dual obliges, we bind ourselves, our heirs, executars, 16 17 18 19 administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, Developer and City have entered into an Agreement for the construction of commtmity facilities in the City of Fort Worth, by and through a Community Facilities Agreement, CFA Number CFA20-0139; and 20 WHEREAS, Principal has entered into a certain written Contract with Developer, 21 awarded the �day of ���VarJ , 20 2� , which Contract is hereby 22 referred to and made a part hereof for all purposes as if fiilly set forth herein, to furnish all 23 materials, equipment, labor and other accessories as defined by law, in the prosecution of the 24 Work as provided for in said Contract and designated as First United Methodist Church Fort 25 Worth Addition, Lot 1-R, Block 3; City Project No. 102419 — Public Improvements. 26 27 28 29 30 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 Govermnent Code, as amended) in the prosecution of the Work under the Contract, then this obligation shall be and become null aild void; otherwise to remain in full force and effect. CITY OP PORT WORTH STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS Revised January 31, 3013 First United Met�hodist Church Fort Worth Addition, Lot 1-R, Block 3 Ciry Pro.ject No. 10?419 006? 14-3 PAYMENT BOND Page 3 of 3 � 3 4 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Govern�nent Code, as amended, and all liabilities ou this bond shall be determined in accordance with the provisions of said statute. IN WITNESS WHEREOF, the Principal and Surety ha�e each SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the IZ. day of 6 dl 1' , 20�_. 7 A � pal) Secretary �� —� Witness as to Principal PRINCIPAL: B rne Scott Tucker a Join nture Y: ` � Signature Matthew Avila, CEO Name and Title Address: 551 E. Berry Street Fort Worth, TX 76110 SURETY: Libertv Mutual Insurance Comnanv ATTEST: BY: ignature (Surety) Secretary Witness as to Surety 8 9 10 11 12 13 14 Tracv Tucker, Attornev-in-Fact Name and Title Address: 121 N. Ravner Street Fort Worth, TX 76111 Telephone Number: 817-336-8520 Note: If signed by an officer of the Surety, there must be on file a certified eYtract fi�om the bylaws showing that this person has authority to sign SL1CI1 obligation. If Surety's physical address is different from its mailing address, botll must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OP FORT WORTH First United Methodist Church STANDARD CITY COND[TIONS— DEVELOPER AWARDED PR07ECTS Fort Worth Addition, Lot 1-R, Block 3 Revised Jlnuary 31, 2013 City Project No. 102419 006?19-1 MAINTENANCE BOND Page I of3 1 � 3 4 5 6 7 THE STATE OF TEXAS COUNTY OF TARRANT SECTION 00 62 19 Bond #022052400 MAINTENANCE BOND § § KNOW ALL BY THESE PRESENTS: § 8 That we �rne Scott Tucker, a Joint Venture, lalown as "Principal" herein and Liber 9 Mutual Insurance Company, a corporate surety (sureties, if more than one) duly authorized to 10 do business in the State of Texas, known as "Surety" herein (whether one or more), are held and 11 firmly bound unto the Developer, First United Methodist Church of Fort Worth, authorized to 12 do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation 13 ("City"), in the sum of Five hundred eighty thousand five hundred fortv seven and 56/100 14 Dollars ($580,547.56), lawfiil money of the United States, to be paid in Fort Worth, Tarrant 15 County, Texas, for payment of which sum well and truly be made jointly unto the Developer and 16 the City as dual obliges and their successors, we bind ourselves, our heirs, executors, 17 administrators, successors and assigns, jointly and severally, firmly by these presents. 18 � 20 21 WHEREAS, Developer and City have entered into an Agreement for the construction of community facilities in the City of Fort Worth by and through a Community Facilities Agreement, CFA Number CFA20-0139; and 22 WHEREAS, the Principal has entered into a certain written contract with the Developer 23 awarded the�� day of J�nUGtY�,I , 20�, which Contract is 24 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to fiirnish all 25 materials, equipment labor and other accessories as defined by law, in the prosecution of the 26 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 27 the "Work") as provided for in said Contract and designated as First United Methodist Church 28 Fort Worth Addition, Lot 1-R, Block 3, City Proiect No. 102419 — Public Improvements; 29 and 30 31 32 33 34 WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance with the plans, specifications and Contract Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and CITY OP PORT WORTH First United Methodist Church STANDARD C[TY CONDIT[ONS — DEVELOPER AWnRDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised January 31, ?013 City Project No. 102419 006?19-2 MAINTENANCG BOND Page ? of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the Developer and/or City of the need thereof at any time within the Maintenance Period. NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by Developer or City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in fiill force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the Developer or City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance Bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that tlus obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVGLOPER AWARDGD PRO.IECTS Revised January 31, 3012 First United Methodist Church Port Worth Addition, Lot 1-2 Block 3 City Project No. 102419 006319-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the � Z day of 3 , 20�. 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 A' ,'� C�' Secretary PRINCIPAL: B rne Scolt cker Joint Vent�i re / A / � _ _- -- ✓ Signature � Witness as to Principal ATTE ST: (Sure ) Secretary Witness as to Surety 36 37 *Note 38 39 40 41 42 Matthew Avila, CEO Name and Title Address: 551 E. Berry Street Fort Worth, TX 76ll0 SiJRETY: Liberty Mutual Insurance Comuany BY• �gnature Tracy Tucker, Attornev-in-F;�c7 Name and Title Address: 121 N. Rayner Street Fort Worth, TX 76111 Telephone Number: 817-336-8520 If signed by an officer of the Surety Company, there must be on file a certified extract fro�n the by-laws showing that this person has autllority 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. CITY OF FORT WORTH First United Methodist Church STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Fort Warth Addition, Lot I-I� Block 3 Revised January 31, 201? City Project No. 10?419 � .� s���� �� , ,' � r►�� � This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, W. Lawrence Brown, Kevin J. Dunn, Roberta Erb, Tanner Langston, Tracy Tucker, Steven Tucker Certificate No: 8201368 all of the city of Fort Worth state of TX each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this Sth day of June , 2019 . N N N c � State of PENNSYLVANIA � County of MONTGOMERY Liberty Mutual Insurance Company P�, INSU� P�SY INgV a\NSU�,q The Ohio Casualty Insurance Company tiJ p�RP��T �'� yJ �a"PO`tar�y `VP4�RP��9T �'� WestAmerican InsuranceCompany f 3 �o c� v� 2 �o m W 3 �o t� 1912 0 0 1919 � � 1991 � o Q Yd'V)S'�ACHUS��,da y�y�HAMPSa`�,aD '(s �NDIANP ,dD3 � ! 9j� * �ta dyl * *� �M * �� By: David M. Carey, Assistant Secretary v N N N c .y � � �� On this Stil day of June , 2019 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o o� Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes —� �> therein contained by signing on behalf of the corporations by himself as a duly authorized officer. � W � � IN WITNESS WHEREOF, _� � �� 0 � � � I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year frst above written. ��, ���A ����(rO �pyyy�q<��� COMMONWEALTH OF PENNSYLVANIA n Notarial Seal � ,/,����, _ , o� Teresa Pastella, Nofery Public -6� `- i� Upper MerionTwp., Montgomery County By: ��� � My Commission Expires March 28, 2021 zvp.� �, eresa Pastella, Notary Public � Member, Pennsylvania Assocletlon of Noterias v� ��v �`' N a� This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual .� Insurance Company, and West American Insurance Company which resolu6ons are now in full force and effect reading as follows: ai ARTICLE IV — OFFICERS: Section 12. Power of Attorney. � Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the � President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corpora6on to make, execute, seal, acknowledge and deliver as surety � any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitafions set forth in their respec6ve powers of attorney, shall L have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such � instruments shall be as binding as if signed by the Presitlent and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the provisions of this article may be revoked at any 6me by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such IimitaGons as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all untlertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bintl the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of P� 1NSU� P�ZY INS�j a\NSU/�q j 3°�avo�roy�c� � ?°oaro�T�'Qqy� GPr`QµPOFLQT�y� � � m W o m 1912 � o y1919�o a 1991 0 ��,. dJ19SS'7CHU5" .da y� �HAMPS�`� D3 Y �HOIAN�' a3 By: ��� *�� �yl *�a s�M **�� Renee C. Llewellyn, Assistant Secretary * `o� M Q � O � c L (6 � � ao y O �� o a�i �� v� �� .Q >o � '� � N � � M �� 00 U r �� LMS-12873 LMIC OCIC WAIC Multi Co 062018 �- n t��`�' ' `�' ' r� ` � ;;� Important Notice TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Liberty Mutual Surety at: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: Iai�:�.T!ti[�'SI�Z! Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(a�tdi.state.tx.us Premium or Claim Disputes Should you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Attach This Notice To Your Policy: This notice is for information only and does not become a part or condition of the attached document. LMIC-3500 Page 1 of 2 Rev. 7.1.07 �- ::_. �■ i �`� � `� r► ` _ � � �. ��, NOTIFICACION IMPORTANTE PARA OBTENER INFORMACION O REALIZAR UNA QUEJA: Usted puede escribir la notificacion y dirigirla a Liberty Mutual Surety en la siguiente direccion: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 Usted puede contactar al Departamento de Seguros de Texas para obtener informacion acerca de las companias, coberturas, derechos o quejas: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a la siguiente direcci6n: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtectionCc�tdi.state.tx.us Disputas acerca de primas o reclamos En caso de que usted quiera elevar una disputa concerniente al tema de primas, por favor contacte en primer lugar a su agente. Si el tema de la disputa es relativo a un reclamo, por favor contacte a la compania de seguros en primer termino. Si usted considera que la disputa no es apropiadamente resuelta en estas instancias, entonces usted puede contactar al Departamento de Seguros de Texas.. Adjunte esta notificacion a su poliza: Esta notificacion es a los solos fines de su informacion y la misma no forma parte o condiciona de manera alguna el documento adjunto. LMIC-3500 Page 2 of 2 Rev. 7.1.07 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Page Article 1 – Definitions and Terminology .......................................................................................................... 1  1.01 Defined Terms ............................................................................................................................... 1  1.02 Terminology .................................................................................................................................. 5  Article 2 – Preliminary Matters ......................................................................................................................... 6  2.01 Before Starting Construction ........................................................................................................ 6  2.02 Preconstruction Conference .......................................................................................................... 6  2.03 Public Meeting .............................................................................................................................. 6  Article 3 – Contract Documents and Amending ............................................................................................... 6  3.01 Reference Standards ..................................................................................................................... 6  3.02 Amending and Supplementing Contract Documents .................................................................. 6  Article 4 – Bonds and Insurance ....................................................................................................................... 7  4.01 Licensed Sureties and Insurers ..................................................................................................... 7  4.02 Performance, Payment, and Maintenance Bonds ........................................................................ 7  4.03 Certificates of Insurance ............................................................................................................... 7  4.04 Contractor’s Insurance .................................................................................................................. 9  4.05 Acceptance of Bonds and Insurance; Option to Replace ........................................................... 12  Article 5 – Contractor’s Responsibilities ........................................................................................................ 12  5.01 Supervision and Superintendent ................................................................................................. 12  5.02 Labor; Working Hours ................................................................................................................ 13  5.03 Services, Materials, and Equipment ........................................................................................... 13  5.04 Project Schedule .......................................................................................................................... 14  5.05 Substitutes and “Or-Equals” ....................................................................................................... 14  5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) ..................................... 16  5.07 Concerning Subcontractors, Suppliers, and Others ................................................................... 16  5.08 Wage Rates.................................................................................................................................. 18  5.09 Patent Fees and Royalties ........................................................................................................... 19  5.10 Laws and Regulations ................................................................................................................. 19  5.11 Use of Site and Other Areas ....................................................................................................... 19  5.12 Record Documents ...................................................................................................................... 20  5.13 Safety and Protection .................................................................................................................. 21  5.14 Safety Representative ................................................................................................................. 21  5.15 Hazard Communication Programs ............................................................................................. 22  5.16 Submittals .................................................................................................................................... 22  5.17 Contractor’s General Warranty and Guarantee .......................................................................... 23  CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification ........................................................................................................................... 24  5.19 Delegation of Professional Design Services .............................................................................. 24  5.20 Right to Audit: ............................................................................................................................ 25  5.21 Nondiscrimination....................................................................................................................... 25  Article 6 – Other Work at the Site ................................................................................................................... 26  6.01 Related Work at Site ................................................................................................................... 26  Article 7 – City’s Responsibilities................................................................................................................... 26  7.01 Inspections, Tests, and Approvals .............................................................................................. 26  7.02 Limitations on City’s Responsibilities ....................................................................................... 26  7.03 Compliance with Safety Program ............................................................................................... 27  Article 8 – City’s Observation Status During Construction ........................................................................... 27  8.01 City’s Project Representative ..................................................................................................... 27  8.02 Authorized Variations in Work .................................................................................................. 27  8.03 Rejecting Defective Work .......................................................................................................... 27  8.04 Determinations for Work Performed .......................................................................................... 28  Article 9 – Changes in the Work ..................................................................................................................... 28  9.01 Authorized Changes in the Work ............................................................................................... 28  9.02 Notification to Surety .................................................................................................................. 28  Article 10 – Change of Contract Price; Change of Contract Time ................................................................ 28  10.01 Change of Contract Price ............................................................................................................ 28  10.02 Change of Contract Time............................................................................................................ 28  10.03 Delays .......................................................................................................................................... 28  Article 11 – Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 29  11.01 Notice of Defects ........................................................................................................................ 29  11.02 Access to Work ........................................................................................................................... 29  11.03 Tests and Inspections .................................................................................................................. 29  11.04 Uncovering Work ....................................................................................................................... 30  11.05 City May Stop the Work ............................................................................................................. 30  11.06 Correction or Removal of Defective Work ................................................................................ 30  11.07 Correction Period ........................................................................................................................ 30  11.08 City May Correct Defective Work ............................................................................................. 31  Article 12 – Completion .................................................................................................................................. 32  12.01 Contractor’s Warranty of Title ................................................................................................... 32  12.02 Partial Utilization ........................................................................................................................ 32  12.03 Final Inspection ........................................................................................................................... 32  12.04 Final Acceptance ......................................................................................................................... 33  Article 13 – Suspension of Work .................................................................................................................... 33  13.01 City May Suspend Work ............................................................................................................ 33  Article 14 – Miscellaneous .............................................................................................................................. 34  14.01 Giving Notice .............................................................................................................................. 34  CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.02 Computation of Times ................................................................................................................ 34  14.03 Cumulative Remedies ................................................................................................................. 34  14.04 Survival of Obligations ............................................................................................................... 35  14.05 Headings ...................................................................................................................................... 35  00 73 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 1 – DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day – A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw – City’s on-line, electronic document management and collaboration system. 5. Calendar Day – A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home-rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) -–A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right-of- way or easement on a recorded plat. 8. Contract—The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents—Those items that make up the contract and which must include the Agreement, and it’s attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement 00 73 10- 2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non-Resident Bidder iii. Prequalification Statement c. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions l. Supplementary Conditions m. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project’s Contract Documents o. Drawings p. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor—The individual or entity with whom Developer has entered into the Agreement. 11. Day or day – A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer – An individual or entity that desires to make certain improvements within the City of Fort Worth 13. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance – The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. 00 73 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 16. Final Inspection – Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 17. General Requirements—A part of the Contract Documents between the Developer and a Contractor. 18. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non-Participating Change Order—A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 22. Participating Change Order—A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 23. Plans – See definition of Drawings. 24. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor’s plan to accomplish the Work within the Contract Time. 25. Project—The Work to be performed under the Contract Documents. 26. Project Representative—The authorized representative of the City who will be assigned to the Site. 27. Public Meeting – An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of the Project. 28. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 00 73 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 30. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site—Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions – That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 35. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent – The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions—That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours – Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 00 73 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 41. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Participating Change Order, Non-Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 42. Working Day – A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word “defective,” when modifying the word “Work,” refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City’s written acceptance. C. Furnish, Install, Perform, Provide: 1. The word “Furnish” or the word “Install” or the word “Perform” or the word “Provide” or the word “Supply,” or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. 00 73 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 2 – PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non- Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3 – CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non-Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 00 73 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. City’s or Engineer’s review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City’s written interpretation or clarification. ARTICLE 4 – BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor’s obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and 4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 00 73 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. The certificate of insurance shall document the City, an as “Additional Insured” on all liability policies. 2. The Contractor’s general liability insurance shall include a, “per project” or “per location”, endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers’ compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor’s obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the “occurrence basis”. If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In 00 73 10- 9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage’s and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor’s insurance. 4.04 Contractor’s Insurance A. Workers Compensation and Employers’ Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers’ Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers’ Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor’s performance of the Work and Contractor’s other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers’ compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor’s employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits of: a. $1,000,000 each occurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment – Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. The Commercial General Liability Insurance policies shall provide “X”, “C”, and “U” coverage’s. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C. Automobile Liability. A commercial business auto policy shall provide coverage on “any auto”, defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor’s Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1) $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor’s construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: ____________________________________________________________ Write the name of the railroad company. (If none, then write none) 2. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a “Right of Entry Agreement” with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor’s use of private and/or construction access roads crossing said railroad company’s properties. 3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor’s operations and work cross, occupy, or touch railroad property: a. General Aggregate: _____________________________________ Enter limits provided by Railroad Company (If none, write none) b. Each Occurrence: : _____________________________________ Enter limits provided by Railroad Company (If none, write none) 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of- 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company’s right-of-way at a location entirely separate from the grade separation or at-grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company’s right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company’s property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor’s beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 – CONTRACTOR’S RESPONSIBILITIES 5.01 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor’s representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City’s written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 Substitutes and “Or-Equals” A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or “or-equal” item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. “Or-Equal” Items: If in City’s sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an “or-equal” item, in which case review and approval of the proposed item may, in City’s sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City’s sole discretion an item of material or equipment proposed by Contractor does not qualify as an “or-equal” item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor’s achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City’s sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City’s Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No “or-equal” or substitute will be ordered, installed or utilized until City’s review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an “or-equal.” City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor’s expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City’s Cost Reimbursement: City will record City’s costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor’s Expense: Contractor shall provide all data in support of any proposed substitute or “or-equal” at Contractor’s expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre-qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Required for this Contract. (Check this box if there is any City Participation) Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City’s MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor’s own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates Required for this Contract. Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City’s determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor’s compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor’s responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor’s obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City’s safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor’s safety program, if any, with which City’s employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor’s duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor’s designated safety representative at the Site. 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 5.16.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City’s review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City’s Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City’s review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 2. City’s review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City’s review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City’s review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 5.17 Contractor’s General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor’s warranty and guarantee. B. Contractor’s warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor’s obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor’s obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.B. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor’s responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional’s written approval when submitted to City. 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City’s review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City’s review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 6 – OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City’s employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City’s employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor’s Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor’s Work. Contractor’s failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor’s Work except for latent defects in the work provided by others. ARTICLE 7 – CITY’S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City’s responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City’s Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor’s failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 7.03 Compliance with Safety Program While at the Site, City’s employees and representatives shall comply with the specific applicable requirements of Contractor’s safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City’s Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City’s representative during construction are set forth in the Contract Documents. A. City’s Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor’s executed Work. Based on information obtained during such visits and observations, City’s Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City’s Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City’s Project Representative’s efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City’s Project Representative’s visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City’s Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City’s Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City’s Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City’s written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 – CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor’s responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 – CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 11 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor’s safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City’s acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor’s purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory (“Testing Lab”) to perform any inspections or tests (“Testing”) for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a “fail”, “did not pass” or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor’s cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Developer/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City’s observation and replaced at Contractor’s expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City’s special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor’s use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City’s written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City’s written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor’s obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor’s services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 stored elsewhere. Contractor shall allow City, City’s representatives, agents, consultants, employees, and City’s other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City’s rights and remedies under this Paragraph 11.09. ARTICLE 12 – COMPLETION 12.01 Contractor’s Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor’s performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City’s satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor’s insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 – SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 – MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. 01 11 00 - 1 DAP SUMMARY OF WORK Page 1 of 3 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects Fort Worth Addition, Lot 1-R, Block 3 Revised December 20, 2012 City Project No. 102419 SECTION 01 11 001 SUMMARY OF WORK2 PART 1 -GENERAL3 1.1 SUMMARY4 A.Section Includes:5 1.Summary of Work to be performed in accordance with the Contract Documents6 B.Deviations from this City of Fort Worth Standard Specification7 1. None.8 C.Related Specification Sections include, but are not necessarily limited to:9 1.Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract10 2.Division 1 - General Requirements11 1.2 PRICE AND PAYMENT PROCEDURES12 A.Measurement and Payment13 1.Work associated with this Item is considered subsidiary to the various items bid.14 No separate payment will be allowed for this Item.15 1.3 REFERENCES [NOT USED]16 1.4 ADMINISTRATIVE REQUIREMENTS17 A.Work Covered by Contract Documents18 1.Work is to include furnishing all labor, materials, and equipment, and performing19 all Work necessary for this construction project as detailed in the Drawings and20 Specifications.21 B.Subsidiary Work22 1.Any and all Work specifically governed by documentary requirements for the23 project, such as conditions imposed by the Drawings or Contract Documents in24 which no specific item for bid has been provided for in the Proposal and the item is25 not a typical unit bid item included on the standard bid item list, then the item shall26 be considered as a subsidiary item of Work, the cost of which shall be included in27 the price bid in the Proposal for various bid items.28 C.Use of Premises29 1.Coordinate uses of premises under direction of the City.30 2.Assume full responsibility for protection and safekeeping of materials and31 equipment stored on the Site.32 3.Use and occupy only portions of the public streets and alleys, or other public places33 or other rights-of-way as provided for in the ordinances of the City, as shown in the34 Contract Documents, or as may be specifically authorized in writing by the City.35 a.A reasonable amount of tools, materials, and equipment for construction36 purposes may be stored in such space, but no more than is necessary to avoid37 delay in the construction operations.38 01 11 00 - 2 DAP SUMMARY OF WORK Page 2 of 3 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects Fort Worth Addition, Lot 1-R, Block 3 Revised December 20, 2012 City Project No. 102419 b.Excavated and waste materials shall be stored in such a way as not to interfere1 with the use of spaces that may be designated to be left free and unobstructed2 and so as not to inconvenience occupants of adjacent property.3 c.If the street is occupied by railroad tracks, the Work shall be carried on in such4 manner as not to interfere with the operation of the railroad.5 1)All Work shall be in accordance with railroad requirements set forth in6 Division 0 as well as the railroad permit.7 D.Work within Easements8 1.Do not enter upon private property for any purpose without having previously9 obtained permission from the owner of such property.10 2.Do not store equipment or material on private property unless and until the11 specified approval of the property owner has been secured in writing by the12 Contractor and a copy furnished to the City.13 3.Unless specifically provided otherwise, clear all rights-of-way or easements of14 obstructions which must be removed to make possible proper prosecution of the15 Work as a part of the project construction operations.16 4.Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants,17 lawns, fences, culverts, curbing, and all other types of structures or improvements,18 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or19 appurtenances thereof, including the construction of temporary fences and to all20 other public or private property adjacent to the Work.21 5.Notify the proper representatives of the owners or occupants of the public or private22 lands of interest in lands which might be affected by the Work.23 a.Such notice shall be made at least 48 hours in advance of the beginning of the24 Work.25 b.Notices shall be applicable to both public and private utility companies and any26 corporation, company, individual, or other, either as owners or occupants,27 whose land or interest in land might be affected by the Work.28 c.Be responsible for all damage or injury to property of any character resulting29 from any act, omission, neglect, or misconduct in the manner or method or30 execution of the Work, or at any time due to defective work, material, or31 equipment.32 6.Fence33 a.Restore all fences encountered and removed during construction of the Project34 to the original or a better than original condition.35 b.Erect temporary fencing in place of the fencing removed whenever the Work is36 not in progress and when the site is vacated overnight, and/or at all times to37 provide site security.38 c.The cost for all fence work within easements, including removal, temporary39 closures and replacement, shall be subsidiary to the various items bid in the40 project proposal, unless a bid item is specifically provided in the proposal.41 01 11 00 - 3 DAP SUMMARY OF WORK Page 3 of 3 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects Fort Worth Addition, Lot 1-R, Block 3 Revised December 20, 2012 City Project No. 102419 1.5 SUBMITTALS [NOT USED]1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]2 1.7 CLOSEOUT SUBMITTALS [NOT USED]3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]4 1.9 QUALITY ASSURANCE [NOT USED]5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]6 1.11 FIELD [SITE] CONDITIONS [NOT USED]7 1.12 WARRANTY [NOT USED]8 PART 2 -PRODUCTS [NOT USED]9 PART 3 -EXECUTION [NOT USED]10 END OF SECTION11 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 01 25 00 - 1 DAP SUBSTITUTION PROCEDURES Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 First United Methodist Church Fort Worth Addition, Lot 1-R, Block 3 City Project No. 102419 SECTION 01 25 00 SUBSTITUTION PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1.The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a.Name of manufacturer b.Name of vendor c.Trade name d.Catalog number 2.Substitutions are not "or-equals". B.Deviations from this City of Fort Worth Standard Specification 1.None. C.Related Specification Sections include, but are not necessarily limited to: 1.Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2.Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment 1.Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A.Request for Substitution - General 1.Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2.Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a.When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or-equals," as determined by City. 3.Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a.Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 First United Methodist Church Fort Worth Addition, Lot 1-R, Block 3 City Project No. 102419 01 25 00 - 2 DAP SUBSTITUTION PROCEDURES Page 2 of 4 b.Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A.See Request for Substitution Form (attached) B.Procedure for Requesting Substitution 1.Substitution shall be considered only: a.After award of Contract b.Under the conditions stated herein 2.Submit 3 copies of each written request for substitution, including: a.Documentation 1)Complete data substantiating compliance of proposed substitution with Contract Documents 2)Data relating to changes in construction schedule, when a reduction is proposed 3)Data relating to changes in cost b.For products 1)Product identification a)Manufacturer's name b)Telephone number and representative contact name c)Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2)Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3)Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a)Size b)Composition or materials of construction c)Weight d)Electrical or mechanical requirements 4)Product experience a)Location of past projects utilizing product b)Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c)Available field data and reports associated with proposed product 5)Samples a)Provide at request of City. b)Samples become the property of the City. c.For construction methods: 1)Detailed description of proposed method 2)Illustration drawings C.Approval or Rejection 1.Written approval or rejection of substitution given by the City 2.City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3.In the event the substitution is approved, if a reduction in cost or time results, it will be documented by Change Order. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 First United Methodist Church Fort Worth Addition, Lot 1-R, Block 3 City Project No. 102419 01 25 00 - 3 DAP SUBSTITUTION PROCEDURES Page 3 of 4 4.Substitution will be rejected if: a.Submittal is not through the Contractor with his stamp of approval b.Request is not made in accordance with this Specification Section c.In the Developer’s opinion, acceptance will require substantial revision of the original design d.In the City’s or Developer’s opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A.In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1.Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2.Will provide same guarantee for substitute item as for product specified 3.Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4.Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 First United Methodist Church Fort Worth Addition, Lot 1-R, Block 3 City Project No. 102419 01 25 00 - 4 DAP SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT:DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A.Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B.What effect does substitution have on other trades? C.Differences between proposed substitution and specified item? D.Differences in product cost or product delivery time? E.Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By:For Use by City Signature Recommended Recommended as noted Firm Not recommended Received late Address By Date Date Remarks Telephone For Use by City: Approved Rejected City Date 01 31 19 - 1 DAP PRECONSTRUCTION MEETING Page 1 of 3 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised August 30, 2013 City Project No. 102419 SECTION 01 31 191 PRECONSTRUCTION MEETING2 PART 1 -GENERAL3 1.1 SUMMARY4 A.Section Includes:5 1.Provisions for the preconstruction meeting to be held prior to the start of Work to6 clarify construction contract administration procedures7 B.Deviations from this City of Fort Worth Standard Specification8 1.No construction schedule required unless requested by the City.9 C.Related Specification Sections include, but are not necessarily limited to:10 1.Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract11 2.Division 1 – General Requirements12 1.2 PRICE AND PAYMENT PROCEDURES13 A.Measurement and Payment14 1.Work associated with this Item is considered subsidiary to the various items bid.15 No separate payment will be allowed for this Item.16 1.3 REFERENCES [NOT USED]17 1.4 ADMINISTRATIVE REQUIREMENTS18 A.Coordination19 1.Attend preconstruction meeting.20 2.Representatives of Contractor, subcontractors and suppliers attending meetings21 shall be qualified and authorized to act on behalf of the entity each represents.22 3.Meeting administered by City may be tape recorded.23 a.If recorded, tapes will be used to prepare minutes and retained by City for24 future reference.25 B.Preconstruction Meeting26 1.A preconstruction meeting will be held within 14 days after the delivery of the27 distribution package to the City.28 a.The meeting will be scheduled and administered by the City.29 2.The Project Representative will preside at the meeting, prepare the notes of the30 meeting and distribute copies of same to all participants who so request by fully31 completing the attendance form to be circulated at the beginning of the meeting.32 3.Attendance shall include:33 a.Developer and Consultant34 b.Contractor's project manager35 c.Contractor's superintendent36 d.Any subcontractor or supplier representatives whom the Contractor may desire37 to invite or the City may request38 01 31 19 - 2 DAP PRECONSTRUCTION MEETING Page 2 of 3 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised August 30, 2013 City Project No. 102419 e.Other City representatives1 f.Others as appropriate2 4.Preliminary Agenda may include:3 a.Introduction of Project Personnel4 b.General Description of Project5 c.Status of right-of-way, utility clearances, easements or other pertinent permits6 d.Contractor’s work plan and schedule7 e.Contract Time8 f.Notice to Proceed9 g.Construction Staking10 h.Progress Payments11 i.Extra Work and Change Order Procedures12 j.Field Orders13 k.Disposal Site Letter for Waste Material14 l.Insurance Renewals15 m.Payroll Certification16 n.Material Certifications and Quality Control Testing17 o.Public Safety and Convenience18 p.Documentation of Pre-Construction Conditions19 q.Weekend Work Notification20 r.Legal Holidays21 s.Trench Safety Plans22 t.Confined Space Entry Standards23 u.Coordination with the City’s representative for operations of existing water24 systems25 v.Storm Water Pollution Prevention Plan26 w.Coordination with other Contractors27 x.Early Warning System28 y.Contractor Evaluation29 z.Special Conditions applicable to the project30 aa.Damages Claims31 bb.Submittal Procedures32 cc.Substitution Procedures33 dd.Correspondence Routing34 ee.Record Drawings35 ff.Temporary construction facilities36 gg.MBE/SBE procedures37 hh.Final Acceptance38 ii.Final Payment39 jj.Questions or Comments40 01 31 19 - 3 DAP PRECONSTRUCTION MEETING Page 3 of 3 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised August 30, 2013 City Project No. 102419 1.5 SUBMITTALS [NOT USED]1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]2 1.7 CLOSEOUT SUBMITTALS [NOT USED]3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]4 1.9 QUALITY ASSURANCE [NOT USED]5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]6 1.11 FIELD [SITE] CONDITIONS [NOT USED]7 1.12 WARRANTY [NOT USED]8 PART 2 -PRODUCTS [NOT USED]9 PART 3 -EXECUTION [NOT USED]10 END OF SECTION11 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 01 32 33 - 1 DAP PRECONSTRUCTION VIDEO Page 1 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 First United Methodist Church Fort Worth Addition, Lot 1-R, Block 3 City Project No. 102419 SECTION 01 32 33 PRECONSTRUCTION VIDEO PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1.Administrative and procedural requirements for: a.Preconstruction Videos B.Deviations from this City of Fort Worth Standard Specification 1.Though not mandatory, it is highly recommended on infill developer projects. C.Related Specification Sections include, but are not necessarily limited to: 1.Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2.Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment 1.Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A.Preconstruction Video 1.Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a.Provide digital copy of video upon request by the City. 2.Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 First United Methodist Church Fort Worth Addition, Lot 1-R, Block 3 City Project No. 102419 01 32 33 - 2 DAP PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 33 00 - 1 DAP SUBMITTALS Page 1 of 8 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised August 30, 2013 City Project No. 102419 SECTION 01 33 001 DAP SUBMITTALS2 PART 1 -GENERAL3 1.1 SUMMARY4 A.Section Includes:5 1.General methods and requirements of submissions applicable to the following6 Work-related submittals:7 a.Shop Drawings8 b.Product Data (including Standard Product List submittals)9 c.Samples10 d.Mock Ups11 B.Deviations from this City of Fort Worth Standard Specification12 1.None.13 C.Related Specification Sections include, but are not necessarily limited to:14 1.Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract15 2.Division 1 – General Requirements16 1.2 PRICE AND PAYMENT PROCEDURES17 A.Measurement and Payment18 1.Work associated with this Item is considered subsidiary to the various items bid.19 No separate payment will be allowed for this Item.20 1.3 REFERENCES [NOT USED]21 1.4 ADMINISTRATIVE REQUIREMENTS22 A.Coordination23 1.Notify the City in writing, at the time of submittal, of any deviations in the24 submittals from the requirements of the Contract Documents.25 2.Coordination of Submittal Times26 a.Prepare, prioritize and transmit each submittal sufficiently in advance of27 performing the related Work or other applicable activities, or within the time28 specified in the individual Work Sections, of the Specifications.29 b.Contractor is responsible such that the installation will not be delayed by30 processing times including, but not limited to:31 a)Disapproval and resubmittal (if required)32 b)Coordination with other submittals33 c)Testing34 d)Purchasing35 e)Fabrication36 f)Delivery37 g)Similar sequenced activities38 c.No extension of time will be authorized because of the Contractor's failure to39 transmit submittals sufficiently in advance of the Work.40 01 33 00 - 2 DAP SUBMITTALS Page 2 of 8 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised August 30, 2013 City Project No. 102419 d.Make submittals promptly in accordance with approved schedule, and in such1 sequence as to cause no delay in the Work or in the work of any other2 contractor.3 B.Submittal Numbering4 1.When submitting shop drawings or samples, utilize a 9-character submittal cross-5 reference identification numbering system in the following manner:6 a.Use the first 6 digits of the applicable Specification Section Number.7 b.For the next 2 digits number use numbers 01-99 to sequentially number each8 initial separate item or drawing submitted under each specific Section number.9 c.Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e.10 A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical11 submittal number would be as follows:12 13 03 30 00-08-B14 15 1)03 30 00 is the Specification Section for Concrete16 2)08 is the eighth initial submittal under this Specification Section17 3)B is the third submission (second resubmission) of that particular shop18 drawing19 C.Contractor Certification20 1.Review shop drawings, product data and samples, including those by21 subcontractors, prior to submission to determine and verify the following:22 a.Field measurements23 b.Field construction criteria24 c.Catalog numbers and similar data25 d.Conformance with the Contract Documents26 2.Provide each shop drawing, sample and product data submitted by the Contractor27 with a Certification Statement affixed including:28 a.The Contractor's Company name29 b.Signature of submittal reviewer30 c.Certification Statement31 1)“By this submittal, I hereby represent that I have determined and verified32 field measurements, field construction criteria, materials, dimensions,33 catalog numbers and similar data and I have checked and coordinated each34 item with other applicable approved shop drawings."35 D.Submittal Format36 1.Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11inches.37 2.Bind shop drawings and product data sheets together.38 3.Order39 a.Cover Sheet40 1)Description of Packet41 2)Contractor Certification42 b.List of items / Table of Contents43 c.Product Data /Shop Drawings/Samples /Calculations44 E.Submittal Content45 1.The date of submission and the dates of any previous submissions46 01 33 00 - 3 DAP SUBMITTALS Page 3 of 8 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised August 30, 2013 City Project No. 102419 2.The Project title and number1 3.Contractor identification2 4.The names of:3 a.Contractor4 b.Supplier5 c.Manufacturer6 5.Identification of the product, with the Specification Section number, page and7 paragraph(s)8 6.Field dimensions, clearly identified as such9 7.Relation to adjacent or critical features of the Work or materials10 8.Applicable standards, such as ASTM or Federal Specification numbers11 9.Identification by highlighting of deviations from Contract Documents12 10.Identification by highlighting of revisions on resubmittals13 11.An 8-inch x 3-inch blank space for Contractor and City stamps14 F.Shop Drawings15 1.As specified in individual Work Sections includes, but is not necessarily limited to:16 a.Custom-prepared data such as fabrication and erection/installation (working)17 drawings18 b.Scheduled information19 c.Setting diagrams20 d.Actual shopwork manufacturing instructions21 e.Custom templates22 f.Special wiring diagrams23 g.Coordination drawings24 h.Individual system or equipment inspection and test reports including:25 1)Performance curves and certifications26 i.As applicable to the Work27 2.Details28 a.Relation of the various parts to the main members and lines of the structure29 b.Where correct fabrication of the Work depends upon field measurements30 1)Provide such measurements and note on the drawings prior to submitting31 for approval.32 G.Product Data33 1.For submittals of product data for products included on the City’s Standard Product34 List, clearly identify each item selected for use on the Project.35 2.For submittals of product data for products not included on the City’s Standard36 Product List, submittal data may include, but is not necessarily limited to:37 a.Standard prepared data for manufactured products (sometimes referred to as38 catalog data)39 1)Such as the manufacturer's product specification and installation40 instructions41 2)Availability of colors and patterns42 3)Manufacturer's printed statements of compliances and applicability43 4)Roughing-in diagrams and templates44 5)Catalog cuts45 6)Product photographs46 01 33 00 - 4 DAP SUBMITTALS Page 4 of 8 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised August 30, 2013 City Project No. 102419 7)Standard wiring diagrams1 8)Printed performance curves and operational-range diagrams2 9)Production or quality control inspection and test reports and certifications3 10)Mill reports4 11)Product operating and maintenance instructions and recommended5 spare-parts listing and printed product warranties6 12)As applicable to the Work7 H.Samples8 1.As specified in individual Sections, include, but are not necessarily limited to:9 a.Physical examples of the Work such as:10 1)Sections of manufactured or fabricated Work11 2)Small cuts or containers of materials12 3)Complete units of repetitively used products color/texture/pattern swatches13 and range sets14 4)Specimens for coordination of visual effect15 5)Graphic symbols and units of Work to be used by the City for independent16 inspection and testing, as applicable to the Work17 I.Do not start Work requiring a shop drawing, sample or product data nor any material to18 be fabricated or installed prior to the approval or qualified approval of such item.19 1.Fabrication performed, materials purchased or on-site construction accomplished20 which does not conform to approved shop drawings and data is at the Contractor's21 risk.22 2.The City will not be liable for any expense or delay due to corrections or remedies23 required to accomplish conformity.24 3.Complete project Work, materials, fabrication, and installations in conformance25 with approved shop drawings, applicable samples, and product data.26 J.Submittal Distribution27 1.Electronic Distribution28 a.Confirm development of Project directory for electronic submittals to be29 uploaded to City’s Buzzsaw site, or another external FTP site approved by the30 City.31 b.Shop Drawings32 1)Upload submittal to designated project directory and notify appropriate33 City representatives via email of submittal posting.34 2)Hard Copies35 a)3 copies for all submittals36 b)If Contractor requires more than 1 hard copy of Shop Drawings37 returned, Contractor shall submit more than the number of copies listed38 above.39 c.Product Data40 1)Upload submittal to designated project directory and notify appropriate41 City representatives via email of submittal posting.42 2)Hard Copies43 a)3 copies for all submittals44 d.Samples45 1)Distributed to the Project Representative46 2.Hard Copy Distribution (if required in lieu of electronic distribution)47 01 33 00 - 5 DAP SUBMITTALS Page 5 of 8 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised August 30, 2013 City Project No. 102419 a.Shop Drawings1 1)Distributed to the City2 2)Copies3 a)8 copies for mechanical submittals4 b)7 copies for all other submittals5 c)If Contractor requires more than 3 copies of Shop Drawings returned,6 Contractor shall submit more than the number of copies listed above.7 b.Product Data8 1)Distributed to the City9 2)Copies10 a)4 copies11 c.Samples12 1)Distributed to the Project Representative13 2)Copies14 a)Submit the number stated in the respective Specification Sections.15 3.Distribute reproductions of approved shop drawings and copies of approved16 product data and samples, where required, to the job site file and elsewhere as17 directed by the City.18 a.Provide number of copies as directed by the City but not exceeding the number19 previously specified.20 K.Submittal Review21 1.The review of shop drawings, data and samples will be for general conformance22 with the design concept and Contract Documents. This is not to be construed as:23 a.Permitting any departure from the Contract requirements24 b.Relieving the Contractor of responsibility for any errors, including details,25 dimensions, and materials26 c.Approving departures from details furnished by the City, except as otherwise27 provided herein28 2.The review and approval of shop drawings, samples or product data by the City29 does not relieve the Contractor from his/her responsibility with regard to the30 fulfillment of the terms of the Contract.31 a.All risks of error and omission are assumed by the Contractor, and the City will32 have no responsibility therefore.33 3.The Contractor remains responsible for details and accuracy, for coordinating the34 Work with all other associated work and trades, for selecting fabrication processes,35 for techniques of assembly and for performing Work in a safe manner.36 4.If the shop drawings, data or samples as submitted describe variations and show a37 departure from the Contract requirements which City finds to be in the interest of38 the City and to be so minor as not to involve a change in Contract Price or time for39 performance, the City may return the reviewed drawings without noting an40 exception.41 5.Submittals will be returned to the Contractor under 1 of the following codes:42 a.Code 143 1)"NO EXCEPTIONS TAKEN" is assigned when there are no notations or44 comments on the submittal.45 a)When returned under this code the Contractor may release the46 equipment and/or material for manufacture.47 b.Code 248 01 33 00 - 6 DAP SUBMITTALS Page 6 of 8 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised August 30, 2013 City Project No. 102419 1)"EXCEPTIONS NOTED". This code is assigned when a confirmation of1 the notations and comments IS NOT required by the Contractor.2 a)The Contractor may release the equipment or material for manufacture;3 however, all notations and comments must be incorporated into the4 final product.5 c.Code 36 1)"EXCEPTIONS NOTED/RESUBMIT". This combination of codes is7 assigned when notations and comments are extensive enough to require a8 resubmittal of the package.9 a)The Contractor may release the equipment or material for manufacture;10 however, all notations and comments must be incorporated into the11 final product.12 b)This resubmittal is to address all comments, omissions and13 non-conforming items that were noted.14 c)Resubmittal is to be received by the City within 15 Calendar Days of15 the date of the City's transmittal requiring the resubmittal.16 d.Code 417 1)"NOT APPROVED" is assigned when the submittal does not meet the18 intent of the Contract Documents.19 a)The Contractor must resubmit the entire package revised to bring the20 submittal into conformance.21 b)It may be necessary to resubmit using a different manufacturer/vendor22 to meet the Contract Documents.23 6.Resubmittals24 a.Handled in the same manner as first submittals25 1)Corrections other than requested by the City26 2)Marked with revision triangle or other similar method27 a)At Contractor’s risk if not marked28 b.Submittals for each item will be reviewed no more than twice at the City’s29 expense.30 1)All subsequent reviews will be performed at times convenient to the City31 and at the Contractor's expense, based on the City's or City32 Representative’s then prevailing rates.33 2)Provide Contractor reimbursement to the City within 30 Calendar Days for34 all such fees invoiced by the City.35 c.The need for more than 1 resubmission or any other delay in obtaining City's36 review of submittals, will not entitle the Contractor to an extension of Contract37 Time.38 7.Partial Submittals39 a.City reserves the right to not review submittals deemed partial, at the City’s40 discretion.41 b.Submittals deemed by the City to be not complete will be returned to the42 Contractor, and will be considered "Not Approved" until resubmitted.43 c.The City may at its option provide a list or mark the submittal directing the44 Contractor to the areas that are incomplete.45 8.If the Contractor considers any correction indicated on the shop drawings to46 constitute a change to the Contract Documents, then written notice must be47 provided thereof to the Developer at least 7 Calendar Days prior to release for48 manufacture.49 01 33 00 - 7 DAP SUBMITTALS Page 7 of 8 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised August 30, 2013 City Project No. 102419 9.When the shop drawings have been completed to the satisfaction of the City, the1 Contractor may carry out the construction in accordance therewith and no further2 changes therein except upon written instructions from the City.3 10.Each submittal, appropriately coded, will be returned within 30 Calendar Days4 following receipt of submittal by the City.5 L.Mock ups6 1.Mock Up units as specified in individual Sections, include, but are not necessarily7 limited to, complete units of the standard of acceptance for that type of Work to be8 used on the Project. Remove at the completion of the Work or when directed.9 M.Qualifications10 1.If specifically required in other Sections of these Specifications, submit a P.E.11 Certification for each item required.12 N.Request for Information (RFI)13 1.Contractor Request for additional information14 a.Clarification or interpretation of the contract documents15 b.When the Contractor believes there is a conflict between Contract Documents16 c.When the Contractor believes there is a conflict between the Drawings and17 Specifications18 1)Identify the conflict and request clarification19 2.Sufficient information shall be attached to permit a written response without further20 information.21 22 23 24 25 1.5 SUBMITTALS [NOT USED]26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]27 1.7 CLOSEOUT SUBMITTALS [NOT USED]28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]29 1.9 QUALITY ASSURANCE [NOT USED]30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]31 1.11 FIELD [SITE] CONDITIONS [NOT USED]32 1.12 WARRANTY [NOT USED]33 01 33 00 - 8 DAP SUBMITTALS Page 8 of 8 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised August 30, 2013 City Project No. 102419 PART 2 -PRODUCTS [NOT USED]1 PART 3 -EXECUTION [NOT USED]2 END OF SECTION3 4 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days 5 01 35 13 - 1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised August 30, 2013 City Project No. 102419 SECTION 01 35 131 SPECIAL PROJECT PROCEDURES2 PART 1 -GENERAL3 1.1 SUMMARY4 A.Section Includes:5 1.The procedures for special project circumstances that includes, but is not limited to:6 a.Coordination with the Texas Department of Transportation7 b.Work near High Voltage Lines8 c.Confined Space Entry Program9 d.Air Pollution Watch Days10 e.Use of Explosives, Drop Weight, Etc.11 f.Water Department Notification12 g.Public Notification Prior to Beginning Construction13 h.Coordination with United States Army Corps of Engineers14 i.Coordination within Railroad permits areas15 j.Dust Control16 k.Employee Parking17 B.Deviations from this City of Fort Worth Standard Specification18 1.None.19 C.Related Specification Sections include, but are not necessarily limited to:20 1.Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract21 2.Division 1 – General Requirements22 3.Section 33 12 25 – Connection to Existing Water Mains23 24 1.2 REFERENCES25 A.Reference Standards26 1.Reference standards cited in this Specification refer to the current reference27 standard published at the time of the latest revision date logged at the end of this28 Specification, unless a date is specifically cited.29 2.Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752.30 High Voltage Overhead Lines.31 3.North Central Texas Council of Governments (NCTCOG) – Clean Construction32 Specification33 1.3 ADMINISTRATIVE REQUIREMENTS34 A.Coordination with the Texas Department of Transportation35 1.When work in the right-of-way which is under the jurisdiction of the Texas36 Department of Transportation (TxDOT):37 a.Notify the Texas Department of Transportation prior to commencing any work38 therein in accordance with the provisions of the permit39 01 35 13 - 2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised August 30, 2013 City Project No. 102419 b.All work performed in the TxDOT right-of-way shall be performed in1 compliance with and subject to approval from the Texas Department of2 Transportation3 B.Work near High Voltage Lines4 1.Regulatory Requirements5 a.All Work near High Voltage Lines (more than 600 volts measured between6 conductors or between a conductor and the ground) shall be in accordance with7 Health and Safety Code, Title 9, Subtitle A, Chapter 752.8 2.Warning sign9 a.Provide sign of sufficient size meeting all OSHA requirements.10 3.Equipment operating within 10 feet of high voltage lines will require the following11 safety features12 a.Insulating cage-type of guard about the boom or arm13 b.Insulator links on the lift hook connections for back hoes or dippers14 c.Equipment must meet the safety requirements as set forth by OSHA and the15 safety requirements of the owner of the high voltage lines16 4.Work within 6 feet of high voltage electric lines17 a.Notification shall be given to:18 1)The power company (example: ONCOR)19 a)Maintain an accurate log of all such calls to power company and record20 action taken in each case.21 b.Coordination with power company22 1)After notification coordinate with the power company to:23 a)Erect temporary mechanical barriers, de-energize the lines, or raise or24 lower the lines25 c.No personnel may work within 6 feet of a high voltage line before the above26 requirements have been met.27 C.Confined Space Entry Program28 1.Provide and follow approved Confined Space Entry Program in accordance with29 OSHA requirements.30 2.Confined Spaces include:31 a.Manholes32 b.All other confined spaces in accordance with OSHA’s Permit Required for33 Confined Spaces34 D.Use of Explosives, Drop Weight, Etc.35 1.When Contract Documents permit on the project the following will apply:36 a.Public Notification37 1)Submit notice to City and proof of adequate insurance coverage, 24 hours38 prior to commencing.39 2)Minimum 24 hour public notification in accordance with Section 01 31 1340 E.Water Department Coordination41 1.During the construction of this project, it will be necessary to deactivate, for a42 period of time, existing lines. The Contractor shall be required to coordinate with43 the Water Department to determine the best times for deactivating and activating44 those lines.45 01 35 13 - 3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised August 30, 2013 City Project No. 102419 2.Coordinate any event that will require connecting to or the operation of an existing1 City water line system with the City’s representative.2 a.Coordination shall be in accordance with Section 33 12 25.3 b.If needed, obtain a hydrant water meter from the Water Department for use4 during the life of named project.5 c.In the event that a water valve on an existing live system be turned off and on6 to accommodate the construction of the project is required, coordinate this7 activity through the appropriate City representative.8 1)Do not operate water line valves of existing water system.9 a)Failure to comply will render the Contractor in violation of Texas Penal10 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor11 will be prosecuted to the full extent of the law.12 b)In addition, the Contractor will assume all liabilities and13 responsibilities as a result of these actions.14 F.Public Notification Prior to Beginning Construction15 1.Prior to beginning construction on any block in the project, on a block by block16 basis, prepare and deliver a notice or flyer of the pending construction to the front17 door of each residence or business that will be impacted by construction. The notice18 shall be prepared as follows:19 a.Post notice or flyer 7 days prior to beginning any construction activity on each20 block in the project area.21 1)Prepare flyer on the Contractor’s letterhead and include the following22 information:23 a)Name of Project24 b)City Project No (CPN)25 c)Scope of Project (i.e. type of construction activity)26 d)Actual construction duration within the block27 e)Name of the contractor’s foreman and phone number28 f)Name of the City’s inspector and phone number29 g)City’s after-hours phone number30 2)A sample of the ‘pre-construction notification’ flyer is attached as Exhibit31 A.32 3)Submit schedule showing the construction start and finish time for each33 block of the project to the inspector.34 4)Deliver flyer to the City Inspector for review prior to distribution.35 b.No construction will be allowed to begin on any block until the flyer is36 delivered to all residents of the block.37 G.Public Notification of Temporary Water Service Interruption during Construction38 1.In the event it becomes necessary to temporarily shut down water service to39 residents or businesses during construction, prepare and deliver a notice or flyer of40 the pending interruption to the front door of each affected resident.41 2.Prepared notice as follows:42 a.The notification or flyer shall be posted 24 hours prior to the temporary43 interruption.44 b.Prepare flyer on the contractor’s letterhead and include the following45 information:46 1)Name of the project47 2)City Project Number48 01 35 13 - 4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised August 30, 2013 City Project No. 102419 3)Date of the interruption of service1 4)Period the interruption will take place2 5)Name of the contractor’s foreman and phone number3 6)Name of the City’s inspector and phone number4 c.A sample of the temporary water service interruption notification is attached as5 Exhibit B.6 d.Deliver a copy of the temporary interruption notification to the City inspector7 for review prior to being distributed.8 e.No interruption of water service can occur until the flyer has been delivered to9 all affected residents and businesses.10 f.Electronic versions of the sample flyers can be obtained from the Project11 Construction Inspector.12 H.Coordination with United States Army Corps of Engineers (USACE)13 1.At locations in the Project where construction activities occur in areas where14 USACE permits are required, meet all requirements set forth in each designated15 permit.16 I.Coordination within Railroad Permit Areas17 1.At locations in the project where construction activities occur in areas where18 railroad permits are required, meet all requirements set forth in each designated19 railroad permit. This includes, but is not limited to, provisions for:20 a.Flagmen21 b.Inspectors22 c.Safety training23 d.Additional insurance24 e.Insurance certificates25 f.Other employees required to protect the right-of-way and property of the26 Railroad Company from damage arising out of and/or from the construction of27 the project. Proper utility clearance procedures shall be used in accordance28 with the permit guidelines.29 2.Obtain any supplemental information needed to comply with the railroad’s30 requirements.31 J.Dust Control32 1.Use acceptable measures to control dust at the Site.33 a.If water is used to control dust, capture and properly dispose of waste water.34 b.If wet saw cutting is performed, capture and properly dispose of slurry.35 K.Employee Parking36 1.Provide parking for employees at locations approved by the City.37 01 35 13 - 5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised August 30, 2013 City Project No. 102419 1.4 SUBMITTALS [NOT USED]1 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]2 1.6 CLOSEOUT SUBMITTALS [NOT USED]3 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]4 1.8 QUALITY ASSURANCE [NOT USED]5 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED]6 1.10 FIELD [SITE] CONDITIONS [NOT USED]7 1.11 WARRANTY [NOT USED]8 PART 2 -PRODUCTS [NOT USED]9 PART 3 -EXECUTION [NOT USED]10 END OF SECTION11 12 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.3.B – Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 13 01 35 13 - 6 DAP SPECIAL PROJECT PROCEDURES Page 6 of 7 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised August 30, 2013 City Project No. 102419 EXHIBIT A1 (To be printed on Contractor’s Letterhead)2 3 4 5 Date:6 7 CPN No.:8 Project Name:9 Mapsco Location:10 Limits of Construction:11 12 13 14 15 16 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT17 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR18 PROPERTY.19 20 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE21 OF THIS NOTICE.22 23 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER24 ISSUE, PLEASE CALL:25 26 27 Mr. <CONTRACTOR’S SUPERINTENDENT > AT <TELEPHONE NO.>28 29 OR30 31 Mr. <CITY INSPECTOR> AT <TELEPHONE NO.>32 33 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 830634 35 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL36 37 01 35 13 - 7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised August 30, 2013 City Project No. 102419 EXHIBIT B1 2 3 4 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised March 20, 2020 First United Methodist Church Fort Worth Addition, Lot 1-R, Block 3 City Project No. 102419 SECTION 01 45 23 TESTING AND INSPECTION SERVICES PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1.Testing and inspection services procedures and coordination B.Deviations from this City of Fort Worth Standard Specification 1.None. C.Related Specification Sections include, but are not necessarily limited to: 1.Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2.Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment 1.Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a.Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b.City is responsible for performing and payment for first set of Quality Assurance testing. 1)If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a)Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A.Testing 1.Complete testing in accordance with the Contract Documents. 2.Coordination a.When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b.When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3.Distribution of Testing Reports a.Electronic Distribution 1)Confirm development of Project directory for electronic submittals to be uploaded to the City’s document management system, or another form of distribution approved by the City. 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised March 20, 2020 First United Methodist Church Fort Worth Addition, Lot 1-R, Block 3 City Project No. 102419 2)Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3)Hard Copies a)1 copy for all submittals submitted to the Project Representative b.Hard Copy Distribution (if required in lieu of electronic distribution) 1)Tests performed by City a)Distribute 1 hard copy to the Contractor 2)Tests performed by the Contractor a)Distribute 3 hard copies to City’s Project Representative 4.Provide City’s Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a.Name of pit b.Date of delivery c.Material delivered B.Inspection 1.Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 03/20/2020 D.V. Magaña Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City’s document management system. 01 50 00 - 1 DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised JULY 1, 2011 City Project No. 102419 SECTION 01 50 001 TEMPORARY FACILITIES AND CONTROLS2 PART 1 -GENERAL3 1.1 SUMMARY4 A.Section Includes:5 1.Provide temporary facilities and controls needed for the Work including, but not6 necessarily limited to:7 a.Temporary utilities8 b.Sanitary facilities9 c.Storage Sheds and Buildings10 d.Dust control11 e.Temporary fencing of the construction site12 B.Deviations from this City of Fort Worth Standard Specification13 1.None.14 C.Related Specification Sections include, but are not necessarily limited to:15 1.Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract16 2.Division 1 – General Requirements17 1.2 PRICE AND PAYMENT PROCEDURES18 A.Measurement and Payment19 1.Work associated with this Item is considered subsidiary to the various Items bid.20 No separate payment will be allowed for this Item.21 1.3 REFERENCES [NOT USED]22 1.4 ADMINISTRATIVE REQUIREMENTS23 A.Temporary Utilities24 1.Obtaining Temporary Service25 a.Make arrangements with utility service companies for temporary services.26 b.Abide by rules and regulations of utility service companies or authorities27 having jurisdiction.28 c.Be responsible for utility service costs until Work is approved for Final29 Acceptance.30 1)Included are fuel, power, light, heat and other utility services necessary for31 execution, completion, testing and initial operation of Work.32 2.Water33 a.Contractor to provide water required for and in connection with Work to be34 performed and for specified tests of piping, equipment, devices or other use as35 required for the completion of the Work.36 b.Provide and maintain adequate supply of potable water for domestic37 consumption by Contractor personnel and City’s Project Representatives.38 c.Coordination39 1)Contact City 1 week before water for construction is desired40 01 50 00 - 2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised JULY 1, 2011 City Project No. 102419 d.Contractor Payment for Construction Water1 1)Obtain construction water meter from City for payment as billed by City’s2 established rates.3 3.Electricity and Lighting4 a.Provide and pay for electric powered service as required for Work, including5 testing of Work.6 1)Provide power for lighting, operation of equipment, or other use.7 b.Electric power service includes temporary power service or generator to8 maintain operations during scheduled shutdown.9 4.Telephone10 a.Provide emergency telephone service at Site for use by Contractor personnel11 and others performing work or furnishing services at Site.12 5.Temporary Heat and Ventilation13 a.Provide temporary heat as necessary for protection or completion of Work.14 b.Provide temporary heat and ventilation to assure safe working conditions.15 B.Sanitary Facilities16 1.Provide and maintain sanitary facilities for persons on Site.17 a.Comply with regulations of State and local departments of health.18 2.Enforce use of sanitary facilities by construction personnel at job site.19 a.Enclose and anchor sanitary facilities.20 b.No discharge will be allowed from these facilities.21 c.Collect and store sewage and waste so as not to cause nuisance or health22 problem.23 d.Haul sewage and waste off-site at no less than weekly intervals and properly24 dispose in accordance with applicable regulation.25 3.Locate facilities near Work Site and keep clean and maintained throughout Project.26 4.Remove facilities at completion of Project27 C.Storage Sheds and Buildings28 1.Provide adequately ventilated, watertight, weatherproof storage facilities with floor29 above ground level for materials and equipment susceptible to weather damage.30 2.Storage of materials not susceptible to weather damage may be on blocks off31 ground.32 3.Store materials in a neat and orderly manner.33 a.Place materials and equipment to permit easy access for identification,34 inspection and inventory.35 4.Equip building with lockable doors and lighting, and provide electrical service for36 equipment space heaters and heating or ventilation as necessary to provide storage37 environments acceptable to specified manufacturers.38 5.Fill and grade site for temporary structures to provide drainage away from39 temporary and existing buildings.40 6.Remove building from site prior to Final Acceptance.41 D.Temporary Fencing42 1.Provide and maintain for the duration or construction when required in contract43 documents44 E.Dust Control45 01 50 00 - 3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised JULY 1, 2011 City Project No. 102419 1.Contractor is responsible for maintaining dust control through the duration of the1 project.2 a.Contractor remains on-call at all times3 b.Must respond in a timely manner4 F.Temporary Protection of Construction5 1.Contractor or subcontractors are responsible for protecting Work from damage due6 to weather.7 1.5 SUBMITTALS [NOT USED]8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]9 1.7 CLOSEOUT SUBMITTALS [NOT USED]10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]11 1.9 QUALITY ASSURANCE [NOT USED]12 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]13 1.11 FIELD [SITE] CONDITIONS [NOT USED]14 1.12 WARRANTY [NOT USED]15 PART 2 -PRODUCTS [NOT USED]16 PART 3 -EXECUTION [NOT USED]17 3.1 INSTALLERS [NOT USED]18 3.2 EXAMINATION [NOT USED]19 3.3 PREPARATION [NOT USED]20 3.4 INSTALLATION21 A.Temporary Facilities22 1.Maintain all temporary facilities for duration of construction activities as needed.23 3.5 [REPAIR] / [RESTORATION]24 3.6 RE-INSTALLATION25 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]26 3.8 SYSTEM STARTUP [NOT USED]27 3.9 ADJUSTING [NOT USED]28 3.10 CLEANING [NOT USED]29 3.11 CLOSEOUT ACTIVITIES30 A.Temporary Facilities31 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised JULY 1, 2011 City Project No. 102419 1.Remove all temporary facilities and restore area after completion of the Work, to a1 condition equal to or better than prior to start of Work.2 3.12 PROTECTION [NOT USED]3 3.13 MAINTENANCE [NOT USED]4 3.14 ATTACHMENTS [NOT USED]5 END OF SECTION6 7 Revision Log DATE NAME SUMMARY OF CHANGE 8 01 55 26 - 1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised July 1, 2011 City Project No. 102419 SECTION 01 55 261 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL2 PART 1 -GENERAL3 1.1 SUMMARY4 A.Section Includes:5 1.Administrative procedures for:6 a.Street Use Permit7 b.Modification of approved traffic control8 c.Removal of Street Signs9 B.Deviations from this City of Fort Worth Standard Specification10 1.None.11 C.Related Specification Sections include, but are not necessarily limited to:12 1.Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract13 2.Division 1 – General Requirements14 3.Section 34 71 13 – Traffic Control15 1.2 PRICE AND PAYMENT PROCEDURES16 A.Measurement and Payment17 1.Work associated with this Item is considered subsidiary to the various Items bid.18 No separate payment will be allowed for this Item.19 1.3 REFERENCES20 A.Reference Standards21 1.Reference standards cited in this specification refer to the current reference standard22 published at the time of the latest revision date logged at the end of this23 specification, unless a date is specifically cited.24 2.Texas Manual on Uniform Traffic Control Devices (TMUTCD).25 1.4 ADMINISTRATIVE REQUIREMENTS26 A.Traffic Control27 1.General28 a.When traffic control plans are included in the Drawings, provide Traffic29 Control in accordance with Drawings and Section 34 71 13.30 b.When traffic control plans are not included in the Drawings, prepare traffic31 control plans in accordance with Section 34 71 13 and submit to City for32 review.33 1)Allow minimum 10 working days for review of proposed Traffic Control.34 B.Street Use Permit35 1.Prior to installation of Traffic Control, a City Street Use Permit is required.36 a.To obtain Street Use Permit, submit Traffic Control Plans to City37 Transportation and Public Works Department.38 01 55 26 - 2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised July 1, 2011 City Project No. 102419 1)Allow a minimum of 5 working days for permit review.1 2)Contractor’s responsibility to coordinate review of Traffic Control plans for2 Street Use Permit, such that construction is not delayed.3 C.Modification to Approved Traffic Control4 1.Prior to installation traffic control:5 a.Submit revised traffic control plans to City Department Transportation and6 Public Works Department.7 1)Revise Traffic Control plans in accordance with Section 34 71 13.8 2)Allow minimum 5 working days for review of revised Traffic Control.9 3)It is the Contractor’s responsibility to coordinate review of Traffic Control10 plans for Street Use Permit, such that construction is not delayed.11 D.Removal of Street Sign12 1.If it is determined that a street sign must be removed for construction, then contact13 City Transportation and Public Works Department, Signs and Markings Division to14 remove the sign.15 E.Temporary Signage16 1.In the case of regulatory signs, replace permanent sign with temporary sign meeting17 requirements of the latest edition of the Texas Manual on Uniform Traffic Control18 Devices (MUTCD).19 2.Install temporary sign before the removal of permanent sign.20 3.When construction is complete, to the extent that the permanent sign can be21 reinstalled, contact the City Transportation and Public Works Department, Signs22 and Markings Division, to reinstall the permanent sign.23 F.Traffic Control Standards24 1.Traffic Control Standards can be found on the City’s Buzzsaw website.25 1.5 SUBMITTALS [NOT USED]26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]27 1.7 CLOSEOUT SUBMITTALS [NOT USED]28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]29 1.9 QUALITY ASSURANCE [NOT USED]30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]31 1.11 FIELD [SITE] CONDITIONS [NOT USED]32 1.12 WARRANTY [NOT USED]33 PART 2 -PRODUCTS [NOT USED]34 PART 3 -EXECUTION [NOT USED]35 END OF SECTION36 01 55 26 - 3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised July 1, 2011 City Project No. 102419 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 01 57 13 - 1 DAP STORM WATER POLLUTION PREVENTION Page 1 of 3 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised July 1, 2011 City Project No. 102419 SECTION 01 57 131 STORM WATER POLLUTION PREVENTION2 PART 1 -GENERAL3 1.1 SUMMARY4 A.Section Includes:5 1.Procedures for Storm Water Pollution Prevention Plans6 B.Deviations from this City of Fort Worth Standard Specification7 1.None.8 C.Related Specification Sections include, but are not necessarily limited to:9 1.Division 0 – Bidding Requirements, Contract Forms and Conditions of the10 Contract11 2.Division 1 – General Requirements12 3.Section 31 25 00 – Erosion and Sediment Control13 1.2 PRICE AND PAYMENT PROCEDURES14 A.Measurement and Payment15 1.Construction Activities resulting in less than 1 acre of disturbance16 a.Work associated with this Item is considered subsidiary to the various Items17 bid. No separate payment will be allowed for this Item.18 2.Construction Activities resulting in greater than 1 acre of disturbance19 a.Measurement and Payment shall be in accordance with Section 31 25 00.20 1.3 REFERENCES21 A.Abbreviations and Acronyms22 1.Notice of Intent: NOI23 2.Notice of Termination: NOT24 3.Storm Water Pollution Prevention Plan: SWPPP25 4.Texas Commission on Environmental Quality: TCEQ26 5.Notice of Change: NOC27 A.Reference Standards28 1.Reference standards cited in this Specification refer to the current reference29 standard published at the time of the latest revision date logged at the end of this30 Specification, unless a date is specifically cited.31 2.Integrated Storm Management (iSWM) Technical Manual for Construction32 Controls33 1.4 ADMINISTRATIVE REQUIREMENTS34 A.General35 1.Contractor is responsible for resolution and payment of any fines issued associated36 with compliance to Stormwater Pollution Prevention Plan.37 01 57 13 - 2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised July 1, 2011 City Project No. 102419 B.Construction Activities resulting in:1 1.Less than 1 acre of disturbance2 a.Provide erosion and sediment control in accordance with Section 31 25 00 and3 Drawings.4 2.1 to less than 5 acres of disturbance5 a.Texas Pollutant Discharge Elimination System (TPDES) General Construction6 Permit is required7 b.Complete SWPPP in accordance with TCEQ requirements8 1)TCEQ Small Construction Site Notice Required under general permit9 TXR15000010 a)Sign and post at job site11 b)Prior to Preconstruction Meeting, send 1 copy to City Department of12 Transportation and Public Works, Environmental Division, (817) 392-13 6088.14 2)Provide erosion and sediment control in accordance with:15 a)Section 31 25 0016 b)The Drawings17 c)TXR150000 General Permit18 d)SWPPP19 e)TCEQ requirements20 3.5 acres or more of Disturbance21 a.Texas Pollutant Discharge Elimination System (TPDES) General Construction22 Permit is required23 b.Complete SWPPP in accordance with TCEQ requirements24 1)Prepare a TCEQ NOI form and submit to TCEQ along with required fee25 a)Sign and post at job site26 b)Send copy to City Department of Transportation and Public Works,27 Environmental Division, (817) 392-6088.28 2)TCEQ Notice of Change required if making changes or updates to NOI29 3)Provide erosion and sediment control in accordance with:30 a)Section 31 25 0031 b)The Drawings32 c)TXR150000 General Permit33 d)SWPPP34 e)TCEQ requirements35 4)Once the project has been completed and all the closeout requirements of36 TCEQ have been met a TCEQ Notice of Termination can be submitted.37 a)Send copy to City Department of Transportation and Public Works,38 Environmental Division, (817) 392-6088.39 1.5 SUBMITTALS40 A.SWPPP41 1.Submit in accordance with Section 01 33 00, except as stated herein.42 a.Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City43 as follows:44 1)1 copy to the City Project Manager45 a)City Project Manager will forward to the City Department of46 Transportation and Public Works, Environmental Division for review47 01 57 13 - 3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised July 1, 2011 City Project No. 102419 B.Modified SWPPP1 1.If the SWPPP is revised during construction, resubmit modified SWPPP to the City2 in accordance with Section 01 33 00.3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]4 1.7 CLOSEOUT SUBMITTALS [NOT USED]5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]6 1.9 QUALITY ASSURANCE [NOT USED]7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]8 1.11 FIELD [SITE] CONDITIONS [NOT USED]9 1.12 WARRANTY [NOT USED]10 PART 2 -PRODUCTS [NOT USED]11 PART 3 -EXECUTION [NOT USED]12 END OF SECTION13 14 Revision Log DATE NAME SUMMARY OF CHANGE 15 01 60 00 DAP PRODUCT REQUIREMENTS Page 1 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised March 20, 2020 First United Methodist Church Fort Worth Addition, Lot 1-R, Block 3 City Project No. 102419 SECTION 01 60 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1.References for Product Requirements and City Standard Products List B.Deviations from this City of Fort Worth Standard Specification 1.None. C.Related Specification Sections include, but are not necessarily limited to: 1.Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2.Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A list of City approved products for use is available through the City’s website at: https://apps.fortworthtexas.gov/ProjectResources/and following the directory path: 02 - Construction Documents\Standard Products List A.Only products specifically included on City’s Standard Product List in these Contract Documents shall be allowed for use on the Project. 1.Any subsequently approved products will only be allowed for use upon specific approval by the City. B.Any specific product requirements in the Contract Documents supersede similar products included on the City’s Standard Product List. 1.The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City’s Standard Product List. C.Although a specific product is included on City’s Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer’s standard product. D.See Section 01 33 00 for submittal requirements of Product Data included on City’s Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 01 60 00 DAP PRODUCT REQUIREMENTS Page 2 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised March 20, 2020 First United Methodist Church Fort Worth Addition, Lot 1-R, Block 3 City Project No. 102419 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City’s Standard Product List 4/7/2014 M.Domenech Revised for DAP application 03/20/2020 D.V. Magaña Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City’s website. 01 66 00 - 1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised April 7, 2014 City Project No. 102419 SECTION 01 66 001 PRODUCT STORAGE AND HANDLING REQUIREMENTS2 PART 1 -GENERAL3 1.1 SUMMARY4 A.Section Includes:5 1.Scheduling of product delivery6 2.Packaging of products for delivery7 3.Protection of products against damage from:8 a.Handling9 b.Exposure to elements or harsh environments10 B.Deviations from this City of Fort Worth Standard Specification11 1.None.12 C.Related Specification Sections include, but are not necessarily limited to:13 1.Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract14 2.Division 1 – General Requirements15 1.2 PRICE AND PAYMENT PROCEDURES16 A.Measurement and Payment17 1.Work associated with this Item is considered subsidiary to the various Items bid.18 No separate payment will be allowed for this Item.19 1.3 REFERENCES [NOT USED]20 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]21 1.5 SUBMITTALS [NOT USED]22 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]23 1.7 CLOSEOUT SUBMITTALS [NOT USED]24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]25 1.9 QUALITY ASSURANCE [NOT USED]26 1.10 DELIVERY AND HANDLING27 A.Delivery Requirements28 1.Schedule delivery of products or equipment as required to allow timely installation29 and to avoid prolonged storage.30 2.Provide appropriate personnel and equipment to receive deliveries.31 3.Delivery trucks will not be permitted to wait extended periods of time on the Site32 for personnel or equipment to receive the delivery.33 01 66 00 - 2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised April 7, 2014 City Project No. 102419 4.Deliver products or equipment in manufacturer's original unbroken cartons or other1 containers designed and constructed to protect the contents from physical or2 environmental damage.3 5.Clearly and fully mark and identify as to manufacturer, item and installation4 location.5 6.Provide manufacturer's instructions for storage and handling.6 B.Handling Requirements7 1.Handle products or equipment in accordance with these Contract Documents and8 manufacturer’s recommendations and instructions.9 C.Storage Requirements10 1.Store materials in accordance with manufacturer’s recommendations and11 requirements of these Specifications.12 2.Make necessary provisions for safe storage of materials and equipment.13 a.Place loose soil materials and materials to be incorporated into Work to prevent14 damage to any part of Work or existing facilities and to maintain free access at15 all times to all parts of Work and to utility service company installations in16 vicinity of Work.17 3.Keep materials and equipment neatly and compactly stored in locations that will18 cause minimum inconvenience to other contractors, public travel, adjoining owners,19 tenants and occupants.20 a.Arrange storage to provide easy access for inspection.21 4.Restrict storage to areas available on construction site for storage of material and22 equipment as shown on Drawings, or approved by City’s Project Representative.23 5.Provide off-site storage and protection when on-site storage is not adequate.24 a.Provide addresses of and access to off-site storage locations for inspection by25 City’s Project Representative.26 6.Do not use lawns, grass plots or other private property for storage purposes without27 written permission of owner or other person in possession or control of premises.28 7.Store in manufacturers’ unopened containers.29 8.Neatly, safely and compactly stack materials delivered and stored along line of30 Work to avoid inconvenience and damage to property owners and general public31 and maintain at least 3 feet from fire hydrant.32 9.Keep public and private driveways and street crossings open.33 10.Repair or replace damaged lawns, sidewalks, streets or other improvements to34 satisfaction of City’s Project Representative.35 a.Total length which materials may be distributed along route of construction at36 one time is 1,000 linear feet, unless otherwise approved in writing by City’s37 Project Representative.38 01 66 00 - 3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised April 7, 2014 City Project No. 102419 1.11 FIELD [SITE] CONDITIONS [NOT USED]1 1.12 WARRANTY [NOT USED]2 PART 2 -PRODUCTS [NOT USED]3 PART 3 -EXECUTION4 3.1 INSTALLERS [NOT USED]5 3.2 EXAMINATION [NOT USED]6 3.3 PREPARATION [NOT USED]7 3.4 ERECTION [NOT USED]8 3.5 REPAIR / RESTORATION [NOT USED]9 3.6 RE-INSTALLATION [NOT USED]10 3.7 FIELD [OR] SITE QUALITY CONTROL11 A.Tests and Inspections12 1.Inspect all products or equipment delivered to the site prior to unloading.13 B.Non-Conforming Work14 1.Reject all products or equipment that are damaged, used or in any other way15 unsatisfactory for use on the project.16 3.8 SYSTEM STARTUP [NOT USED]17 3.9 ADJUSTING [NOT USED]18 3.10 CLEANING [NOT USED]19 3.11 CLOSEOUT ACTIVITIES [NOT USED]20 3.12 PROTECTION21 A.Protect all products or equipment in accordance with manufacturer's written directions.22 B.Store products or equipment in location to avoid physical damage to items while in23 storage.24 C.Protect equipment from exposure to elements and keep thoroughly dry if required by25 the manufacturer.26 3.13 MAINTENANCE [NOT USED]27 3.14 ATTACHMENTS [NOT USED]28 END OF SECTION29 30 01 66 00 - 4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised April 7, 2014 City Project No. 102419 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 1 01 70 00 - 1 DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised April 7, 2014 City Project No. 102419 SECTION 01 70 001 MOBILIZATION AND REMOBILIZATION2 PART 1 -GENERAL3 1.1 SUMMARY4 A.Section Includes:5 1.Mobilization and Demobilization6 a.Mobilization7 1)Transportation of Contractor’s personnel, equipment, and operating supplies8 to the Site9 2)Establishment of necessary general facilities for the Contractor’s operation10 at the Site11 3)Premiums paid for performance and payment bonds12 4)Transportation of Contractor’s personnel, equipment, and operating supplies13 to another location within the designated Site14 5)Relocation of necessary general facilities for the Contractor’s operation15 from 1 location to another location on the Site.16 b.Demobilization17 1)Transportation of Contractor’s personnel, equipment, and operating supplies18 away from the Site including disassembly19 2)Site Clean-up20 3)Removal of all buildings and/or other facilities assembled at the Site for this21 Contract22 c.Mobilization and Demobilization do not include activities for specific items of23 work that are for which payment is provided elsewhere in the contract.24 2.Remobilization25 a.Remobilization for Suspension of Work specifically required in the Contract26 Documents or as required by City includes:27 1)Demobilization28 a)Transportation of Contractor’s personnel, equipment, and operating29 supplies from the Site including disassembly or temporarily securing30 equipment, supplies, and other facilities as designated by the Contract31 Documents necessary to suspend the Work.32 b)Site Clean-up as designated in the Contract Documents33 2)Remobilization34 a)Transportation of Contractor’s personnel, equipment, and operating35 supplies to the Site necessary to resume the Work.36 b)Establishment of necessary general facilities for the Contractor’s37 operation at the Site necessary to resume the Work.38 3)No Payments will be made for:39 a)Mobilization and Demobilization from one location to another on the40 Site in the normal progress of performing the Work.41 b)Stand-by or idle time42 c)Lost profits43 3.Mobilizations and Demobilization for Miscellaneous Projects44 a.Mobilization and Demobilization45 01 70 00 - 2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised April 7, 2014 City Project No. 102419 1)Mobilization shall consist of the activities and cost on a Work Order basis1 necessary for:2 a)Transportation of Contractor’s personnel, equipment, and operating3 supplies to the Site for the issued Work Order.4 b)Establishment of necessary general facilities for the Contractor’s5 operation at the Site for the issued Work Order6 2)Demobilization shall consist of the activities and cost necessary for:7 a)Transportation of Contractor’s personnel, equipment, and operating8 supplies from the Site including disassembly for each issued Work9 Order10 b)Site Clean-up for each issued Work Order11 c)Removal of all buildings or other facilities assembled at the Site for12 each Work Oder13 b.Mobilization and Demobilization do not include activities for specific items of14 work for which payment is provided elsewhere in the contract.15 4.Emergency Mobilizations and Demobilization for Miscellaneous Projects16 a.A Mobilization for Miscellaneous Projects when directed by the City and the17 mobilization occurs within 24 hours of the issuance of the Work Order.18 B.Deviations from this City of Fort Worth Standard Specification19 1.None.20 C.Related Specification Sections include, but are not necessarily limited to:21 1.Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract22 2.Division 1 – General Requirements23 1.2 PRICE AND PAYMENT PROCEDURES24 A.Measurement and Payment25 1.Mobilization and Demobilization26 a.Measure27 1)This Item is considered subsidiary to the various Items bid.28 b.Payment29 1)The work performed and materials furnished in accordance with this Item30 are subsidiary to the various Items bid and no other compensation will be31 allowed.32 2.Remobilization for suspension of Work as specifically required in the Contract33 Documents34 a.Measurement35 1)Measurement for this Item shall be per each remobilization performed.36 b.Payment37 1)The work performed and materials furnished in accordance with this Item38 and measured as provided under “Measurement” will be paid for at the unit39 price per each “Specified Remobilization” in accordance with Contract40 Documents.41 c.The price shall include:42 1)Demobilization as described in Section 1.1.A.2.a.1)43 2)Remobilization as described in Section 1.1.A.2.a.2)44 d.No payments will be made for standby, idle time, or lost profits associated this45 Item.46 01 70 00 - 3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised April 7, 2014 City Project No. 102419 3.Remobilization for suspension of Work as required by City1 a.Measurement and Payment2 1)This shall be submitted as a Contract Claim in accordance with Article 103 of Section 00 72 00.4 2)No payments will be made for standby, idle time, or lost profits associated5 with this Item.6 4.Mobilizations and Demobilizations for Miscellaneous Projects7 a.Measurement8 1)Measurement for this Item shall be for each Mobilization and9 Demobilization required by the Contract Documents10 b.Payment11 1)The Work performed and materials furnished in accordance with this Item12 and measured as provided under “Measurement” will be paid for at the unit13 price per each “Work Order Mobilization” in accordance with Contract14 Documents. Demobilization shall be considered subsidiary to mobilization15 and shall not be paid for separately.16 c.The price shall include:17 1)Mobilization as described in Section 1.1.A.3.a.1)18 2)Demobilization as described in Section 1.1.A.3.a.2)19 d.No payments will be made for standby, idle time, or lost profits associated this20 Item.21 5.Emergency Mobilizations and Demobilizations for Miscellaneous Projects22 a.Measurement23 1)Measurement for this Item shall be for each Mobilization and24 Demobilization required by the Contract Documents25 b.Payment26 1)The Work performed and materials furnished in accordance with this Item27 and measured as provided under “Measurement” will be paid for at the unit28 price per each “Work Order Emergency Mobilization” in accordance with29 Contract Documents. Demobilization shall be considered subsidiary to30 mobilization and shall not be paid for separately.31 c.The price shall include32 1)Mobilization as described in Section 1.1.A.4.a)33 2)Demobilization as described in Section 1.1.A.3.a.2)34 d.No payments will be made for standby, idle time, or lost profits associated this35 Item.36 1.3 REFERENCES [NOT USED]37 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]38 1.5 SUBMITTALS [NOT USED]39 1.6 INFORMATIONAL SUBMITTALS [NOT USED]40 1.7 CLOSEOUT SUBMITTALS [NOT USED]41 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]42 1.9 QUALITY ASSURANCE [NOT USED]43 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]44 01 70 00 - 4 DAP MOBILIZATION AND REMOBILIZATION Page 4 of 4 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised April 7, 2014 City Project No. 102419 1.11 FIELD [SITE] CONDITIONS [NOT USED]1 1.12 WARRANTY [NOT USED]2 PART 2 -PRODUCTS [NOT USED]3 PART 3 -EXECUTION [NOT USED]4 END OF SECTION5 6 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 7 01 71 23 - 1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised February 14, 2018 City Project No. 102419 SECTION 01 71 231 CONSTRUCTION STAKING AND SURVEY2 PART 1 -GENERAL3 1.1 SUMMARY4 A.Section Includes:5 1. Requirements for construction staking and construction survey6 B.Deviations from this City of Fort Worth Standard Specification7 1. See Changes (Highlighted in Yellow).8 C.Related Specification Sections include, but are not necessarily limited to:9 1.Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract10 2.Division 1 – General Requirements11 1.2 PRICE AND PAYMENT PROCEDURES12 A.Measurement and Payment13 1.Construction Staking14 a.Measurement15 1)This Item is considered subsidiary to the various Items bid.16 b.Payment17 1)The work performed and the materials furnished in accordance with this18 Item are subsidiary to the various Items bid and no other compensation will19 be allowed.20 2.Construction Survey21 a.Measurement22 1)This Item is considered subsidiary to the various Items bid.23 b.Payment24 1)The work performed and the materials furnished in accordance with this25 Item are subsidiary to the various Items bid and no other compensation will be26 allowed.27 3.As-Built Survey28 a.Measurement29 1)This Item is considered subsidiary to the various Items bid.30 b.Payment31 1)The work performed and the materials furnished in accordance with this32 Item are subsidiary to the various Items bid and no other compensation will be33 allowed.34 1.3 REFERENCES35 A.Definitions36 1.Construction Survey - The survey measurements made prior to or while37 construction is in progress to control elevation, horizontal position, dimensions and38 configuration of structures/improvements included in the Project Drawings.39 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised February 14, 2018 City Project No. 102419 2.As-built Survey –The measurements made after the construction of the1 improvement features are complete to provide position coordinates for the features2 of a project.3 3.Construction Staking – The placement of stakes and markings to provide offsets4 and elevations to cut and fill in order to locate on the ground the designed5 structures/improvements included in the Project Drawings. Construction staking6 shall include staking easements and/or right of way if indicated on the plans.7 4.Survey “Field Checks” – Measurements made after construction staking is8 completed and before construction work begins to ensure that structures marked on9 the ground are accurately located per Project Drawings.10 B.Technical References11 1.City of Fort Worth – Construction Staking Standards (available on City’s Buzzsaw12 website) – 01 71 23.16.01_ Attachment A_Survey Staking Standards13 2.City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available14 on City’s Buzzsaw website).15 3.Texas Department of Transportation (TxDOT) Survey Manual, latest revision16 4.Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land17 Surveying in the State of Texas, Category 518 19 1.4 ADMINISTRATIVE REQUIREMENTS20 A.The Contractor’s selection of a surveyor must comply with Texas Government21 Code 2254 (qualifications based selection) for this project.22 1.5 SUBMITTALS23 A.Submittals, if required, shall be in accordance with Section 01 33 00.24 B.All submittals shall be received and reviewed by the City prior to delivery of work.25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS26 A.Field Quality Control Submittals27 1. Documentation verifying accuracy of field engineering work, including coordinate28 conversions if plans do not indicate grid or ground coordinates.29 2.Submit “Cut-Sheets” conforming to the standard template provided by the City30 (refer to 01 71 23.16.01 – Attachment A – Survey Staking Standards).31 32 1.7 CLOSEOUT SUBMITTALS33 B. As-built Redline Drawing Submittal34 1.Submit As-Built Survey Redline Drawings documenting the locations/elevations of35 constructed improvements signed and sealed by Registered Professional Land36 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 – Attachment A37 – Survey Staking Standards) .38 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised February 14, 2018 City Project No. 102419 2.Contractor shall submit the proposed as-built and completed redline drawing1 submittal one (1) week prior to scheduling the project final inspection for City2 review and comment. Revisions, if necessary, shall be made to the as-built redline3 drawings and resubmitted to the City prior to scheduling the construction final4 inspection.5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]6 1.9 QUALITY ASSURANCE7 A.Construction Staking8 1.Construction staking will be performed by the Contractor.9 2.Coordination10 a.Contact City and Developer’s Project Representative at least one week in11 advance notifying the City of when Construction Staking is scheduled.12 b.It is the Contractor’s responsibility to coordinate staking such that13 construction activities are not delayed or negatively impacted.14 3.General15 a.Contractor is responsible for preserving and maintaining stakes. If City16 surveyors or Developer’s Project Representative are required to re-stake for17 any reason, the Contractor will be responsible for costs to perform staking. If18 in the opinion of the City, a sufficient number of stakes or markings have been19 lost, destroyed disturbed or omitted that the contracted Work cannot take place20 then the Contractor will be required to stake or re-stake the deficient areas.21 B.Construction Survey22 1.Construction Survey will be performed by the Contractor.23 2.Coordination24 a.Contractor to verify that horizontal and vertical control data established in the25 design survey and required for construction survey is available and in place.26 3.General27 a.Construction survey will be performed in order to construct the work shown28 on the Construction Drawings and specified in the Contract Documents.29 b.For construction methods other than open cut, the Contractor shall perform30 construction survey and verify control data including, but not limited to, the31 following:32 1)Verification that established benchmarks and control are accurate.33 2)Use of Benchmarks to furnish and maintain all reference lines and grades34 for tunneling.35 3)Use of line and grades to establish the location of the pipe.36 4)Submit to the City copies of field notes used to establish all lines and37 grades, if requested, and allow the City to check guidance system setup prior38 to beginning each tunneling drive.39 5)Provide access for the City, if requested, to verify the guidance system and40 the line and grade of the carrier pipe.41 6)The Contractor remains fully responsible for the accuracy of the work and42 correction of it, as required.43 7)Monitor line and grade continuously during construction.44 8)Record deviation with respect to design line and grade once at each pipe45 joint and submit daily records to the City.46 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised February 14, 2018 City Project No. 102419 9)If the installation does not meet the specified tolerances (as outlined in1 Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct2 the installation in accordance with the Contract Documents.3 C. As-Built Survey4 1.Required As-Built Survey will be performed by the Contractor.5 2.Coordination6 a.Contractor is to coordinate with City to confirm which features require as-7 built surveying.8 b.It is the Contractor’s responsibility to coordinate the as-built survey and9 required measurements for items that are to be buried such that construction10 activities are not delayed or negatively impacted.11 c.For sewer mains and water mains 12” and under in diameter, it is acceptable12 to physically measure depth and mark the location during the progress of13 construction and take as-built survey after the facility has been buried. The14 Contractor is responsible for the quality control needed to ensure accuracy.15 3.General16 a.The Contractor shall provide as-built survey including the elevation and17 location (and provide written documentation to the City) of construction18 features during the progress of the construction including the following:19 1)Water Lines20 a)Top of pipe elevations and coordinates for waterlines at the following21 locations:22 (1)Minimum every 250 linear feet, including23 (2)Horizontal and vertical points of inflection, curvature,24 etc.25 (3)Fire line tee26 (4)Plugs, stub-outs, dead-end lines27 (5)Casing pipe (each end) and all buried fittings28 2)Sanitary Sewer29 a)Top of pipe elevations and coordinates for force mains and siphon30 sanitary sewer lines (non-gravity facilities) at the following locations:31 (1)Minimum every 250 linear feet and any buried fittings32 (2)Horizontal and vertical points of inflection, curvature,33 etc.34 3)Stormwater – Not Applicable35 b.The Contractor shall provide as-built survey including the elevation and36 location (and provide written documentation to the City) of construction37 features after the construction is completed including the following:38 1)Manholes39 a)Rim and flowline elevations and coordinates for each manhole40 2)Water Lines41 a)Cathodic protection test stations42 b)Sampling stations43 c)Meter boxes/vaults (All sizes)44 d)Fire hydrants45 e)Valves (gate, butterfly, etc.)46 f)Air Release valves (Manhole rim and vent pipe)47 g)Blow off valves (Manhole rim and valve lid)48 h)Pressure plane valves49 01 71 23 - 5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised February 14, 2018 City Project No. 102419 i)Underground Vaults1 (1)Rim and flowline elevations and coordinates for each2 Underground Vault.3 3)Sanitary Sewer4 a)Cleanouts5 (1)Rim and flowline elevations and coordinates for each6 b)Manholes and Junction Structures7 (1)Rim and flowline elevations and coordinates for each8 manhole and junction structure.9 4)Stormwater – Not Applicable10 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]11 1.11 FIELD [SITE] CONDITIONS [NOT USED]12 1.12 WARRANTY13 PART 2 -PRODUCTS14 A.A construction survey will produce, but will not be limited to:15 1.Recovery of relevant control points, points of curvature and points of intersection.16 2.Establish temporary horizontal and vertical control elevations (benchmarks)17 sufficiently permanent and located in a manner to be used throughout construction.18 3.The location of planned facilities, easements and improvements.19 a.Establishing final line and grade stakes for piers, floors, grade beams, parking20 areas, utilities, streets, highways, tunnels, and other construction.21 b.A record of revisions or corrections noted in an orderly manner for reference.22 c.A drawing, when required by the client, indicating the horizontal and vertical23 location of facilities, easements and improvements, as built.24 4.Cut sheets shall be provided to the City inspector and Survey Superintendent for all25 construction staking projects. These cut sheets shall be on the standard city template26 which can be obtained from the Survey Superintendent (817-392-7925).27 5.Digital survey files in the following formats shall be acceptable:28 a. AutoCAD (.dwg)29 b.ESRI Shapefile (.shp)30 c.CSV file (.csv), formatted with X and Y coordinates in separate columns (use31 standard templates, if available)32 6. Survey files shall include vertical and horizontal data tied to original project33 control and benchmarks, and shall include feature descriptions34 PART 3 -EXECUTION35 3.1 INSTALLERS36 A.Tolerances:37 01 71 23 - 6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised February 14, 2018 City Project No. 102419 1.The staked location of any improvement or facility should be as accurate as1 practical and necessary. The degree of precision required is dependent on many2 factors all of which must remain judgmental. The tolerances listed hereafter are3 based on generalities and, under certain circumstances, shall yield to specific4 requirements. The surveyor shall assess any situation by review of the overall plans5 and through consultation with responsible parties as to the need for specific6 tolerances.7 a.Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical8 tolerance. Horizontal alignment for earthwork and rough cut should not exceed9 1.0 ft. tolerance.10 b.Horizontal alignment on a structure shall be within .0.1ft tolerance.11 c.Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and12 walkways shall be located within the confines of the site boundaries and,13 occasionally, along a boundary or any other restrictive line. Away from any14 restrictive line, these facilities should be staked with an accuracy producing no15 more than 0.05ft. tolerance from their specified locations.16 d.Underground and overhead utilities, such as sewers, gas, water, telephone and17 electric lines, shall be located horizontally within their prescribed areas or18 easements. Within assigned areas, these utilities should be staked with an19 accuracy producing no more than 0.1 ft tolerance from a specified location.20 e.The accuracy required for the vertical location of utilities varies widely. Many21 underground utilities require only a minimum cover and a tolerance of 0.1 ft.22 should be maintained. Underground and overhead utilities on planned profile,23 but not depending on gravity flow for performance, should not exceed 0.1 ft.24 tolerance.25 B.Surveying instruments shall be kept in close adjustment according to manufacturer’s26 specifications or in compliance to standards. The City reserves the right to request a27 calibration report at any time and recommends regular maintenance schedule be28 performed by a certified technician every 6 months.29 1.Field measurements of angles and distances shall be done in such fashion as to30 satisfy the closures and tolerances expressed in Part 3.1.A.31 2.Vertical locations shall be established from a pre-established benchmark and32 checked by closing to a different bench mark on the same datum.33 3.Construction survey field work shall correspond to the client’s plans. Irregularities34 or conflicts found shall be reported promptly to the City.35 4.Revisions, corrections and other pertinent data shall be logged for future reference.36 37 3.2 EXAMINATION [NOT USED]38 3.3 PREPARATION [NOT USED]39 3.4 APPLICATION40 3.5 REPAIR / RESTORATION41 A.If the Contractor’s work damages or destroys one or more of the control42 monuments/points set by the City or Developer’s Project Representative, the monuments43 shall be adequately referenced for expedient restoration.44 01 71 23 - 7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised February 14, 2018 City Project No. 102419 1.Notify City or Developer’s Project Representative if any control data needs to be1 restored or replaced due to damage caused during construction operations.2 a.Contractor shall perform replacements and/or restorations.3 b.The City or Developer’s Project Representative may require at any time a4 survey “Field Check” of any monument or benchmarks that are set be verified5 by the City surveyors or Developer’s Project Representative before further6 associated work can move forward.7 3.6 RE-INSTALLATION [NOT USED]8 3.7 FIELD [OR] SITE QUALITY CONTROL9 A.It is the Contractor’s responsibility to maintain all stakes and control data placed by the10 City or Developer’s Project Representative in accordance with this Specification. This11 includes easements and right of way, if noted on the plans.12 B.Do not change or relocate stakes or control data without approval from the City.13 3.8 SYSTEM STARTUP14 A.Survey Checks15 1.The City reserves the right to perform a Survey Check at any time deemed16 necessary.17 2.Checks by City personnel or 3rd party contracted surveyor are not intended to18 relieve the contractor of his/her responsibility for accuracy.19 20 3.9 ADJUSTING [NOT USED]21 3.10 CLEANING [NOT USED]22 3.11 CLOSEOUT ACTIVITIES [NOT USED]23 3.12 PROTECTION [NOT USED]24 3.13 MAINTENANCE [NOT USED]25 3.14 ATTACHMENTS [NOT USED]26 END OF SECTION27 28 01 71 23 - 8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised February 14, 2018 City Project No. 102419 1 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 8/31/2017 M. Owen Added instruction and modified measurement & payment under 1.2; added definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 – PRODUCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. 2/14/2018 M Owen Removed “blue text”; revised measurement and payment sections for Construction Staking and As-Built Survey; added reference to selection compliance with TGC 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised list of items requiring as-built survey “during” and “after” construction; and revised acceptable digital survey file format 2 01 74 23 - 1 DAP CLEANING Page 1 of 4 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised April 7, 2014 City Project No. 102419 SECTION 01 74 231 CLEANING2 PART 1 -GENERAL3 1.1 SUMMARY4 A.Section Includes:5 1.Intermediate and final cleaning for Work not including special cleaning of closed6 systems specified elsewhere7 B.Deviations from this City of Fort Worth Standard Specification8 1.None.9 C.Related Specification Sections include, but are not necessarily limited to:10 1.Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract11 2.Division 1 – General Requirements12 3.Section 32 92 13 – Hydro-Mulching, Seeding and Sodding13 1.2 PRICE AND PAYMENT PROCEDURES14 A.Measurement and Payment15 1.Work associated with this Item is considered subsidiary to the various Items bid.16 No separate payment will be allowed for this Item.17 1.3 REFERENCES [NOT USED]18 1.4 ADMINISTRATIVE REQUIREMENTS19 A.Scheduling20 1.Schedule cleaning operations so that dust and other contaminants disturbed by21 cleaning process will not fall on newly painted surfaces.22 2.Schedule final cleaning upon completion of Work and immediately prior to final23 inspection.24 1.5 SUBMITTALS [NOT USED]25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]26 1.7 CLOSEOUT SUBMITTALS [NOT USED]27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]28 1.9 QUALITY ASSURANCE [NOT USED]29 1.10 STORAGE, AND HANDLING30 A.Storage and Handling Requirements31 1.Store cleaning products and cleaning wastes in containers specifically designed for32 those materials.33 01 74 23 - 2 DAP CLEANING Page 2 of 4 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised April 7, 2014 City Project No. 102419 1.11 FIELD [SITE] CONDITIONS [NOT USED]1 1.12 WARRANTY [NOT USED]2 PART 2 -PRODUCTS3 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED]4 2.2 MATERIALS5 A.Cleaning Agents6 1.Compatible with surface being cleaned7 2.New and uncontaminated8 3.For manufactured surfaces9 a.Material recommended by manufacturer10 2.3 ACCESSORIES [NOT USED]11 2.4 SOURCE QUALITY CONTROL [NOT USED]12 PART 3 -EXECUTION13 3.1 INSTALLERS [NOT USED]14 3.2 EXAMINATION [NOT USED]15 3.3 PREPARATION [NOT USED]16 3.4 APPLICATION [NOT USED]17 3.5 REPAIR / RESTORATION [NOT USED]18 3.6 RE-INSTALLATION [NOT USED]19 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]20 3.8 SYSTEM STARTUP [NOT USED]21 3.9 ADJUSTING [NOT USED]22 3.10 CLEANING23 A.General24 1.Prevent accumulation of wastes that create hazardous conditions.25 2.Conduct cleaning and disposal operations to comply with laws and safety orders of26 governing authorities.27 3.Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in28 storm or sanitary drains or sewers.29 4.Dispose of degradable debris at an approved solid waste disposal site.30 5.Dispose of nondegradable debris at an approved solid waste disposal site or in an31 alternate manner approved by City and regulatory agencies.32 01 74 23 - 3 DAP CLEANING Page 3 of 4 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised April 7, 2014 City Project No. 102419 6.Handle materials in a controlled manner with as few handlings as possible.1 7.Thoroughly clean, sweep, wash and polish all Work and equipment associated with2 this project.3 8.Remove all signs of temporary construction and activities incidental to construction4 of required permanent Work.5 9.If project is not cleaned to the satisfaction of the City, the City reserves the right to6 have the cleaning completed at the expense of the Contractor.7 10.Do not burn on-site.8 B.Intermediate Cleaning during Construction9 1.Keep Work areas clean so as not to hinder health, safety or convenience of10 personnel in existing facility operations.11 2.At maximum weekly intervals, dispose of waste materials, debris and rubbish.12 3.Confine construction debris daily in strategically located container(s):13 a.Cover to prevent blowing by wind14 b.Store debris away from construction or operational activities15 c.Haul from site at a minimum of once per week16 4.Vacuum clean interior areas when ready to receive finish painting.17 a.Continue vacuum cleaning on an as-needed basis, until Final Acceptance.18 5.Prior to storm events, thoroughly clean site of all loose or unsecured items, which19 may become airborne or transported by flowing water during the storm.20 C.Exterior (Site or Right of Way) Final Cleaning21 1.Remove trash and debris containers from site.22 a.Re-seed areas disturbed by location of trash and debris containers in accordance23 with Section 32 92 13.24 2.Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object25 that may hinder or disrupt the flow of traffic along the roadway.26 3.Clean any interior areas including, but not limited to, vaults, manholes, structures,27 junction boxes and inlets.28 4.If no longer required for maintenance of erosion facilities, and upon approval by29 City, remove erosion control from site.30 5.Clean signs, lights, signals, etc.31 3.11 CLOSEOUT ACTIVITIES [NOT USED]32 3.12 PROTECTION [NOT USED]33 3.13 MAINTENANCE [NOT USED]34 3.14 ATTACHMENTS [NOT USED]35 36 37 38 39 40 01 74 23 - 4 DAP CLEANING Page 4 of 4 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised April 7, 2014 City Project No. 102419 END OF SECTION1 2 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 3 01 77 19 - 1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised April 7, 2014 City Project No. 102419 SECTION 01 77 191 CLOSEOUT REQUIREMENTS2 PART 1 -GENERAL3 1.1 SUMMARY4 A.Section Includes:5 1.The procedure for closing out a contract6 B.Deviations from this City of Fort Worth Standard Specification7 1.None.8 C.Related Specification Sections include, but are not necessarily limited to:9 1.Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract10 2.Division 1 – General Requirements11 1.2 PRICE AND PAYMENT PROCEDURES12 A.Measurement and Payment13 1.Work associated with this Item is considered subsidiary to the various Items bid.14 No separate payment will be allowed for this Item.15 1.3 REFERENCES [NOT USED]16 1.4 ADMINISTRATIVE REQUIREMENTS17 A.Guarantees, Bonds and Affidavits18 1.No application for final payment will be accepted until all guarantees, bonds,19 certificates, licenses and affidavits required for Work or equipment as specified are20 satisfactorily filed with the City.21 B.Release of Liens or Claims22 1.No application for final payment will be accepted until satisfactory evidence of23 release of liens has been submitted to the City.24 1.5 SUBMITTALS25 A.Submit all required documentation to City’s Project Representative.26 01 77 19 - 2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised April 7, 2014 City Project No. 102419 1.6 INFORMATIONAL SUBMITTALS [NOT USED]1 1.7 CLOSEOUT SUBMITTALS [NOT USED]2 PART 2 -PRODUCTS [NOT USED]3 PART 3 -EXECUTION4 3.1 INSTALLERS [NOT USED]5 3.2 EXAMINATION [NOT USED]6 3.3 PREPARATION [NOT USED]7 3.4 CLOSEOUT PROCEDURE8 A.Prior to requesting Final Inspection, submit:9 1.Project Record Documents in accordance with Section 01 78 3910 2.Operation and Maintenance Data, if required, in accordance with Section 01 78 2311 B.Prior to requesting Final Inspection, perform final cleaning in accordance with Section12 01 74 23.13 C.Final Inspection14 1.After final cleaning, provide notice to the City Project Representative that the Work15 is completed.16 a.The City will make an initial Final Inspection with the Contractor present.17 b.Upon completion of this inspection, the City will notify the Contractor, in18 writing within 10 business days, of any particulars in which this inspection19 reveals that the Work is defective or incomplete.20 2.Upon receiving written notice from the City, immediately undertake the Work21 required to remedy deficiencies and complete the Work to the satisfaction of the22 City.23 3.Upon completion of Work associated with the items listed in the City's written24 notice, inform the City, that the required Work has been completed. Upon receipt25 of this notice, the City, in the presence of the Contractor, will make a subsequent26 Final Inspection of the project.27 4.Provide all special accessories required to place each item of equipment in full28 operation. These special accessory items include, but are not limited to:29 a.Specified spare parts30 b.Adequate oil and grease as required for the first lubrication of the equipment31 c.Initial fill up of all chemical tanks and fuel tanks32 d.Light bulbs33 e.Fuses34 f.Vault keys35 g.Handwheels36 h.Other expendable items as required for initial start-up and operation of all37 equipment38 D.Notice of Project Completion39 01 77 19 - 3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised April 7, 2014 City Project No. 102419 1.Once the City Project Representative finds the Work subsequent to Final Inspection1 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet).2 E.Supporting Documentation3 1.Coordinate with the City Project Representative to complete the following4 additional forms:5 a.Final Payment Request6 b.Statement of Contract Time7 c.Affidavit of Payment and Release of Liens8 d.Consent of Surety to Final Payment9 e.Pipe Report (if required)10 f.Contractor’s Evaluation of City11 g.Performance Evaluation of Contractor12 F.Letter of Final Acceptance13 1.Upon review and acceptance of Notice of Project Completion and Supporting14 Documentation, in accordance with General Conditions, City will issue Letter of15 Final Acceptance and release the Final Payment Request for payment.16 3.5 REPAIR / RESTORATION [NOT USED]17 3.6 RE-INSTALLATION [NOT USED]18 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]19 3.8 SYSTEM STARTUP [NOT USED]20 3.9 ADJUSTING [NOT USED]21 3.10 CLEANING [NOT USED]22 3.11 CLOSEOUT ACTIVITIES [NOT USED]23 3.12 PROTECTION [NOT USED]24 3.13 MAINTENANCE [NOT USED]25 3.14 ATTACHMENTS [NOT USED]26 END OF SECTION27 28 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 29 01 78 23 - 1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised April 7, 2014 City Project No. 102419 SECTION 01 78 231 OPERATION AND MAINTENANCE DATA2 PART 1 -GENERAL3 1.1 SUMMARY4 A.Section Includes:5 1.Product data and related information appropriate for City's maintenance and6 operation of products furnished under Contract7 2.Such products may include, but are not limited to:8 a.Traffic Controllers9 b.Irrigation Controllers (to be operated by the City)10 c.Butterfly Valves11 B.Deviations from this City of Fort Worth Standard Specification12 1.None.13 C.Related Specification Sections include, but are not necessarily limited to:14 1.Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract15 2.Division 1 – General Requirements16 1.2 PRICE AND PAYMENT PROCEDURES17 A.Measurement and Payment18 1.Work associated with this Item is considered subsidiary to the various Items bid.19 No separate payment will be allowed for this Item.20 1.3 REFERENCES [NOT USED]21 1.4 ADMINISTRATIVE REQUIREMENTS22 A.Schedule23 1.Submit manuals in final form to the City within 30 calendar days of product24 shipment to the project site.25 1.5 SUBMITTALS26 A.Submittals shall be in accordance with Section 01 33 00. All submittals shall be27 approved by the City prior to delivery.28 1.6 INFORMATIONAL SUBMITTALS29 A.Submittal Form30 1.Prepare data in form of an instructional manual for use by City personnel.31 2.Format32 a.Size: 8 ½ inches x 11 inches33 b.Paper34 1)40 pound minimum, white, for typed pages35 2)Holes reinforced with plastic, cloth or metal36 c.Text: Manufacturer’s printed data, or neatly typewritten37 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised April 7, 2014 City Project No. 102419 d.Drawings1 1)Provide reinforced punched binder tab, bind in with text2 2)Reduce larger drawings and fold to size of text pages.3 e.Provide fly-leaf for each separate product, or each piece of operating4 equipment.5 1)Provide typed description of product, and major component parts of6 equipment.7 2)Provide indexed tabs.8 f.Cover9 1)Identify each volume with typed or printed title "OPERATING AND10 MAINTENANCE INSTRUCTIONS".11 2)List:12 a)Title of Project13 b)Identity of separate structure as applicable14 c)Identity of general subject matter covered in the manual15 3.Binders16 a.Commercial quality 3-ring binders with durable and cleanable plastic covers17 b.When multiple binders are used, correlate the data into related consistent18 groupings.19 4.If available, provide an electronic form of the O&M Manual.20 B.Manual Content21 1.Neatly typewritten table of contents for each volume, arranged in systematic order22 a.Contractor, name of responsible principal, address and telephone number23 b.A list of each product required to be included, indexed to content of the volume24 c.List, with each product:25 1)The name, address and telephone number of the subcontractor or installer26 2)A list of each product required to be included, indexed to content of the27 volume28 3)Identify area of responsibility of each29 4)Local source of supply for parts and replacement30 d.Identify each product by product name and other identifying symbols as set31 forth in Contract Documents.32 2.Product Data33 a.Include only those sheets which are pertinent to the specific product.34 b.Annotate each sheet to:35 1)Clearly identify specific product or part installed36 2)Clearly identify data applicable to installation37 3)Delete references to inapplicable information38 3.Drawings39 a.Supplement product data with drawings as necessary to clearly illustrate:40 1)Relations of component parts of equipment and systems41 2)Control and flow diagrams42 b.Coordinate drawings with information in Project Record Documents to assure43 correct illustration of completed installation.44 c.Do not use Project Record Drawings as maintenance drawings.45 4.Written text, as required to supplement product data for the particular installation:46 a.Organize in consistent format under separate headings for different procedures.47 b.Provide logical sequence of instructions of each procedure.48 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised April 7, 2014 City Project No. 102419 5.Copy of each warranty, bond and service contract issued1 a.Provide information sheet for City personnel giving:2 1)Proper procedures in event of failure3 2)Instances which might affect validity of warranties or bonds4 C.Manual for Materials and Finishes5 1.Submit 5 copies of complete manual in final form.6 2.Content, for architectural products, applied materials and finishes:7 a.Manufacturer's data, giving full information on products8 1)Catalog number, size, composition9 2)Color and texture designations10 3)Information required for reordering special manufactured products11 b.Instructions for care and maintenance12 1)Manufacturer's recommendation for types of cleaning agents and methods13 2)Cautions against cleaning agents and methods which are detrimental to14 product15 3)Recommended schedule for cleaning and maintenance16 3.Content, for moisture protection and weather exposure products:17 a.Manufacturer's data, giving full information on products18 1)Applicable standards19 2)Chemical composition20 3)Details of installation21 b.Instructions for inspection, maintenance and repair22 D.Manual for Equipment and Systems23 1.Submit 5 copies of complete manual in final form.24 2.Content, for each unit of equipment and system, as appropriate:25 a.Description of unit and component parts26 1)Function, normal operating characteristics and limiting conditions27 2)Performance curves, engineering data and tests28 3)Complete nomenclature and commercial number of replaceable parts29 b.Operating procedures30 1)Start-up, break-in, routine and normal operating instructions31 2)Regulation, control, stopping, shut-down and emergency instructions32 3)Summer and winter operating instructions33 4)Special operating instructions34 c.Maintenance procedures35 1)Routine operations36 2)Guide to "trouble shooting"37 3)Disassembly, repair and reassembly38 4)Alignment, adjusting and checking39 d.Servicing and lubrication schedule40 1)List of lubricants required41 e.Manufacturer's printed operating and maintenance instructions42 f.Description of sequence of operation by control manufacturer43 1)Predicted life of parts subject to wear44 2)Items recommended to be stocked as spare parts45 g.As installed control diagrams by controls manufacturer46 h.Each contractor's coordination drawings47 1)As installed color coded piping diagrams48 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised April 7, 2014 City Project No. 102419 i.Charts of valve tag numbers, with location and function of each valve1 j.List of original manufacturer's spare parts, manufacturer's current prices, and2 recommended quantities to be maintained in storage3 k.Other data as required under pertinent Sections of Specifications4 3.Content, for each electric and electronic system, as appropriate:5 a.Description of system and component parts6 1)Function, normal operating characteristics, and limiting conditions7 2)Performance curves, engineering data and tests8 3)Complete nomenclature and commercial number of replaceable parts9 b.Circuit directories of panelboards10 1)Electrical service11 2)Controls12 3)Communications13 c.As installed color coded wiring diagrams14 d.Operating procedures15 1)Routine and normal operating instructions16 2)Sequences required17 3)Special operating instructions18 e.Maintenance procedures19 1)Routine operations20 2)Guide to "trouble shooting"21 3)Disassembly, repair and reassembly22 4)Adjustment and checking23 f.Manufacturer's printed operating and maintenance instructions24 g.List of original manufacturer's spare parts, manufacturer's current prices, and25 recommended quantities to be maintained in storage26 h.Other data as required under pertinent Sections of Specifications27 4.Prepare and include additional data when the need for such data becomes apparent28 during instruction of City's personnel.29 1.7 CLOSEOUT SUBMITTALS [NOT USED]30 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]31 1.9 QUALITY ASSURANCE32 A.Provide operation and maintenance data by personnel with the following criteria:33 1.Trained and experienced in maintenance and operation of described products34 2.Skilled as technical writer to the extent required to communicate essential data35 3.Skilled as draftsman competent to prepare required drawings36 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised April 7, 2014 City Project No. 102419 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]1 1.11 FIELD [SITE] CONDITIONS [NOT USED]2 1.12 WARRANTY [NOT USED]3 PART 2 -PRODUCTS [NOT USED]4 PART 3 -EXECUTION [NOT USED]5 END OF SECTION6 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 – title of section removed 4/7/2014 M.Domenech Revised for DAP Application 8 01 78 39 - 1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised April 7, 2014 City Project No. 102419 SECTION 01 78 391 PROJECT RECORD DOCUMENTS2 PART 1 -GENERAL3 1.1 SUMMARY4 A.Section Includes:5 1.Work associated with the documenting the project and recording changes to project6 documents, including:7 a.Record Drawings8 b.Water Meter Service Reports9 c.Sanitary Sewer Service Reports10 d.Large Water Meter Reports11 B.Deviations from this City of Fort Worth Standard Specification12 1.None.13 C.Related Specification Sections include, but are not necessarily limited to:14 1.Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract15 2.Division 1 – General Requirements16 1.2 PRICE AND PAYMENT PROCEDURES17 A.Measurement and Payment18 1.Work associated with this Item is considered subsidiary to the various Items bid.19 No separate payment will be allowed for this Item.20 1.3 REFERENCES [NOT USED]21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]22 1.5 SUBMITTALS23 A.Prior to submitting a request for Final Inspection, deliver Project Record Documents to24 City’s Project Representative.25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]26 1.7 CLOSEOUT SUBMITTALS [NOT USED]27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]28 1.9 QUALITY ASSURANCE29 A.Accuracy of Records30 1.Thoroughly coordinate changes within the Record Documents, making adequate31 and proper entries on each page of Specifications and each sheet of Drawings and32 other Documents where such entry is required to show the change properly.33 2.Accuracy of records shall be such that future search for items shown in the Contract34 Documents may rely reasonably on information obtained from the approved Project35 Record Documents.36 01 78 39 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised April 7, 2014 City Project No. 102419 3.To facilitate accuracy of records, make entries within 24 hours after receipt of1 information that the change has occurred.2 4.Provide factual information regarding all aspects of the Work, both concealed and3 visible, to enable future modification of the Work to proceed without lengthy and4 expensive site measurement, investigation and examination.5 1.10 STORAGE AND HANDLING6 A.Storage and Handling Requirements7 1.Maintain the job set of Record Documents completely protected from deterioration8 and from loss and damage until completion of the Work and transfer of all recorded9 data to the final Project Record Documents.10 2.In the event of loss of recorded data, use means necessary to again secure the data11 to the City's approval.12 a.In such case, provide replacements to the standards originally required by the13 Contract Documents.14 1.11 FIELD [SITE] CONDITIONS [NOT USED]15 1.12 WARRANTY [NOT USED]16 PART 2 -PRODUCTS17 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED]18 2.2 RECORD DOCUMENTS19 A.Job set20 1.Promptly following receipt of the Notice to Proceed, secure from the City, at no21 charge to the Contractor, 1 complete set of all Documents comprising the Contract.22 B.Final Record Documents23 1.At a time nearing the completion of the Work and prior to Final Inspection, provide24 the City 1 complete set of all Final Record Drawings in the Contract.25 2.3 ACCESSORIES [NOT USED]26 2.4 SOURCE QUALITY CONTROL [NOT USED]27 PART 3 -EXECUTION28 3.1 INSTALLERS [NOT USED]29 3.2 EXAMINATION [NOT USED]30 3.3 PREPARATION [NOT USED]31 3.4 MAINTENANCE DOCUMENTS32 A.Maintenance of Job Set33 1.Immediately upon receipt of the job set, identify each of the Documents with the34 title, "RECORD DOCUMENTS - JOB SET".35 01 78 39 - 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised April 7, 2014 City Project No. 102419 2.Preservation1 a.Considering the Contract completion time, the probable number of occasions2 upon which the job set must be taken out for new entries and for examination,3 and the conditions under which these activities will be performed, devise a4 suitable method for protecting the job set.5 b.Do not use the job set for any purpose except entry of new data and for review6 by the City, until start of transfer of data to final Project Record Documents.7 c.Maintain the job set at the site of work.8 3.Coordination with Construction Survey9 a.At a minimum clearly mark any deviations from Contract Documents10 associated with installation of the infrastructure.11 4.Making entries on Drawings12 a.Record any deviations from Contract Documents.13 b.Use an erasable colored pencil (not ink or indelible pencil), clearly describe the14 change by graphic line and note as required.15 c.Date all entries.16 d.Call attention to the entry by a "cloud" drawn around the area or areas affected.17 e.In the event of overlapping changes, use different colors for the overlapping18 changes.19 5.Conversion of schematic layouts20 a.In some cases on the Drawings, arrangements of conduits, circuits, piping,21 ducts, and similar items, are shown schematically and are not intended to22 portray precise physical layout.23 1)Final physical arrangement is determined by the Contractor, subject to the24 City's approval.25 2)However, design of future modifications of the facility may require26 accurate information as to the final physical layout of items which are27 shown only schematically on the Drawings.28 b.Show on the job set of Record Drawings, by dimension accurate to within 129 inch, the centerline of each run of items.30 1)Final physical arrangement is determined by the Contractor, subject to the31 City's approval.32 2)Show, by symbol or note, the vertical location of the Item ("under slab", "in33 ceiling plenum", "exposed", and the like).34 3)Make all identification sufficiently descriptive that it may be related35 reliably to the Specifications.36 c.The City may waive the requirements for conversion of schematic layouts37 where, in the City's judgment, conversion serves no useful purpose. However,38 do not rely upon waivers being issued except as specifically issued in writing39 by the City.40 B.Final Project Record Documents41 1.Transfer of data to Drawings42 a.Carefully transfer change data shown on the job set of Record Drawings to the43 corresponding final documents, coordinating the changes as required.44 b.Clearly indicate at each affected detail and other Drawing a full description of45 changes made during construction, and the actual location of items.46 c.Call attention to each entry by drawing a "cloud" around the area or areas47 affected.48 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Fort Worth Addition, Lot 1-R, Block 3 Revised April 7, 2014 City Project No. 102419 d.Make changes neatly, consistently and with the proper media to assure1 longevity and clear reproduction.2 2.Transfer of data to other Documents3 a.If the Documents, other than Drawings, have been kept clean during progress of4 the Work, and if entries thereon have been orderly to the approval of the City,5 the job set of those Documents, other than Drawings, will be accepted as final6 Record Documents.7 b.If any such Document is not so approved by the City, secure a new copy of that8 Document from the City at the City's usual charge for reproduction and9 handling, and carefully transfer the change data to the new copy to the approval10 of the City.11 3.5 REPAIR / RESTORATION [NOT USED]12 3.6 RE-INSTALLATION [NOT USED]13 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]14 3.8 SYSTEM STARTUP [NOT USED]15 3.9 ADJUSTING [NOT USED]16 3.10 CLEANING [NOT USED]17 3.11 CLOSEOUT ACTIVITIES [NOT USED]18 3.12 PROTECTION [NOT USED]19 3.13 MAINTENANCE [NOT USED]20 3.14 ATTACHMENTS [NOT USED]21 END OF SECTION22 23 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP Application 24 99 99 01- 1 REINFORCED CONCRETE FLUME Page 1 of 1 First United Methodist Church Fort Worth Addition, Lot 1-R, Block 3 City Project No. 102419 SECTION 99 99 011 REINFORCED CONCRETE FLUME2 PART 1 - GENERAL3 4 1.1 RELATED DOCUMENTS5 6 A.Drawings and general provisions of the Contract, including General and7 Supplementary Conditions and Division 1 Specification Sections, apply to this8 Section.9 10 1.2 SUMMARY11 12 A.This Section includes the measurement, price, materials, & installation of the13 Reinforced Concrete Flume.14 15 a.Measurement16 1)Measurement for this Item shall be per by the cubic yard of the “Reinforced17 Concrete Flume”.18 b.Payment19 1)The work performed and the materials furnished in accordance with this20 Item shall be paid for at the unit price bid per cubic yard of the “Reinforced21 Concrete Flume”.22 2)Unit Price to include Reinforced Concrete Flume and all appurtenances as23 described in the “Concrete Flume with Diamond Plate Crossing” detail.24 c.Materials25 1)Refer to “Concrete Flume with Diamond Plate Crossing” detail.26 d.Installation27 1)Refer to “Concrete Flume with Diamond Plate Crossing” detail.28 29 END OF SECTION30 99 99 02- 1 1/2” GALVANIZED STEEL DIAMOND PLATE Page 1 of 1 First United Methodist Church Fort Worth Addition, Lot 1-R, Block 3 City Project No. 102419 SECTION 99 99 021 1/2” GALVANIZED STEEL DIAMOND PLATE2 PART 1 - GENERAL3 4 1.1 RELATED DOCUMENTS5 6 A.Drawings and general provisions of the Contract, including General and7 Supplementary Conditions and Division 1 Specification Sections, apply to this8 Section.9 10 1.2 SUMMARY11 12 A.This Section includes the measurement, price, materials, & installation of the13 1/2” Galvanized Steel Diamond Plate crossing.14 15 a.Measurement16 1)Measurement for this Item shall be per by the square foot of the “1/2”17 Galvanized Steel Diamond Plate” crossing.18 b.Payment19 1)The work performed and the materials furnished in accordance with this20 Item shall be paid for at the unit price bid per square foot of the “1/2”21 Galvanized Steel Diamond Plate” crossing.22 2)Unit Price to include 1/2” Galvanized Steel Diamond Plate and all23 appurtenances as described in the “Concrete Flume with Diamond Plate24 Crossing” detail.25 c.Materials26 1)Refer to “Concrete Flume with Diamond Plate Crossing” detail.27 d.Installation28 1)Refer to “Concrete Flume with Diamond Plate Crossing” detail.29 30 END OF SECTION31 99 99 03 - 1 TREE GRATE FRAME Page 1 of 1 First United Methodist Church Fort Worth Addition, Lot 1-R, Block 3 City Project No. 102419 SECTION 99 99 031 TREE GRATE FRAME2 PART 1 - GENERAL3 4 1.1 RELATED DOCUMENTS5 6 A.Drawings and general provisions of the Contract, including General and7 Supplementary Conditions and Division 1 Specification Sections, apply to this8 Section.9 10 1.2 SUMMARY11 12 A.This Section includes the measurement, price, materials, & installation of the13 Tree Grate Frame.14 a.Measurement15 1)Measurement for this Item shall be per each “Tree Grate Frame” installed.16 b.Payment17 1)The work performed and the materials furnished in accordance with this18 Item shall be paid for at the unit price bid per each “Tree Grate Frame”.19 2)Unit Price to include Tree Grate Frame and all appurtenances as described20 in “Tree Grate Frame Detail” in Planting Details Sheet.21 c.Materials22 1)Refer to “Tree Grate Frame Detail” in Planting Details Sheet.23 d.Installation24 1)Refer to “Tree Grate Frame Detail” in Planting Details Sheet.25 26 END OF SECTION27 99 99 04 - 1 TREE GRATE Page 1 of 1 First United Methodist Church Fort Worth Addition, Lot 1-R, Block 3 City Project No. 102419 SECTION 99 99 041 TREE GRATE2 PART 1 - GENERAL3 4 1.1 RELATED DOCUMENTS5 6 A.Drawings and general provisions of the Contract, including General and7 Supplementary Conditions and Division 1 Specification Sections, apply to this8 Section.9 10 1.2 SUMMARY11 12 A.This Section includes the measurement, price, materials, & installation of the13 Tree Grate.14 a.Measurement15 1)Measurement for this Item shall be per each “Tree Grate” installed.16 b.Payment17 1)The work performed and the materials furnished in accordance with this18 Item shall be paid for at the unit price bid per each “Tree Grate”.19 2)Unit Price to include the Tree Grate and all appurtenances as described in20 “Tree Grate Detail” in Planting Details Sheet.21 c.Materials22 1)Refer to “Tree Grate Detail” in Planting Details Sheet.23 d.Installation24 1)Refer to “Tree Grate Detail” in Planting Details Sheet.25 26 END OF SECTION27 99 99 05- 1 REMOVE PARKING METERS Page 1 of 1 First United Methodist Church Fort Worth Addition, Lot 1-R, Block 3 City Project No. 102419 SECTION 99 99 051 REMOVE PARKING METERS2 PART 1 - GENERAL3 4 1.1 RELATED DOCUMENTS5 6 A.Drawings and general provisions of the Contract, including General and7 Supplementary Conditions and Division 1 Specification Sections, apply to this8 Section.9 10 1.2 SUMMARY11 12 A.This Section includes the measurement, price, materials, & removal of existing13 parking meters.14 15 a.Measurement16 1)Measurement for this Item shall be by each.17 b.Payment18 1)The work performed and the materials furnished in accordance with this19 Item shall be paid for at the unit price bid per each of the existing parking20 meters to be removed.21 2)The price bid shall include:22 a)Removal and salvage of existing parking meters23 b)Excavation24 c)Backfill25 d)Disposal of any below grade foundation/slab26 c.Materials27 1)All tools, equipment, and incidentals needed to execute the work.28 d.Remove Parking Meters29 1)Salvage existing parking meters for reuse where noted as “to remain”.30 2)Remove existing parking meter, post, and base including any below grade31 foundations and slabs that do not interfere with proposed construction to at32 least two (2) feet below the finished ground line.33 3)Cut reinforcement close to the portion of any adjacent concrete to remain in34 place.35 4)Backfill with acceptable fill material.36 37 END OF SECTION38 99 99 06- 1 REMOVE BOLLARDS Page 1 of 1 First United Methodist Church Fort Worth Addition, Lot 1-R, Block 3 City Project No. 102419 SECTION 99 99 061 REMOVE BOLLARDS2 PART 1 - GENERAL3 4 1.1 RELATED DOCUMENTS5 6 A.Drawings and general provisions of the Contract, including General and7 Supplementary Conditions and Division 1 Specification Sections, apply to this8 Section.9 10 1.2 SUMMARY11 12 A.This Section includes the measurement, price, materials, & removal of existing13 bollards.14 15 a.Measurement16 1)Measurement for this Item shall be by each.17 b.Payment18 1)The work performed and the materials furnished in accordance with this19 Item shall be paid for at the unit price bid per each of the existing bollards20 to be removed.21 2)The price bid shall include:22 a)Removal of existing bollards23 b)Excavation24 c)Backfill25 d)Disposal26 c.Materials27 1)All tools, equipment, and incidentals needed to execute the work.28 d.Remove Bollards29 1)Remove existing bollards, including any below grade foundations and slabs30 that do not interfere with proposed construction to at least two (2) feet below31 the finished ground line.32 2)Cut reinforcement close to the portion of any adjacent concrete to remain.33 3)Backfill with acceptable fill material.34 35 END OF SECTION36 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fort Worth Addition, Lot 1-R, Block 3 Revised July 1, 2011 City Project No. 102419 APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GR-01 60 00 Product Requirements CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fort Worth Addition, Lot 1-R, Block 3 Revised July 1, 2011 City Project No. 102419 GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK BURNETT STREETWEST 4TH STREET MAC O N S T R E E TWEST 5TH STREETHENDERSON STREET WEST 3RD STREET∆∆∆ A R C H I B A L D R O B I N S O N S U R V E Y A B S T R A C T N O . 1 2 8 9LOT 1-R, BLOCK 33.539 ACRESPOINT OFBEGINNINGPLOTTED BY: Kevin Junge ON: Thursday, January 31, 2019 AT: 3:47 PM FILEPATH: G:\Production4000\004300\4330\002\Survey\Drawings\B004330.002 FUMC Replat.dwg NOT TO SCALEVICINITY MAPSITE“”LOT 1-R, BLOCK 3A REPLATOFLOT 1, BLOCK 3, FIRST UNITED METHODISTCHURCH OF FORT WORTH ADDITION & APORTION OF BLOCK 66 OF THE ORIGINAL TOWNOF FORT WORTHSituated in the Archibald Robinson Survey, Abstract Number 1289, Tarrant County,Texas, in the City of Fort Worth1 LOT - 3.539 ACRESTHIS PLAT WAS PRINTED JANUARY 31, 2019“”’Preliminary, this document shall not be recorded for any purpose andshall not be used or viewed or relied upon as a final survey document.“””“”””“”””“””“””“”””“””“””””“””“”” CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fort Worth Addition, Lot 1-R, Block 3 Revised July 1, 2011 City Project No. 102419 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK GEOTECHNICAL ENGINEERING SERVICES FIRST UNITED METHODIST CHURCH OF FORT WORTH RENOVATIONS-ADDITIONS FORT WORTH, TEXAS Presented To: First United Methodist Church of Fort Worth March 2019 PROJECT NO. 1284-19-01 �1��� 7636 Pebble Drive � ENGINEERING, INC. Fort Worth, Texas 76118 www cmjengr.com March 18, 2019 Report No. 1284-19-01 First United Methodist Church of Fort Worth 800 West Fifth Street Fort Worth, Texas 76102 Attn: Mr. Larry Ammerman Business Administrator GEOTECHNICAL ENGINEERING STUDY FIRST UNITED METHODIST CHURCH OF FORT WORTH RENOVATI ONS-ADDITIONS FORT WORTH, TEXAS Dear Mr. Ammerman: Submitted here are the results of a geotechnical engineering study for the referenced project. This study was perFormed in general accordance with CMJ Proposal 18-7055 dated October 5, 2018. The geotechnical services were authorized on January 4, 2019 by Mr. Larry Ammerman. Engineering analyses and recommendations are contained in the text section of the report. Results of our field and laboratory services are included in the appendix of the report. We would appreciate the opportunity to be considered for providing the materials engineering and geotechnical observation services during the construction phase of this project. We appreciate the opportunity to be of service. Please contact us if you have any questions or if we may be of further service at this time. Respectfully submitted, CMJ ENGINEERING, INC. TEXAS FIRM REGISTRATION NO. F-9177 I � * /'t � ��o'.�•� .wNl� I Matthew W. Kammerdiener, P.E�j� Project Engineer �1 Texas No. 127818 •���� •' , .� �•� ������������r�•.�• W W �ERO ................. 127818 '1� * ,�� \ � � NER/ � �` � .� Jam s P. Sappington IV, P.E. Pre ident Texas No. 97402 copies submitted: (2) Mr. Larry Ammerman; First United Church of Fort Worth (email & mail) (1) Mr. Tom Willis; HH Architects (email) Phone (817) 284-9400 Faz (817) 589-9993 Metro (817) 589-9992 TABLE OF CONTENTS Page 1.0 I NTRODUCTION --------------------------------------------------------------------------------------------------------1 2.0 FIELD EXPLORATION AND LABORATORY TESTING ------------------------------------------------------2 3.0 SUBSURFACE CONDITIONS---------------------------------------------------------------------------------------4 4.0 EXI STI NG FI LLS --------------------------------------------------------------------------------------------------------6 5.0 FOU N DATI ON RECOM M EN DATI ONS -----------------------------------------r--------------------------------- 6 6.0 PERMANENT BELOW GRADE AREAS ------------------------------------------------------------------------11 7.0 AT GRADE FLOOR SLABS & EXTERIOR FLATWORK----------------------------------------------------14 8.0 ADDITI ONAL DESI GN CONSI DERATIONS -------------------------------------------------------------------18 9.0 SEI SMI C CONSI DERATIONS -------------------------------------------------------------------------------------19 10.0 EARTHWORK ---------------------------------------------------------------------------------------------------------19 11.0 PAVEMENTS ---------------------------------------------------------------------------------------------------------- 22 12.0 CONSTRUCTION OBSERVATIONS ---------------------------------------------------------------------------- 26 13.0 REPORT CLOSURE ------------------------------------------------------------------------------------------------- 27 APPENDIX A Plate Planof Borings ---------------------------------------------------------------------------------------------------------------A.1 Unified Soil Classification System----------------------------------------------------------------------------------------A.2 Key to Classification and Symbols---------------------------------------------------------------------------------------A.3 Logsof Borings-----------------------------------------------------------------------------------------------------A.4 —A.11 FreeSwell Test Results --------------------------------------------------------------------------------------------------A.12 1.0 INTRODUCTION 1.1 Project Description The project site is located at the existing First United Methodist Church of Fort Worth campus at 800 West Fifth Street in Fort Worth, Texas. The project, as currently planned, consists of a two- story children's building addition and a 3-story multi-purpose addition. Maximum column loads are anticipated to be on the order of 300 kips. Area paving and drives and a new playground are also planned. Plate A.1, Plan of Borings, depicts the project site and boring locations. 1.2 Purpose and Scope The purpose of this geotechnical engineering study has been to determine the general subsurface conditions, evaluate the engineering characteristics of the subsurFace materials encountered, and develop recommendations for the type or types of foundations suitable for the project. To accomplish its intended purposes, the study has been conducted in the following phases: (1) drilling sample borings to determine the general subsurface conditions and to obtain samples for testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering properties of the subsurface materials; and (3) performing engineering analyses, using the field and laboratory data, to develop geotechnical recommendations for the proposed construction. The design is currently in progress and the locations and/or elevations of structures could change. Once the final design is near completion (80- to 90-percent stage), it is recommended that CMJ Engineering, Inc. be retained to review those portions of the construction documents pertaining to the geotechnical recommendations, as a means to determine that our recommendations have been interpreted as intended. 1.3 Report Format The text of the report is contained in Sections 1 through 13. All plates and large tables are contained in Appendix A. The alpha-numeric plate and table numbers identify the appendix in which they appear. Small tables of less than one page in length may appear in the body of the text and are numbered according to the section in which they occur. Report No. 1284-19-01 CMJ ENGINEERING, INC. Units used in the report are based on the English system and may include tons per square foot (tsf�, kips (1 kip = 1,000 pounds), kips per square foot (ks�, pounds per square foot (psfl, pounds per cubic foot (pcfl, and pounds per square inch (psi). 2.0 FIELD EXPLORATION AND LABORATORY TESTING 2.1 Field Exploration SubsurFace materials at the project site were explored by a total of eight (8) vertical soil borings. Borings B-1 through B-5 are associated with the proposed structures and were drilled to depths of 30 to 35 feet below existing grade. Borings B-6 through B-8 are associated with the proposed paving and new playground and were drilled to a depth of 5 feet. The borings were drilled using continuous flight auger, hollow-stem auger, and rotary wash methods at the approximate locations shown on the Plan of Borings, Plate A.1. The boring logs are included on Plates A.4 through A.11 and keys to classifications and symbols used on the logs are provided on Plates A.2 and A.3. Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin-walled (Shelby) tube samplers at the locations shown on the logs of borings. The Shelby tube sampler consists of a thin-walled steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed, and packaged to limit loss of moisture. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test a 0.25-inch diameter piston is pushed into the relatively undisturbed sample at a constant rate to a depth of 0.25 inch. The results of these tests, in tsf, are tabulated at respective sample depths on the logs. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. Disturbed samples of the noncohesive granular or stiff to hard cohesive materials were obtained utilizing a nominal 2-inch O.D. split-barrel (split-spoon) sampler in conjunction with the Standard Penetration Test (ASTM D 1586). This test employs a 140-pound hammer that drops a free fall vertical distance of 30 inches, driving the split-spoon sampler into the material. The number of blows required for 18 inches of penetration is recorded and the value for the last 12 inches, or the Report No. 1284-19-01 CMJ ENGINEERING, INC. 2 penetration obtained from 100 blows, is reported as the Standard Penetration Value (N) at the appropriate depth on the logs of borings. To evaluate the relative density and consistency of the harder formations, a modified version of the Texas Cone Penetration test was performed at selected locations. Texas Department of Transportation (TxDOT) Test Method Tex-132-E specifies driving a 3-inch diameter cone with a 170-pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for each blow. This method was modified by utilizing a 140-pound hammer freely falling 30 inches. This results in 350 foot-pounds of energy for each hammer blow. In relatively soft materials, the penetrometer cone is driven 1 foot and the number of blows required for each 6-inch penetration is tabulated at respective test depths, as blows per 6 inches on the log. In hard materials (rock or rock-like), the penetrometer cone is driven with the resulting penetrations, in inches, recorded for the first and second 50 blows, a total of 100 blows. The penetration for the total 100 blows is recorded at the respective testing depths on the boring logs. Continuous coring was performed in Borings B-1 and B-5 at selected intervals in rock and rock-like materials using an NW (formerly NX) size, double-tube core barrel. This core barrel produces a nominal 2-inch diameter core sample. The core recovery and Rock Quality Designation (RQD) in percent are included in the appropriate column on the logs of borings. The recovered percent is presented first for each core run and the RQD percent is presented immediately beside the recovered percent, in the adjacent column. Ground-water observations during and after completion of the borings are shown on the upper right of the boring log. Upon completion of the borings, the bore holes were backfilled with soil cuttings and plugged at the surFace by hand tamping or patched with asphalt or concrete as applicable. 2.2 Laboratory Testing Laboratory soil tests were perFormed on selected representative samples recovered from the borings. In addition to the classification tests (liquid limits and plastic limits) moisture content, unit weight, and unconfined compressive strength tests were performed. Results of the laboratory classification tests, moisture content, unit weight, and unconfined compressive strength tests conducted for this project are included on the boring logs. Report No. 1284-19-01 CMJ ENGINEERING, INC. 3 Free swell tests were performed on specimens from selected samples of the clays. These tests were performed to help in evaluating the swell potential in the area of the proposed structures. The results of the swell tests are presented on Plate A.12. The above laboratory tests were performed in general accordance with applicable ASTM procedures, or generally accepted practice. 3.0 SUBSURFACE CONDITIONS 3.1 Site Geology The Dallas Sheet of the Geoloqic Atlas of Texas indicates the site is located in an outcropping of the Fort Worth Limestone and Duck Creek Formations, undivided. Clays are typically present at the surface underlain by tan limestone. The parent bedrock consists of hard gray limestone with some clay and interbedded calcareous shale. These formations typically weather to form shallow deposits of active clay at the surFace. These clays often contain significant quantities of limestone fragments. 3.2 Soil Conditions Specific types and depths of subsurFace strata encountered at the boring locations are shown on the boring logs in Appendix A. The generalized subsurFace stratigraphies encountered in the borings are discussed below. Note that depths on the borings refer to the depth from the existing grade or ground surface present at the time of the investigation, and the boundaries between the various soil types are approximate. Borings B-1 through B-8 were drilled in a paved area. The pavement section in Boring B-1, B-3, B- 4 and B-5 consists of 4 to 6 inches of concrete. The pavement section in Borings B-2, B-6, B-7 and B-8 consists of 2 to 3 inches of asphalt. Fill or possible fill materials are noted beneath the pavement in Borings B-1, B-3, B-4, B-5, B-7 and B-8. The various fills and possible fills extend to depths of 2 to 4 feet and consist of brown, light brown and gray silty clays and clays. The fills and possible fills occasionally contain limestone fragments, calcareous nodules, calcareous deposits, shale fragments, asphalt fragments and glass fragments. Natural soils encountered consist of brown and light brown silty clays. The various natural clays occasionally contain limestone fragments and calcareous nodules. Report No. 1284-19-01 CMJ ENGINEERING, INC. 4 The various clays encountered in the borings had tested Liquid Limits (LL) of 28 to 53 and Plasticity Indices (PI) of 14 to 33 and classify as CL and CH according to the USCS classification system. The site clayey soils are generally stiff to hard (soil basis) with pocket penetrometer values ranging from 2.25 to over 4.5 tsf. Unit dry weight values varied from 94 to 115 pcf and tested soil unconfined compressive strengths ranged from 1,620 to 8,140 psf. Tan limestone with clay seams and layers is next present in all borings at depths of 2 to 4 feet. The tan limestone varies from soft to very hard (rock basis), with Texas Cone Penetrometer (THD) test values of 'h of penetration for 100 blows to 46 blows for 1 foot of penetration. Rock quality designation (RQD) measurements of recovered core samples within the tan limestone were variable, ranging from 8 to 63 percent indicating very poor to fair rock quality. B-6 through B-8 were terminated in the tan limestone at a depth of 5 feet. Gray limestone occasionally containing shale seams and layers was then encountered in Borings B-1 through B-5 at depths of 17 to 18 feet below existing grade. The gray limestone is moderately hard to very hard (rock basis), with Texas Cone Penetrometer (THD) test values of'/2 to 1'/ inches of penetration for 100 blows. Borings B-1 through B-5 were terminated within the gray limestone at depths of 30 to 35 feet. Rock quality designation (RQD) measurements of recovered core samples within the gray limestone range from 70 to 93 percent. Average RDQ values within the gray limestone are approximately 85 percent, indicating good rock quality, or generally intact in-situ rock. Laboratory testing of gray limestone in unconfined compression testing resulted in strength values varying from 32,910 to 339,040 psf. Values tested on gray limestone samples are considered moderate to high strength values from the viewpoint of rock strength. Unconfined compression testing of gray shale layer/seam samples indicate low to moderate strength values (sedimentary rock basis). In terms of the site geology, the overall limestone mass is generally strong and amenable to carry large loads, even though the relatively thin shale seams and layers are weak. The Atterberg Limits tests indicate the various overburden natural soils and fill soils are considered to be moderately active to highly active with respect to moisture induced volume changes. Active clays can experience volume changes (expansion or contraction) with fluctuations in their moisture content. Report No. 1284-19-01 CMJ ENGINEERING, INC. 5 3.3 Ground-Water Observations Borings B-2, B-4, B-6, B-7, and B-8 were drilled using continuous hollow stem and continuous flight augers in order to observe ground-water seepage during drilling. Ground-water seepage was not encountered during drilling and these borings were dry at completion. Wet rotary drilling methods were utilized in the remaining borings, therefore accurate water level readings were not possible therein. The possibility exists that perched water may trap atop limestone, particularly after periods of heavy or extensive rainfall. While it is not possible to accurately predict the magnitude of subsurface water fluctuation that might occur based upon these short-term observations, it should be recognized that ground-water conditions will vary with fluctuations in rainfall. During wet periods of the year seepage can occur in joints in the clays and in fractures in the limestones. 4.0 EXISTING FILLS Existing fills and possible fills were encountered to depths of 2 to 4 feet in Borings B-1, B-3, B-4, B- 5, B-7 and B-8. Samples of the fills were reasonably dense and free of significant voids. However, in the absence of documented density control, the possibility of undercompacted zones or voids exists. Removal and replacement of all the fill following the recommendations in subsequent sections of this report is the only method of eliminating the risk of unusual settlement. Methods less extreme than complete removal are discussed in the Floor Slabs and Exterior Flatwork and Pavements sections of this report. These methods are intended to represent a reasonable approach for construction of slabs on-grade and paving; however, they will not eliminate the risk of unexpected movements in some areas. 5.0 FOUNDATION RECOMMENDATIONS 5.1 General Foundation Considerations Two independent design criteria must be satisfied in the selection of the type of foundation to support the proposed additions. First, the ultimate bearing capacity, reduced by a sufficient factor of safety, must not be exceeded by the bearing pressure transferred to the foundation soils. Second, due to consolidation or expansion of the underlying soils during the operating life of the Report No. 1284-19-01 CMJ ENGiNEERiNG, I1vC. 6 structures, total and differential vertical movements must be within tolerable limits. The recommended foundation for the proposed structures is discussed below. Straight drilled reinforced concrete shafts penetrating the gray limestone offer a positive foundation for the proposed structures and are recommended. Differential movements between the additions and the existing structure should be anticipated independent of the type of foundation system used for the addition, unless both are structurally suspended atop similar straight drilled shafts founded in gray limestone. 5.2 Straight Drilled Shafts 5.2.1 Desiqn Parameters Recommendations and parameters for the design of cast-in-place straight shafts are outlined below. Specific recommendations for the construction and installation of the drilled shafts are included in the following section, and shall be followed during construction. Bearing Stratum Depth of Pier Bearing Stratum Gray LIMESTONE with shale seams and layers 17 to 18 feet below existin grades Required Shaft Depth: All piers should penetrate into the bearing strata a minimum depth of 2 feet. Deeper penetrations may be necessary to develop the required load carrying capacity. Allowable End Bearing Capacity: 35,000 psf Allowable Skin Friction: Applicable below a minimum penetration of 2 feet in the gray limestone and below any temporary casing; 6,000 psf for compressive loads and 4,000 psf for tensile loads. The maximum ratio of overall shaft length to shaft diameter is 30:1. The minimum recommended pier diameter is 18 inches. The above values contain a safety factor of three (3). Drilled shafts should extend through any shale seams and layers and bear only in competent gray limestone. For lateral shaft resistance, an allowable passive resistance of 10,000 psf may be considered within the gray limestone. The upper 4 feet of limestone should be neglected for lateral shaft resistance where the limestone is exposed by basement excavations. Report No. 1284-19-01 CMJ ENGINEERING, INC. r� In order to develop full load carrying capacity in end bearing, adjacent shafts (both new and existing) should have a minimum center-to-center spacing of 2.5 times the diameter of the larger shaft. Closer spacing may require some reductions in skin friction and/or changes in installation sequences. Closely spaced shafts should be examined on a case-by-case basis. As a general guide, the design end bearing will vary linearly from the full value at a spacing of 2.5 diameters to 50 percent of the design value at 1 diameter. Settlement of properly constructed shafts should be primarily elastic and are estimated to be less than 3/ inch. 5.2.2 Soil Induced Uplift Loads The drilled shafts could experience tensile loads as a result of post construction heave in the site soils. The magnitude of these loads varies with the shaft diameter, soil parameters, and particularly the in-situ moisture levels at the time of construction. In order to aid in the structural design of the reinforcement, the reinforcement quantity should be adequate to resist tensile forces based on soil adhesion equal to 1,600 psf acting over the upper 4 feet of the pier shaft. This load must be resisted by the dead load on the shaft, continuous vertical reinforcing steel in the shaft, and a shaft adhesion developed within the bearing strata as previously discussed for straight shafts. Areas where full basements are planned and are situated atop or below the gray limestone, soil adhesion uplift as a result of expansive soils is not anticipated. In order to aid in the structural design of the reinforcement, minimum reinforcing should be equal to 0.5 percent of the shaft area. 5.2.3 Lateral Load Desipn Values Drilled shaft design parameters for use with Lpile based on our laboratory test results are presented in Table 5.2.3 below together with our recommended design stratigraphy. The design depth interval is referenced from present existing grades. For the gray limestone, the "Strong Rock" model is suitable for use with Lpile. Report No. 1284-19-01 CMJ ENGINEERING, INC. 8 TABLE 5.2.3 — RECOMMENDED LATERAL LOAD DESIGN VALUES Depth Design Total Design Soil Type Interval Unit Weight Design Strength k�m E(psi) (ft.) (pcf) Uniaxial Compressive Gra Limestone strength (psi) krm = 5 Y 17-18+ 140 E=1X10 psi (RQD = 80%) 1,000 0.0001 5.2.4 Drilled Shaft Construction Considerations Care must be taken not disturb the existing foundation system. Drilled pier construction should be monitored by a representative of the geotechnical engineer to observe, among other things, the following items: • Identification of bearing material • Adequate penetration of the shaft excavation into the bearing layer • The base and sides of the shaft excavation are clean of loose cuttings • If seepage is encountered, whether it is of sufficient amount to require the use of temporary steel casing. If casing is needed it is important that the field representative observe that a high head of plastic concrete is maintained within the casing at all times during their extraction to prevent the inflow of water Excavations for the shafts should be maintained in the dry. Precautions should be taken during the placement of reinforcing steel and concrete to prevent loose, excavated soil from falling into the excavation. Concrete should be placed as soon as practical after completion of the drilling, cleaning, and observation. Excavation for a drilled pier should be filled with concrete before the end of the workday, or sooner if required to prevent deterioration of the bearing material. Prolonged exposure or inundation of the bearing surFace with water will result in changes in strength and compressibility characteristics. If delays occur, the drilled pier excavation should be deepened as necessary and cleaned, in order to provide a fresh bearing surface. The concrete should have a slump of 6 inches plus or minus 1 inch. The concrete should be placed in a manner to prevent the concrete from striking the reinforcing cage or the sides of the excavation. Concrete should be tremied to the bottom of the excavation to control the maximum Report No. 1284-19-01 CMJ ENGINEERING, INC. 9 free fall of the plastic concrete to less than 10 feet, or focus concrete in the middle of the reinforcing cage to prevent segregation. A drilling rig of sufficient size and weight will be necessary for drilling and/or coring through the hard layers to reach the desired bearing stratum and achieve the required penetration. It should be anticipated that hard to very hard zones can be present in the tan limestone and gray limestone. The hard to very hard layers can complicate pier drilling operations. In addition to the above guidelines, the specifications from the Association of Drilled Shaft Contractors Inc. "Standards and Specifications for the Foundation Drilling Industry" as Revised 1999 or other recognized specifications for proper installation of drilled shaft foundation systems should be followed. 5.3 Grade Beams All grade beams should be supported by the drilled shafts. A minimum 6-inch void space should be provided beneath all grade beams to prevent contact with the swelling clay soils. This void will serve to minimize distress resulting from swell pressures generated by the clays. Grade beams may be cast on cardboard carton forms or formed above grade. If cardboard carton forms are used, care should be taken to not crush the carton forms, or allow the carton forms to become wet prior to or during concrete placement operations. The cardboard cartons should extend the full length between piers and the full width of the beam. The in-place void boxes should be observed prior to concrete placement to determine that they are firm and capable of supporting the wet concrete and that they are placed the full width and length of the beam, between piers. A soil retainer should be provided to help prevent in-filling of this void. Backfill against the exterior face of grade beams or panels should be properly compacted on-site clays. Compaction should be a minimum of 93 percent of ASTM D 698, at a minimum of 2 percentage points above the optimum moisture content determined by that test. This clay fill is intended to reduce surFace water infiltration beneath the structure. Report No. 1284-19-01 CMJ ENGINEERING, INC. 10 6.0 PERMANENT BELOW GRADE AREAS 6.1 Permanent Below Grade Walls 6.1.1 General Below grade walls will either be single formed, double formed or a combination of the two. The type of construction affects the lateral earth pressures acting on the basement walls. Design parameters are provided below for both single and double formed walls. 6.1.2 Sin.ple Formed Wall A single formed wall is can be used both as a retention system and as the below grade wall for the new structure. Recommended lateral earth pressures, expressed as equivalent fluid pressures, are presented below for a rigid single formed wall with a drained condition and a level backfill. Surcharge loads should be included in the wall design where appropriate. A lateral pressure coefficient of 0.5 is recommended for uniformly distributed surcharge loads. Lateral Earth Pressures — Single Formed Wall Material Equivalent Fluid Pressure (psf/ft) Fills & Overburden Soils 90 Tan Limestone 60 Gray Limestone/Shale 20 6.1.3 Double Formed Wall Recommended lateral earth pressures, expressed as equivalent fluid pressures, are presented below for a rigid double formed wall with a drained condition and a level backfill behind the top of the wall. The equivalent fluid pressure for an undrained condition should be used if a drainage system is not present to remove water trapped in the backfill and behind the wall. Pressures are provided for an at-rest and active earth pressure conditions. In order to allow for an active condition the top of the wall(s) must deflect on the order of 0.4 percent. Active earth pressures are not considered appropriate for rigid structure walls, particularly those associated with the building. Report No. 1284-19-01 CMJ ENGINEERING, INC. 11 For the select fill or free draining granular backfill these values assume that a"full" wedge of the material is present behind the wall. The wedge is defined where the wall backfill limits extend outward at least 2 feet from the base of the wall and then upward on a 1 H:2V slope. For narrower backfill widths of granular or select fill soils, the equivalent fluid pressures for the on-site soils should be used. TABLE 6.1.3-1 LATERAL EARTH PRESSURES At-Rest Equivalent Active Equivalent Backfill Material Fluid Pressure (pcf) Fluid Pressure (pcf) Drained Undrained Drained Undrained Excavated on-site clay or clay fill 100 110 85 100 material Select fill or on-site soils meeting 65 90 50 85 material specifications Free draining granular backfill 50 90 35 80 material Surcharge loads must be included in the wall design where appropriate, as previously discussed. Piping and electrical conduits through the fill should be designed for potential soil loading due to fill settlement. Overcompaction of wall backfill may cause excessive lateral earth pressures, which could result in wall movements. Excavated On-site Clav: For wall backfill areas with site-excavated materials, or similar imported materials, the backfill should be free of all organic and deleterious materials and all oversized fragments larger than four inches in maximum dimension should be removed prior to placement. Where wall backfill is planned beneath planned building floor slabs, and if said slabs are planned to be situated on-grade, then the on-site clay backfill should be placed per Section 7.3.1 below. Otherwise, on-site soil backfill should be placed in maximum 8-inch compacted lifts at a minimum of 95 percent of Standard Proctor density (ASTM D 698) within a moisture range of plus to minus three (3) percent of optimum moisture. Compaction within five feet of the walls should be accomplished using hand compaction equipment, and should be between 93 and 95 percent of Standard Proctor density. Select Fill: All wall select backfill should consist of clayey sand and/or sandy clay material with a plasticity index of 16 or less, with a liquid limit not exceeding 35. The select fill should be placed in Report No. 1284-19-01 CMJ ENGINEERING, INC. 12 maximum 8-inch lifts and compacted to between 95 and 100 percent of Standard Proctor density (ASTM D 698) within a moisture range of plus to minus 3 percentage points of the optimum moisture. Compaction within five feet of the walls should be accomplished using hand compaction equipment and should be compacted between 90 and 95 percent of the Standard Proctor Density. Free Draininq Granular Backfill: All free draining granular wall backfill material should be a crushed stone, sand/gravel mixture, or sand/crushed stone mixture. The material should have less than 3 percent passing the No. 200 sieve and less than 30 percent passing the No. 40 sieve. The minus No. 40 sieve material should be non-plastic. Granular wall backfill should not be water jetted during installation. 6.2 Basement Drainage Considerations The equivalent fluid pressures for a single formed wall assume a drained condition. Equivalent fluid pressures for a drained condition were also provided for a double formed wall. Drained conditions must incorporate drainage behind the below grade wall to prevent the development of hydrostatic pressures. Ground-water was not encountered during drilling of the borings, however perched ground water may occur at times throughout the year, particularly during periods of extended or heavy rainfall. The installation of landscaping and irrigation systems may also lead to perched ground water development. To reduce the potential for perched ground water to enter the basement structure, installation of a perimeter drainage system in conjunction with double formed walls is recommended. The drainage system should be constructed beneath and around the exterior perimeter of the basement floor slab, and sloped at a minimum of 1/8 inch per foot to a suitable outlet, such as a sump pit, which can accommodate a pump as needed. Beneath the floor slab, the drainage system should consist of a minimum 6-inch thick free-draining gravel zone. The associated perimeter drainage system should consist of a minimum 4-inch diameter perforated or slotted pipe, embedded in free-draining gravel, placed in a trench at least 12 inches in width. The edge of the trench should be sloped at a 1:1 slope beginning at the bottom outside edge of the floor slab. The trench should not be cut vertically at the edge of the floor slab. The invert of the pipe should be at least 6 inches below the bottom of the adjacent floor slab. Gravel within the edge drains should extend no more than 3 inches below and at least 6 inches above the pipe, with a minimum of 1.5 Report No. 1284-19-01 CMJ ENGINEERING, INC. 13 cubic feet of gravel per linear foot of drain pipe. The system should be underlain with a suitable geotextile fabric separator, extended at least to the edge of the backfill zone. An appropriate waterproofing system should be applied to the exterior wall surface of basement walls to prevent ground-water migration or penetration. A vertical drain is necessary for single formed walls. This drain may consist of manufactured products such as "Enka-Drain", "Miradrain", or other similar systems. The vertical drain should be connected to a permanent perimeter drainage system that is located 6 or more inches lower than the adjacent below grade slab. 6.3 Wall Backfill Settlement Settlement of the wall backfill should be anticipated. Piping and conduits through the fill should be designed for potential soil loading due to fill settlement. Floor slabs, sidewalls, and pavements over fills may also settle. Backfill compacted to the density recommended above is anticipated to settle on the order of 0.2 to 0.5 percent of the fill thickness. 7.0 AT GRADE FLOOR SLABS & EXTERIOR FLATWORK 7.1 Potential Vertical Movements Lightly loaded floor slabs and/or exterior flatwork placed on-grade will be subject to movement as a result of moisture induced volume changes in the moderately to highly active clays and possible indeterminate settlement of the existing fills present at this site as previously discussed. The clays expand (heave) with increases in moisture and contract (shrink) with decreases in moisture. The movement typically occurs as post construction heave. The potential magnitude of the moisture induced movements is rather indeterminate. It is influenced by the soil properties, overburden pressures, and to a great extent by soil moisture levels at the time of construction. The greatest potential for post-construction movement occurs when the soils are in a dry condition at the time of construction. Based on the conditions encountered in the borings, the potential moisture induced movements are estimated to be on order of 1'/z inches for soils in a dry condition for slabs situated near present existing grades. Soil movements, significantly larger than estimated, could occur due to inadequate site grading, poor drainage, ponding of rainfall, and/or leaking pipelines. Site grading will affect the potential movements. For example, fills using highly active clays will increase potential movements. The recommendations provided below must be reviewed to Report No. 1284-19-01 CMJ ENGINEERING, INC. 14 evaluate the effects of site grading on the potential moisture induced movements, once grading plans are available. 7.2 Structurally Suspended Floor Slab The most positive method of preventing slab distress due to swelling soils is to structurally suspend the interior slab. Due to the expansion potential of the site clays we recommend that the suspended floor slab be constructed on carton forms with a minimum 6-inch void space or crawl space. Care should be taken to assure that the void boxes are not allowed to become wet or crushed prior to or during concrete placement and finishing operations. Corrugated steel, placed on the top of the carton forms, could be used to reduce the risk of crushing of the carton forms during concrete placement and finishing operations. As a quality control measure during construction, "actual" concrete quantities placed should be checked against "anticipated" quantities. Significant concrete "overage" would be an early indication of a collapsed void. Where a crawl space is provided, provisions should be made to provide drainage from under the building. Ventilation of the void below the floors should be provided if high humidity can cause problems with floor tile adhesives. Vehicle or pedestrian ramps leading up to the building should be structurally connected to the building grade beams to avoid abrupt differential movement between the building slab and the ramps. Transitioning detaifs will be required at tlie points where ramps connect with paving and slab on-grade elements. In addition, ramp slabs should be constructed so that slopes sufficient for effective drainage of surface water are still provided after potential differential movements. 7.3 Ground-Supported Floor Slabs and Exterior Flatwork In conjunction with drilled shafts, at grade interior slabs and/or exterior flatwork can be placed on a prepared subgrade. Ground-supported floor slab construction only should be considered if slab movement can be tolerated. The level of acceptable movement varies with the user, but methods are normally selected with the goal of limiting slab movements to about 3/4 inch or less. Reductions in anticipated movements can be achieved by using methods developed in this area to reduce on- grade slab movements. The more commonly used methods consist of placing non-expansive Report No. 1284-19-01 CMJ ENGINEERING, INC. 15 select fill beneath the slab and moisture conditioning the soils. The use of these methods will not eliminate the risk of unacceptable movements. Potential moisture induced movements are considered to be negligible for floor slabs situated atop or within the tan or gray limestone. No moisture conditioning is required for slabs situated on the tan or gray limestone. Readers should understand that a ground-supported floor slab can heave considerably if placed on dry, expansive clays. The installation of a minimum of 1 foot of non-expansive select fill over moisture conditioned clays extending to the top of tan limestone should reduce potential movements to on the order of 3/4 inch for a slab placed near present existing grade. Moisture conditioning is recommended to be achieved by mechanically reworking the clays as described below. This method also serves to rework the existing fills. It is recommended a representative of CMJ be retained during the removal process to observe complete clay removal. Slabs not capable of tolerating this level of movement should be structurally suspended. These recommendations must be reviewed once a grading plan is finalized. If finished grade is expected to result in cuts, seasonal water seeps can occur where the tan limestones are approached or exposed. Subsoil drains may be required in some areas to intercept this seepage. This can be evaluated after a grading plan is finalized. Care must be taken when excavating adjacent to existing structures and paving in conjunction with the mechanically reworking process. Generally, the excavation is benched several feet beyond the existing building perimeter or edge of pavement and sloped at 1 H:1V resulting in a zone of untreated soil with a higher movement potential. Particular care must be taken when compacting against the vertical basement walls which may be left in place. Hand compactors will be necessary to properly compact each lift against existing structure walls which are left in place. Consideration should be given to extending the moisture conditioning process beyond the building line to include entrances, sidewalks,. flatwork, pavements, porticos, or other areas sensitive to movement. Outside the building, a single lift of select fill (6 to 8 inches) is recommended to minimize drying during construction. Report No. 1284-19-01 CMJ ENGINEERING, INC. � Soil treatments presented in this section are referenced as an alternative to the use of a structurally suspended slab. The owner must fully understand that if the flatwork is placed on- grade, some movement and resultant cracking within the flatwork may occur. This upward slab movement and cracking is usually difficult and costly to repair, and may require continued maintenance expense. These methods of treatment are presented as an option for the owner's consideration. The options may or may not be practical or economically feasible, depending on the expected performance of the proposed structure. The owner should be aware that this method will not prevent movement of soil-supported elements, and can only reduce the magnitude of the movement. A properly engineered and constructed vapor barrier should be provided beneath slabs-on-grade which will be carpeted or receive moisture sensitive coverings or adhesives. In general, the following procedure is recommended to be performed to provide a moisture- conditioned pad: Mechanical Reworkinq of Near-Surface Clays with 1' Select Fill Cap In general, the procedure is performed as follows: 1. Remove all existing pavements, surFace vegetation, trees and associated root mats, organic topsoil and any other deleterious material. 2. Excavate clays to the top of tan limestone. Complete clay removal should be observed by a representative from CMJ. 3. Fill pad to 1 foot below final grade using site excavated or similar clay soils. Compact in maximum 9-inch loose lifts at a minimum of 3 percentage points above optimum moisture to between 93 and 98 percent of Standard Proctor density (ASTM D 698). The excavated on-site limestone may be used as fill provided the material is crushed such that a minimum of 50 percent passes the No. 4 sieve and no particles are larger than 4 inches in maximum dimension. Over-compaction should not be allowed. 4. Complete pad fill using a minimum of 1 foot of sandy clay/clayey sand non-expansive select fill with a Liquid Limit less than 35 and a Plasticity Index (PI) between 5 and 16. The select fill should be compacted in maximum 9-inch loose lifts at -2 to +3 percentage points of the soil's optimum moisture content at a minimum of 95 percent of Standard Proctor density (ASTM D 698). The select fill should be placed within 48 hours of completing the installation of the moisture conditioned soils. The placement of slabs and flatwork over basement backfills should be delayed for as long as possible to allow settlement of the basement backfill. Report No. 1284-19-01 CMJ ENGINEERING, INC. 17 8.0 ADDITIONAL DESIGN CONSIDERATIONS 8.1 Site Drainage An important feature of the project is to provide positive drainage away from the proposed additions. If water is permitted to stand next to or below the structure, excessive soil movements (heave) can occur. This could result in differential floor slab or foundation movement. A well-designed site drainage plan is of utmost importance and surFace drainage should be provided during construction and maintained throughout the life of the structure. Consideration should be given to the design and location of gutter downspouts, planting areas, or other features which would produce moisture concentration adjacent to or beneath the structure or paving. Consideration should be given to the use of self-contained, watertight planters. Joints next to the structure should be sealed with a flexible joint sealer to prevent infiltration of surface water. Proper maintenance should include periodic inspection for open joints and cracks and resealing as necessary. Rainwater collected by the gutter system should be transported by pipe to a storm drain or to a paved area. If downspouts discharge next to the structure onto flatwork or paved areas, the area should be watertight in order to eliminate infiltration next to the building. 8.2 Additional Design Considerations The following information has been assimilated after examination of numerous projects constructed in active soils throughout the area. It is presented here for your convenience. It is important that the items discussed below are incorporated in the overall design of the project to aid in improving the performance of the proposed structures. • Special consideration should be given to completion items outside the building area, such as stairs, sidewalks, signs, etc. They should be adequately designed to sustain the potential vertical movements mentioned in the report. • Roof drainage should be collected by a system of gutters and downspouts and transmitted away from the structure where the water can drain away without entering the building subgrade. • Sidewalks should not be structurally connected to the building. They should be sloped away from the building so that water will drain away from the structure. Report No. 1284-19-01 CMJ ENGINEERING, INC. 18 • The paving and the general ground surface should be sloped away from the building on all sides so that water will always drain away from the structure. Water should not be allowed to pond near the building after the slab has been placed. • Trees and deep rooted shrubs should not be used as landscaping around the structure perimeter as the root systems can lead to desiccation of the subgrade soils. Any trees should be planted at a distance from the building such that the building will not fall within the drip line of the mature plants (usually one to one-and-one-half times the mature height of the tree). • Every attempt should be made to limit the extreme wetting or drying of the subsurface soils since swelling and shrinkage will result. Standard construction practices of providing good surface water drainage should be used. A positive slope of the ground away from the foundation should be provided to carry off the run-off water both during and after construction. • Backfill for utility lines or along the perimeter beams should consist of on-site material so that they will be stable. If the backfill is too dense or too dry, swelling may form a mound along the ditch line. If the backfill is too loose or too wet, settlement may form a sink along the ditch line. Either case is undesirable since several inches of movement is possible and floor cracks are likely to result. The soils should be processed using the previously discussed compaction criteria. • Utility line details and fixtures must consider the potential for differential movement beneath any piping. In conjunction with a structural slab all underground utility lines should be isolated from expansive clays. A similar 6-inch void is recommended between the utility bottom and underlying clay soils. This prevents the utility lines from uplifting into the suspended slab. 9.0 SEISMIC CONSIDERATIONS Based on the conditions encountered in the borings for the above referenced project the IBC-2016 site classification is TYPE B for seismic evaluation. 10.0 EARTHWORK 10.1 Site Preparation and Material Requirements The existing ground surface should be stripped of vegetation, roots, old construction debris, and other organic material. It is estimated that the depth of stripping will be on the order of 4 to 6 inches. The actual stripping depth should be based on field observations with particular attention given to old drainage areas, uneven topography, and excessively wet soils. The stripped areas should be observed to determine if additional excavation is required to remove weak or otherwise Report No. 1284-19-01 CMJ ENGINEERING, INC. 19 objectionable materials that would adversely affect the fill placement or other construction activities. The subgrade should be firm and able to support the construction equipment without displacement. Soft or yielding subgrade should be corrected and made stable before construction proceeds. The subgrade should be proof rolled to detect soft spots, which if exist, should be reworked to provide a firm and otherwise suitable subgrade. Proof rolling should be performed using a heavy pneumatic tired roller, loaded dump truck, or similar piece of equipment with a minimum weight of 25 tons. The proof rolling operations should be observed by the project geotechnical engineer or his/her representative. Prior to fill placement, the subgrade should be scarified to a minimum depth of 6 inches, its moisture content adjusted, and recompacted to the moisture and density recommended for fill. The on-site soils are suitable for use in site grading. Excavated limestone and spoils from pier excavations may be used for site grading and general fill, provided 50 percent of the crushed material passes the No. 4 sieve and no particles are greater than 4 inches in maximum dimension. Imported fill material for general fill should be clean soil with a Liquid Limit less than 50 and no rock greater than 4 inches in maximum dimension. The fill materials should be free of vegetation and debris. 10.2 Placement and Compaction Fill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness. The uncompacted lift thickness should be reduced to 4 incfies for structure backfill zones requiring hand-operated power compactors or small self-propelled compactors. The fill material should be uniform with respect to material type and moisture content. Clods and chunks of material should be broken down and the fill material mixed by disking, blading, or plowing, as necessary, so that a material of uniform moisture and density is obtained for each lift. Water required for sprinkling to bring the fill material to the proper moisture content should be applied evenly through each layer. The fill material should be compacted to a minimum of 95 percent of the maximum dry density determined by the Standard Proctor test, ASTM D 698. In conjunction with the compacting operation, the fill material should be brought to the proper moisture content. The moisture content for general earth fill should range from 2 percentage points below optimum to 5 percentage points above optimum (-2 to +5). These ranges of moisture contents are given as maximum Report No. 1284-19-01 CMJ ENGINEERING, INC. 20 recommended ranges. For some soils and under some conditions, the contractor may have to maintain a more narrow range of moisture content (within the recommended range) in order to consistently achieve the recommended density. Field density tests should be taken as each lift of fill material is placed. As a guide, one field density test per lift for each 5,000 square feet of compacted area is recommended. For small areas or critical areas the frequency of testing may need to be increased to one test per 2,500 square feet. A minimum of 2 tests per lift should be required. The earthwork operations should be observed and tested on a continuing basis by an experienced geotechnician working in conjunction with the project geotechnical engineer. Each lift should be compacted, tested, and approved before another lift is added. The purpose of the field density tests is to provide some indication that uniform and adequate compaction is being obtained. The actual quality of the fill, as compacted, should be the responsibility of the contractor and satisfactory results from the tests should not be considered as a guarantee of the quality of the contractor's filling operations. 10.3 Trench Backfill Trench backfill for pipelines or other utilities should be properly placed and compacted. Overly dense or dry backfill can swell and create a mound along the completed trench line. Loose or wet backfill can settle and form a depression along the completed trench line. Distress to overlying structures, pavements, etc. is likely if heaving or settlement occurs. On-site soil fill material is recommended for trench backfill. Care should be taken not to use free drairiing granular material, to prevent the backfilled trench from becoming a french drain and piping surface or subsurface water beneath structures, pipelines, or pavements. If a higher class bedding material is required for the pipelines, a lean concrete bedding will limit water intrusion into the trench and will not require compaction after placement. The soil backfill should be placed in approximately 4- to 6- inch loose lifts. The density and moisture content should be as recommended for fill in Section 10.2, Placement and Compaction, of this report. A minimum of one field density test should be taken per lift for each 150 linear feet of trench, with a minimum of 2 tests per lift. 10.4 Excavations - General Based on the exploration borings, major excavations will encounter limestone in major intact units. This rock is generally moderately hard to very hard and will require heavy duty specialized Report No. 1284-19-01 CMJ ENGINEERING, INC. 21 equipment for excavation. In addition, overexcavation should be anticipated within the limestones and shales. Overexcavation may result from large blocks or chunks breaking along either weathered or shale beyond the planned excavation. The side slopes of excavations through the overburden soils should be made in such a manner to provide for their stability during construction. Existing structures, pipelines or other facilities, which are constructed prior to or during the currently proposed construction and which require excavation, should be protected from loss of end bearing or lateral support. Seasonal water seeps can occur where the tan limestones are approached or exposed by cuts. Subsoil drains may be required in some areas to intercept this seepage. This can be evaluated after grading has been perFormed. Trench safety recommendations are beyond the scope of this report. The contractor must comply with all applicable safety regulations concerning trench safety and excavations including, but not limited to, OSHA regulations. 10.5 Erosion and Sediment Control All disturbed areas should be protected from erosion and sedimentation during construction, and all permanent slopes and other areas subject to erosion or sedimentation should be provided with permanent erosion and sediment control facilities. All applicable ordinances and codes regarding erosion and sediment control should be followed. 11.0 PAVEMENTS 11.1 Pavement Subgrade Preparation Finished grades near the presently existing grade will consist of moderately to highly plastic clays. The higher plasticity clays (those with a PI of 20 or greater) are subject to loss in support value with the moisture increases which occur beneath pavement sections. They react with hydrated lime, which serves to improve and maintain their support value. Treatment of these soils with hydrated lime will improve their subgrade characteristics to support area paving. Lime treatment is recommended for all subgrade areas. Report No. 1284-19-01 CMJ ENGINEERING, INC. 22 In lieu of a lime stabilized subgrade for pavement consisting of Portland cement concrete, the recommended PCC pavement thicknesses presented in Section 11.2 may be increased by 1 inch, and placed atop a properly compacted subgrade. Alternatively, in lieu of a lime stabilized subgrade, a flexible base meeting TxDOT Item 247, Type A, Grades 1 or 2 may be utilized on an equal basis. The option of using a flexible base in lieu of lime stabilizing the subgrade presents a relatively quick, straight forward solution to preparing the subgrade prior to pavement placement. Prior to lime stabilization or compaction, the subgrade should be proofrolled with heavy pneumatic equipment (minimum 25 tons) with particular attention to existing fill areas. Any soft or pumping areas should be undercut to a firm subgrade and properly backfilled as described in the Earthwork section. The stabilized subgrade should then be scarified to a minimum depth of 6 inches and uniformly compacted to a minimum of 95 percent of Standard Proctor density (ASTM D 698), to minus 2 to plus 4 percentage points of the optimum moisture content determined by that test. It should, then be protected and maintained in a moist condition until the pavement is placed. The presence of calcareous nodules, asphalt fragments and limestone fragments in the surficial soils can complicate mixing of the soil and lime. We recommend a minimum of 6 percent hydrated lime be used to modify the clay subgrade soils. The amount of hydrated lime required to stabilize the subgrade should be on the order of 27 pounds per square yard for a 6-inch depth, based on a soil dry unit weight of 100 pcf. The hydrated lime should be thoroughly mixed and blended with the upper 6 inches of the clay subgrade (TxDOT Item 260). The hydrated lime should meet the requirements of Item 260 in the Texas Department of Transportation (TxDOT) Standard Specifications for Construction of Highways, Streets and Bridges, 2014 Edition. Lime treatment should extend beyond exposed pavement edges to reduce the effects of shrinkage and associated loss of subgrade support. We recommend that subgrade stabilization extend to at least one foot beyond pavement edges to aid in reducing pavement movements and cracking along the curb line due to seasonal moisture variations after construction. Each construction area should be shaped to allow drainage of surface water during earthwork operations, and surFace water should be pumped immediately from each construction area after each rain and a firm subgrade condition maintained. Water should not be allowed to pond in order to prevent percolation and subgrade softening, and lime should be Report No. 1284-19-01 CMJ ENGINEERING, INC. 23 added to the subgrade after removal of all surFace vegetation and debris. Sand should be specifically prohibited beneath pavement areas, since these more porous soils can allow water inflow, resulting in heave and strength loss of subgrade soils (lime stabilized soil will be allowed for fine grading). After fine grading each area in preparation for paving, the subgrade surFace should be lightly moistened, as needed, and recompacted to obtain a tight non-yielding subgrade. Surface drainage is critical to the perFormance of this pavement. Water should be allowed to exit the pavement surface quickly. All pavement construction should be perFormed in accordance with the following procedures. 11.2 Pavement Sections The project may include the construction of parking lots and/or drives. At the time of this investigation, site paving plans or vehicle traffic studies were not available. Therefore, several rigid and flexible pavement sections are presented for a 20-year design life based on our experience with similar facilities for Light-Duty Parking Areas, Medium-Duty Parking Areas, and Medium- to Heavy-Duty Drives. In general, these areas are defined as follows: Liqht-Dutv Parkinq Areas are those lots and drives subjected almost exclusively to passenger cars, with an occasional light- to medium-duty truck (2 to 3 per week) Medium-Dutv Parkinq Areas are those lots subjected to a variety of light-duty vehicles to medium-duty vehicles and an occasional heavy-duty truck to include an 85 kip fire apparatus (1 to 2 per week). Medium- to Heavy-Dutv Drives are those drives subjected to a variety of light to heavy-duty vehicles. These pavements include areas subject to significant truck traffic or trash veliicles. We recommend that rigid pavements be utilized at this project whenever possible, since they tend to provide better long-term performance when subjected to significant slow moving and turning traffic. If asphaltic concrete pavement is used, we recommend a full depth asphaltic concrete section having a minimum total thickness of 5 inches for light-duty parking areas and 6 inches for medium-duty parking areas. A minimum surFace course thickness of 2 inches is recommended for asphaltic concrete pavements. Report No. 1284-19-01 CMJ ENGINEERING, INC. 24 If Portland cement concrete pavement is used, a minimum thickness of 5 inches of concrete is recommended for light-duty parking areas, 6 inches for medium-duty parking areas, and 7 inches for medium to heavy-duty areas. A California Bearing Ratio or other strength tests were not perFormed because they were not within the scope of our services on this project. A subgrade modulus of 100 psi was considered appropriate for the near-surFace soils. If heavier vehicles are planned, the above cross sections can be confirmed by performing strength tests on the subgrade materials once the traffic characteristics are established. Periodic maintenance of pavement structures normally improves the durability of the overall pavement and enhances its expected life. The above sections should be considered minimum pavement thicknesses and higher traffic volumes and heavy trucks may require thicker pavement sections. Additional recommendations can be provided after traffic volumes and loads are known. Periodic maintenance should be anticipated for minimum pavement thickness. This maintenance should consist of sealing cracks and timely repair of isolated distressed areas. 11.3 Pavement Material Requirements Reinforced Portland Cement Concrete: Reinforced Portland cement concrete pavement should consist of Portland cement concrete having a 28-day compressive strength of at least 3,500 psi. The mix should be designed in accordance with the ACI Code 318 using 3 to 6 percent air entrainment. The pavement should be adequately reinforced with temperature steel and all construction joints or expansion/contracfion joints should be provided with load transfer dowels. The spacing of the joints will depend primarily on the type of steel used in the pavement. We recommend using No. 3 steel rebar spaced at 18 inches on center in both the longitudinal and transverse direction. Control joints formed by sawing are recommended every 12 to 15 feet in both the longitudinal and transverse direction. The cutting of the joints should be performed as soon as the concrete has "set-up" enough to allow for sawing operations. Hot Mix Asphaltic Concrete SurFace Course: Item 340, Type D, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2014 Edition. Report No. 1284-19-01 CMJ ENGINEERING, INC. 25 Hot Mix Asphaltic Concrete Base Course: Item 340, Type A or B, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2014 Edition. Lime Stabilized Subqrade: Lime treatment for base course (road mix) - Item 260, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2014 Edition. Flexible Base: Crushed Stone Flexible Base — Item 247, Type A, Grades 1 or 2, Texas Department of Transportation Standard Specifications for Construction of Maintenance of Highways, Streets, and Bridges, 2014 Edition. 11.4 General Pavement Considerations The design of the pavement drainage and grading should consider the potential for differential ground movement due to future soil swelling on the order of 1'h inches. In order to minimize rainwater infiltration through the pavement surface, and thereby minimizing future upward movement of the pavement slabs, all cracks and joints in the pavement should be sealed on a routine basis after construction. 12.0 CONSTRUCTION OBSERVATIONS In any geotechnical investigation, the design recommendations are based on a limited amount of information about the subsurface conditions. In the analjrsis, the geotechnical engineer must assume the subsurFace conditions are similar to the conditions encountered in the borings. However, quite often during construction anomalies in the subsurface conditions are revealed. Should such anomalies be discovered First United Methodist Church of Fort Worth should immediately notify CMJ Engineering, Inc. before proceeding further with construction to allow CMJ Engineering, Inc. to reconsider its recommendations as necessary. It is also recommended that First United Methodist Church of Fort Worth retain CMJ Engineering, Inc. to observe earthwork and foundation installation and perform materials evaluation during the construction phase of the project. This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. Until these construction phase services are perFormed by the project geotechnical engineer, the Report No. 1284-19-01 CMJ ENGINEERING, INC. 26 recommendations contained in this report on such items as final foundation bearing elevations, proper soil moisture condition, and other such subsurface related recommendations shall only be considered as preliminary, and not final, recommendations. It is proposed that construction phase observation and materials testing commence by the project geotechnical engineer at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner or the owner's design engineers to contract directly with the project geotechnical engineer. This results in a clear, direct line of communication between the owner and the owner's design engineers and the geotechnical engineer. 13.0 REPORT CLOSURE The boring logs shown in this report contain information related to the types of soil encountered at specific locations and times and show lines delineating the interFace between these materials. The logs also contain our field representative's interpretation of conditions that are believed to exist in those depth intervals between the actual samples taken. Therefore, these boring logs contain both factual and interpretive information. Laboratory soil classification tests were also perFormed on samples from selected depths in the borings. The results of these tests, along with visual-manual procedures were used to generally classify each stratum. Therefore, it should be understood that the classification data on the logs of borings represent visual estimates of classifications for those portions of each stratum on which the full range of laboratory soil classification tests were not performed. It is not implied that these logs are representative of subsurface conditions at other locations and times. With regard to ground water conditions, this report presents data on ground water levels as they were observed during the course of the field work. In particular, water level readings have been made in the borings at the times and under conditions stated in the text of the report and on the boring logs. It should be noted that fluctuations in the level of the ground-water table can occur with passage of time due to variations in rainfall, temperature and other factors. Also, this report does not include quantitative information on rates of flow of ground water into excavations, on pumping capacities necessary to dewater the excavations, or on methods of dewatering excavations. Unanticipated soil conditions at a construction site are commonly encountered and cannot be fully predicted by mere soil samples, test borings or test pits. Such unexpected conditions frequently require that additional expenditures be made by the owner to attain a properly Report No. 1284-19-01 CMJ ENGINEERING, INC. 27 designed and constructed project. Therefore, provision for some contingency fund is recommended to accommodate such potential extra cost. The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of our field investigation and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed. If, during construction, different subsurFace conditions from those encountered in our borings are observed, or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site (more than twelve months is considered a substantial lapse of time; however, depending on the circumstances, less than six months may be considered a substantial lapse of time), if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, we urge that we be promptly informed and retained to review our report to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. In this regard, if (a) construction at the site does not start within twelve months of the date of this report and (b) CMJ Engineering, Inc. is not present at the site when construction starts to confirm that conditions have not changed since the date of this report, the information in this report cannot be relied upon or used for any purpose. Further, it is urged that CMJ Engineering, Inc. be retained to review those portions of the plans and specifications for this particular project that pertain to earthwork and foundations as a means to determine whether the plans and specifications are consistent with the recommendations contained in this report. In addition, we are available to observe construction, particularly the compaction of structural fill, or backfill and the construction of foundations as recommended in the report, and such other field observations as might be necessary. The scope of our services did not include any environmental assessment or investigation for the presence or absence of wetlands or hazardous or toxic materials in the soil, surFace water, ground water or air, on or below or around the site. Report No. 1284-19-01 CMJ ENGINEERING, INC. 28 This report has been prepared for use in developing an overall design concept. Paragraphs, statements, test results, boring logs, diagrams, etc. should not be taken out of context, nor utilized without a knowledge and awareness of their intent within the overall concept of this report. The reproduction of this report, or any part thereof, supplied to persons other than the owner, should indicate that this study was made for design purposes only and that verification of the subsurface conditions for purposes of determining difficulty of excavation, trafficability, etc. are responsibilities of the contractor. This report has been prepared for the exclusive use of First United Methodist Church of Fort Worth and their consultants for specific application to design of this project only, and not for additions or modifications to the project. The only warranty made by us in connection with the services provided is that we have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. No other warranty, expressed or implied, is made or intended. * * * * Report No. 1284-19-01 CMJ ENGINEERING, INC. 29 PLAN OF BORINGS Renovations-Additions Fort Worth, TexasA.1PlateCMJ Project No. 1284-19-01 LEGEND: Approximate Site Boundary Boring Location B-1 B-5 B-3 B-6 B-4 B-8 B-2 B-7 WEST 3 R D S T R E E T BURNETT STREET WEST 4 T H S T R E E T First United Methodist Church of Fort Worth Major Divisions Sym: Typical Names Laboratory Classification Criteria � N Well-graded gravels, gravel- �, p (p 2 @ �� GW sand mixtures, little or no � C� _60-- greaterthan 4: C� _____30�_____ between 1 and 3 .�n L o fines •o ��o ��o X �so c rn� a � U o L � � � �.N �� Poorly graded gravels, gravel � �� E N `�`a � c� � GP sand mixtures, little or no � cn � N Not meeting all gradation requirements for GW .� �' °u; � fines N a: v �6 > j � 'cn o C7 � � �� o� � o Silt ravels, ravel-sand-silt � ��? := Liquid and Plastic limits N Z� GM y g g "-' � 3 below "A" line or P.I. Liquid and plastic limits o �� ��� m i x t u r e s �� :� greater than 4 p� o t t i n g i n h a t c h e d z o n e z �� •� �� �.� :� between 4 and 7 are � � v� .� `� a� o :�n borderline cases N� �, � o N o : � Liquid and Plastic limits � � Clayey gravels, gravel-sand- �� N requiring use of dual � L o �� GC � : a� above "A" line with P.I. � �, � � � clay mixtures �� Z : .c symbols Q � : � greater than 7 °'� �� :a� c �`� o" :`o a� �`� °' � Well-graded sands, gravelly `= � ' : °p �60 ��30>2 L� � a� SW �� ;;: C� ----- greater than 6: �� -- ----------- between 1 and 3 �� E _� sands, little or no fines ��, �,o �to X �so o � � m o � c U a� ,�n � � -a o � � N a`�i � Poorly graded sands; m° :� : � ��� v� SP gravelly sands, little or no c� �°; : Not meeting all gradation requirements for SW L f6 N�� v fines �� �Q�; � � 'a �'y O p Q. N C •�-" (n U� � N � �� U �, � o �, � a, �o � � � Liquid and Plastic limits 0 o Z �, � S M Silt y sands, sand-silt m� �� ,� � o � a� �,; •�- -- c.i b e l o w " A" l i n e o r P. I. l e s s Li uid and lastic limits c mixtures � �n a� � p p � �� �� N � Q o� o o than 4 plotting between 4 and 7 � � '3 � � a o � J � � are borderline cases � �'`-�° � .� �' a Liquid and Plastic limits requiring use of dual o `° �' SC Clayey sands, sand-clay � a.� above "A" line with P.I. symbols � � Q mixtures � Q N Q �, �, � greater than 7 � � U Inorganic silts and very fine sands, rock flour, silty or � ML clayey fine sands, or clayey �, � silts with slight plasticity �'-� 60 � `—�° � Inorganic clays of low to •°-�,' � � medium plasticity, gravelly o `N° •� C� clays, sandy clays, silty 5 N == clays, and lean clays � � � CH Z � a � ' OL Organic silts and organic silty 4 �, L clays of low plasticity x o °� a � � c �� � 30 � Inorganic silts, micaceous or � �� •`� � MH diatomaceous fine sandy or a � oH a a MH a' •f6 a silty soils, elastic silts .P � � �n � 2 ii � � ` � v � CL o �� CH Inorganic clays of high � N�' plasticity, fat clays � = E � � �= 4 ML a d OL � a � a- Organic clays of inedium to 0 10 20 30 40 50 60 70 80 90 100 � � OH high plasticity, organic silts Liquid Limit U _c �.�' Peat and other highly organic Plasticity Chart = o o Pt soils UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.2 SOIL OR ROCK TYPES �m a m GRAVEL LEAN CLAY LIMESTONE m e •� � . • — � • SAND � • � SANDY — SHALE . � •� • . — . SILT SILTY ' . SANDSTONE . HIGHLY CLAYEY CONGLOMERATE Shelby Auger Split Rock Cone No PLASTIC CLAY Tube Spoon Core Pen Recovery TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Soils �Mo�e tnan eo�ro Passing No. 200 Sieve) Descriptive Item Penetrometer Reading, (tsfJ Soft 0.0 to 1.0 Firm 1.0 to 1.5 Stiff 1.5 to 3.0 Very Stiff 3.0 to 4.5 Hard 4.5+ COaCSe GC'a1112d SOI�S (More than 50% Retained on No. 200 Sieve) � Penetration Resistance Descriptive Item Relative Density (blows/foot) 0 to 4 Very Loose 0 to 20% 4 to 10 Loose 20 to 40% 10 to 30 Medium Dense 40 to 70% 30 to 50 Dense 70 to 90% Over 50 Very Dense 90 to 100% Soil Structure Calcareous Contains appreciable deposits of calcium carbonate; generally nodular Slickensided Having inclined planes of weakness that are slick and glossy in appearance Laminated Composed of thin layers of varying color or texture Fissured Containing cracks, sometimes filled with fine sand or silt Interbedded Composed of alternate layers of different soil types, usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to very stiff in soils Soft Can be scratched with fingernail Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernail Hard Difficult to scratch with knife Very Hard Cannot be scratched with knife Poorly Cemented or Friable Easily crumbled Cemented Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite, and iron oxide are common cementing materials. Degree of Weathering Unweathered Rock in its natural state before being exposed to atmospheric agents Slightly Weathered Noted predominantly by color change with no disintegrated zones Weathered Complete color change with zones of slightly decomposed rock Extremely Weathered Complete color change with consistency, texture, and general appearance approaching soil KEY TO CLASSIFICATION AND SYMBOLS PLATE A.3 Pro ect No. Borin No. Pro ect CMJ ENciNEEiuNc iNc. 1 9 i Additions to FUMC 1284-19-01 B-� Fort Worth, TX Location Water Observations See Plate A.1 Dry to 5; wet rotary drilling below 5' Completion Completion Depth 35.0' Date 2_13-19 Surface Elevation Type CME-75 LL s � `� o . Q N C u- NT O C o � �•y s o � N Stratum Description o o � � � � o � o .� ; � � _ � � � in�� aj a- _ x � �C� o n� U 0 3� �N> '3•- in•- inm Nc :�-N c��� w Cl o u��? �o � aE ro E mv o o c� c o 0 � � mn.l- acn JJ a� a5 �U »�Ua `� '"'� CONCRETE, 4 inches thick 3.5 44 17 27 21 107 5000 SILTY CLAY, brown, w/ calcareous nodules and limestone fragments, very stiff (possible fill) 3.75 20 LIMESTONE, tan, w/ clay seams and layers 50/1.5" 5 58 48 � 80 40 15 87 35 LIMESTONE, gray, w/ shale seams and layers, moderately hard to very hard 2 97 70 7 141 164310 25 92 87 6 143 288340 3 97 93 10 134 50040 3 ----------------------- LOG OF BORING NO. B-1 PLATE A.4 Pro'ect No. Borin No. Pro ect CMJ ENciNEEiuNc nvc. 1 9 i Additions to FUMC 1284-19-01 B-2 Fort Worth, TX Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 30.0' Date 2_16-19 Surface Elevation Type CME-75 � ,n o . o a� o y Q Q � N O LL � p ,C O o 'O '_ � o � � Stratum Description � � � m� o o � � � � � _ � � � � �,�,� _� -� _ � _ ��x =� o� �o�-= U 0 3 � �� >'� " in '= in m:y c:� � c� E� w C1 � m�? m� 6� �� ma o o c� c o 0 � � ma� acn �� a� o. _�c> >� �c�� ASPHALT, 2 inches thick 3.25 33 16 17 16 SILTY CLAY, brown, w/ limestone fragments and calcareous nodules, very stiff LIMESTONE, tan, w/ occasional clay layers, hard to very hard 100/0.5" 5 00/0.75' 1 00/1.25' 1 LIMESTONE, gray, hard to very hard 100/1.5" 2 100/0.5" 2 100/0.5" 3 ----------------------- � � � 0 c� � U a C� 0 o� v N � Z � O m LL o LOG OF BORING NO. B-2 PLATE A.5 J ENGINEERING INC. Project No. Boring No. Project Additions to FUMC 1284-19-01 B-3 Fort Worth, TX Location Water Observations See Plate A.1 Dry to 5; wet rotary drilling below 5' Completion Completion Depth 30.0' Date 2_13-19 Surface Elevation Type CME-75 �- o m o � -� p, pj N . C LL � C O LL � fq o � � Stratum Description o � � �� � � � � � _ � `� 0 0 � � � �� �� � _ �� � � in � u. ai 'a - - x � � U Q'o V � 3 c umi >��;� �" N� u� c r N c�i E� w C'J ou��? m.� sE �sE �a oo cQ coo � � mar a<n JJ a� n. _�c> >� �c�a "" `d'� CONCRETE, 4 inches thick 3.25 24 SILTY CLAY, brown and light brown, w/ limestone fragments and occasional asphalt fragments and 4.0 42 18 24 21 98 glass fragments, very stiff (FILL) 50/3" SILTY CLAY, brown and light brown, w/ occasional 5 calcareous nodules and limestone fragments, very stiff (possible fill) 100/0.5" LIMESTONE, tan, w/ clay layers, very hard - w/ abundant clay layers, soft to moderately hard 72/8" 47 15 32 � below 9' 100/5.5" 1 LIMESTONE, gray, w/ shale layers, very hard 100/0.5" 2 00/0.75' 2 100/0.5" 3 ----------------------- m � M 0 C) � U a C� 0 m v N � Z � O m LL � o LOG OF BORING NO. B-3 PLATE A.6 J ENGINEERING INC. Project No. Boring No. Project Additions to FUMC M� 1284-19-01 B-4 Fort Worth, TX Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 30.0' Date 2_16-19 SurFace Elevation Type CME-75 u� � � o . � � � N � � Q � E O C p o LL 'O .O °' � � Stratum Description � � Z � � � � °' �' � 0 0 �� �� o � � �'-� z� _-�� � � in��y �� �_ �'_ � x � a�i �U � 0."6 U � 3� y> 5=' in'= in� !�c �� c�iE� w C� o u�� m� �� �� �a o o c� c o 0 � � ma� acn JJ a� a5 �c> >� �c�a "" �d'' CONCRETE, 4 inches thick 4.25 18 115 8140 SILTY CLAY, light brown and brown, w/ calcareous nodules, calcareous deposits and occasional 4.5+ 28 14 14 11 110 limestone fragments, very stiff to hard (possible fill) LIMESTONE, tan, w/ clay seams and layers, very 5 hard 00/0.75' � 00/0.75' - w/ abundant clay seams, soft to moderately hard 100/5" � below 14' LIMESTONE, gray, very hard 00/0.75' 2 00/0.75' 25 100/0.5" 3 ----------------------- LOG OF BORING NO. B-4 PLATE A.7 Pro'ect No. Borin No. Pro ect CMJ ENczNEEiuNc iNc. J 9 i Additions to FUMC 1284-19-01 B-5 Fort Worth, TX Location Water Observations See Plate A.1 Dry to 5'; wet rotary drilling below 5' Completion Completion Depth 35.0' Date 2_13-19 Surface Elevation Type CME-75 � v� o . O Q � N C LL � � . Q- T� �-a Z o �j Ii � �n a o � � Stratum Description o � � �� o a w � � � � � � � � ' in�� �� v_ �_ � x �� �U o Q.� U � 3� y> '�=' in=' inN Nc :-•� c�E � w Cl � m�? m� a-E � E ma o o cs c o 0 � � maF- n.cn JJ a� a5 �c> >� �c�a '� 'a'� CONCRETE, 6 inches thick 4.25 53 20 33 26 94 CLAY, brown, w/ occasional limestone fragments and calcareous nodules, very stiff (possible fill) LIMESTONE, tan, w/ occasional clay seams and layers 5 48 18 � 92 52 � 95 63 LIMESTONE, gray, w/ shale seams and layers, moderately hard to very hard 2 93 88 6 137 84800 25 97 88 6 142 339040 3 93 88 7 138 32910 3 ----------------------- LOG OF BORING NO. B-5 PLATE A.8 Pro'ect No. Borin No. Pro ect CMJ ENciNEEruNc iNc. J 9 i Additions to FUMC 1284-19-01 B-6 Fort Worth, TX Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 5 �. Date 2_16-19 Surface Elevation Type CME-75 � u� o . .Q Q. p7 N C V- �- T m �� Z � �LL � yf� o � � Stratum Description o � � �� o o � � � z= � � � � in�� �� v_ �_ � x � a� �V o a� U p 3� y� '�'r in'= inm mc �y c�E� w Ci � m�? m.� a� �� ma o o cQ c o 0 � � ma� n.cn JJ a� a� �c> >.� �c�a ASPHALT, 2 inches thick 2.25 21 SILTY CLAY, brown and light brown, w/ occasional calcareous nodules and limestone fragments, stiff 3.5 33 16 17 19 110 2870 to very stiff LIMESTONE, tan, w/ clay seams and layers, 100/4" 5 moderately hard / ----------------------- LOG OF BORING NO. B-6 PLATE A.9 CMJ ENGINEERING INC. Project No. Boring No. Project Additions to FUMC 1284-19-01 B-7 Fort Worth, TX Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 5,�. �ate 2_16-19 Surface Elevation Type CME-75 � N � . t � Q � pj N C LL- � � O .0 � o � •N 6 o � � Stratum Description o o �: m m� � � � � -_ � � _ � N in�LL �� v`_ �'_ � X � a�i DU o ac U � 3 � �N >'� " in '-' in a� .� c r y c> E� w C'1 0�v? co � 6� @� �� o o c� c o 0 � � mn.l— acn JJ a� a5 �U �� �Ua ASPHALT, 2 inches thick 3.0 40 15 25 20 SILTY CLAY, gray, light brown and brown, w/ occasional limestone fragments and shale 4.0 16 111 3530 fragments, stiff to very stiff (FILL) SILTY CLAY, brown and light brown, w/ calcareous 46 5 deposits and occasional limestone fragments, very � stiff (possible fill) � �`LIMESTONE, tan, w/ clay seams and layers, soft _ � LOG OF BORING NO. B-7 PLATE A.10 ENGINEERING INC. Project No. Boring No. Project Additions to FUMC 1284-19-01 B-$ Fort Worth, TX Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 5.�� Date 2_16-19 Surtace Elevation Type CME-75 � o a`�i o � � Q pj N . C V- Q £ � O C � o �'� a o�� Stratum Description ��� m� o� w �� z� w� N � � �, � � -� _ �'_ �� _ � o � _ �.a U � 3 c� vi> ��'- in =' in axi •`� c�- N c�i E� w C� o m�? m� aE m� coa o o c� c o 0 � � mai-- acn JJ a� as �c> >� �c�a ASPHALT, 3 inches thick 2.5 40 14 26 22 99 1620 SILTY CLAY, brown and light brown, w/ occasional limestone fragments and asphalt fragments, stiff (FILL) LIMESTONE, tan, soft to moderately hard 50/5" 5 ----------------------- LOG OF BORING NO. B-8 PLATE A.11 FREE SWELL TEST RESULTS Project: Additions to First United Methodist Church of Fort Worth Fort Worth, Texas Project No.: 1284-19-01 Depth ' Liquid Plastic Plasticity Moisture Percent Boring Sample ' Limit Limit Index ' Content: % No. �nterval Description Swell {ft )' LL PL ' :PI ' Initial Final l ��) ' B— 3 2— 3 Silty Clay 42 18 24 20.6 23.2 0.7 B— 4 2— 3 Silty Clay 28 14 14 11.0 18.5 0.1 B— 5 0— 2 Clay 53 20 33 25.7 27.6 1.0 Free swell tests performed at approximate overburden pressure CMJ ENGINEERING, INC. PLATE A.12 CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fort Worth Addition, Lot 1-R, Block 3 Revised July 1, 2011 City Project No. 102419 GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK GAS / PETROLEUMCOMMUNICATIONSLEGEND OF U.G. UTILITY TYPESELECTRIC / POWERPOTABLE WATERSANITARY SEWERTRAFFIC SIGNALLEGEND OF UTILITY SYMBOLSSTORM DRAINATMOSPRIVATECITY OF FORT WORTHONCORPRIVATECITY OF FORT WORTHCITY OF FORT WORTHPRIVATECITY OF FORT WORTHCITY OF FORT WORTHPRIVATEAT&T (TELE)AT&T (FO/DUCT)MCI (FO/DUCT)SPECTRUM (CABLE)WINDSTREAM (FO/DUCT)ZAYO/WINDSTREAM (FO/DUCT)QL"B"QL"B"QL"B"QL"B"QL"B"QL"B"QL"B"END CAPTEST HOLEUTILITY CONTINUATIONTELEPHONE MANHOLETELEPHONE POLE W/RISERLIGHT POLEELECTRIC JUNCTION BOX (CABINET)ELECTRIC POLE (POWER)ELECTRIC POLE W/RISERELECTRIC HANDHOLEELECTRIC MANHOLESIGNAL POLEGAS MANHOLEGAS VALVEGAS METERSTORM SEWER MANHOLESTORM SEWER INLETWASTE WATER MANHOLEWASTE WATER CLEANOUTWATER VALVEWATER METERWATER MANHOLEFIRE HYDRANTATMOSPRIVATEQL"C"/"D"CITY OF FORT WORTHQL"C"/"D"CITY OF FORT WORTHPRIVATEQL"C"/"D"CITY OF FORT WORTHQL"C"/"D"MACON ST 4TH STBURNETT ST3RD ST5TH STFIRST UNITED METHODISTCHURCH OF FORT WORTHOFDESIGNED:DRAWN:CHECKED:PROJECT NO:DATE:SHEET:FUMC - FORT WORTH16ATNALERN FTLICENSEDS AETOESXEERNGSIOESOFPI The Rios Group, Inc.TBPE Firm # F-14595TIMOTHY A. HABENICHT123220Subsurface Utility Engineering (SUE) CertificationThe engineer's seal hereon is to certify that the utilities shownhave been investigated in accordance with standard SUEindustry practices. Where indicated utility sizes and materialstaken from best available records. All other information hereonhas been provided by others and is not a part of this certification.S.U.E. PLAN SHEETSUBSURFACE UTILITY ENGINEERINGUTILITY COORDINATION7400 Sand StreetFort Worth TX. 76118817.345.7500KBKBTH03/03/2020NOTE: QUALITY LEVEL "B" SUE FIELD WORK WASCOMPLETED IN JANUARY 2019. ANY CHANGESTO EXISTING FIELD CONDITIONS BEYONDJANUARY 2019 WILL NOT BE REFLECTED. CITY OF FORT WORTH First United Methodist Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fort Worth Addition, Lot 1-R, Block 3 Revised July 1, 2011 City Project No. 102419 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: October 21, 2020 The Fort Worth Water Department’s Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department’s Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department’s Standard Specifications and the Fort Worth Water Department’s Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department’s Standard Specifications or is on the Fort Worth Water Department’s Standard Products List. Table of Content (Click on items to go directly to the page) Items Page A.Water & Sewer 1. Manholes & Bases/Components ........................................................... 1 2.Manholes & Bases/Fiberglass ............................................................... 2 3.Manholes & Bases/Frames & Covers/Rectangular ............................... 3 4.Manholes & Bases/Frames & Covers/Round ....................................... 4 5.Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight .. 5 6.Manholes & Bases/Precast Concrete .................................................... 6 7.Manholes & Bases/Rehab Systems/Cementitious ................................ 7 8.Manholes & Bases/Rehab Systems/NonCementitious ......................... 8 9.Manhole Insert (Field Operations Use Only) ........................................ 9 10. Pipe Casing Spacer ............................................................................... 10 11. Pipes/Ductile Iron ................................................................................. 11 12. Utility Line Marker ............................................................................... 12 B.Sewer 13. Coatings/Epoxy ..................................................................................... 13 14. Coatings/Polyurethane .......................................................................... 14 15. Combination Air Valves ....................................................................... 15 16. Pipes/Concrete ...................................................................................... 16 17. Pipe Enlargement System (Method) ..................................................... 17 18. Pipes/Fiberglass Reinforced Pipe ......................................................... 18 19. Pipes/HDPE .......................................................................................... 19 20. Pipes/PVC (Pressure Sewer) ................................................................. 20 21. Pipes/PVC* ........................................................................................... 21 22. Pipes/Rehab/CIPP ................................................................................. 22 23. Pipes/Rehab/Fold & Form .................................................................... 23 24. Pipes/Open Profile Large Diameter ...................................................... 24 C.Water 25. Appurtenances ....................................................................................... 25 26. Bolts, Nuts, and Gaskets ....................................................................... 26 27. Combination Air Release Valve ........................................................... 27 28. Dry Barrel Fire Hydrants ...................................................................... 28 29. Meters ................................................................................................... 29 30. Pipes/PVC (Pressure Water) ................................................................. 30 31. Pipes/Valves & Fittings/Ductile Iron Fittings ....................................... 31 32. Pipes/Valves & Fittings/Resilient Seated Gate Valve .......................... 32 33. Pipes/Valves & Fittings/Rubber Seated Butterfly Valve ...................... 33 34. Polyethylene Encasement ..................................................................... 34 35. Sampling Stations ................................................................................. 35 36. Automatic Flusher ................................................................................. 36 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeWater & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16)07/23/97 33 05 13 Urethane Hydrophilic WaterstopAsahi Kogyo K.K.Adeka Ultra-Seal P-201ASTM D2240/D412/D79204/26/00 33 05 13 Offset Joint for 4' Diam. MHHanson Concrete ProductsDrawing No. 35-0048-00104/26/00 33 05 13 Profile Gasket for 4' Diam. MH.Press-Seal Gasket Corp.250-4G GasketASTM C-443/C-361SS MH1/26/99 33 05 13 HDPE Manhole Adjustment RingsLadtech, IncHDPE Adjustment RingNon-traffic area5/13/05 33 05 13 Manhole External WrapCanusa - CPSWrapidSeal Manhole Encapsulation SystemCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.* From Original Standard Products ListClick to Return to the Table of Content1Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13)1/26/99 33 39 13 Fiberglass ManholeFluid Containment, Inc.FlowtiteASTM 3753Non-traffic area08/30/06 33 39 13 Fiberglass ManholeL.F. ManufacturingNon-traffic area* From Original Standard Products ListClick to Return to the Table of Content2Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16)*33 05 13 Manhole Frames and CoversWestern Iron Works, Bass & Hays Foundry100124"x40" WD* From Original Standard Products ListClick to Return to the Table of Content3Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16)*33 05 13 Manhole Frames and CoversWestern Iron Works, Bass & Hays Foundry3002424" Dia.*33 05 13 Manhole Frames and CoversMcKinley Iron Works Inc.A 24 AM24" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR-1272ASTM A48 & AASHTO M30624" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR- 165-LM (Hinged)ASTM A48 & AASHTO M30624" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryNF 1274ASTM A48 & AASHTO M30630" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR-1743-LM (Hinged)ASTM A48 & AASHTO M30630" dia.33 05 13 Manhole Frames and CoversSigma CorporationMH-144N33 05 13 Manhole Frames and CoversSigma CorporationMH-143N33 05 13 Manhole Frames and CoversPont-A-MoussonGTS-STD24" dia.33 05 13 Manhole Frames and CoversNeenah Casting24" dia.10/31/06 33 05 13 Manhole Frames and Covers (Hinged)PowersealHinged Ductile Iron Manhole ASTM A53624" Dia.7/25/03 33 05 13 Manhole Frames and CoversSaint-Gobain Pipelines (Pamrex/rexus)RE32-R8FS30" Dia.01/31/06 33 05 1330" Dia. MH Ring and CoverEast Jordan Iron WorksV1432-2 and V1483 DesignsAASHTO M306-0430" Dia.11/02/10 33 05 1330" Dia. MH Ring and CoverSigma CorporationMH1651FWN & MH1650230" Dia07/19/11 33 05 1330" Dia. MH Ring and CoverStar Pipe ProductsMH32FTWSS-DC 30" Dia08/10/11 33 05 1330" Dia. MH Ring and CoverAccucast220700 Heavy Duty with Gasket Ring30" Dia10/14/13 33 05 1330" Dia. MH Ring and Cover (Hinged & Lockable)East Jordan Iron Works 30" ERGO XL Assembly with Cam Lock/MPIC/T-Gasket ASSHTO M105 & ASTM A53630" Dia06/01/17 34 05 1330" Dia. MH Ring and Cover (Hinged & Lockable) CISIP Industries2280 (32")ASTM A 4830" Dia.09/16/19 33 05 13.1030" Dia. MH Ring and Cover Composite Access Products, L.P.CAP-ONE-30-FTW, Composite, w/ Lock w/o Hing30" Dia.* From Original Standard Products ListClick to Return to the Table of Content4Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16)*33 05 13 Manhole Frames and CoversPont-A-MoussonPamtight24" Dia.*33 05 13 Manhole Frames and CoversNeenah Casting24" Dia.*33 05 13 Manhole Frames and CoversWestern Iron Works,Bass & Hays Foundry300-24P24" Dia.*33 05 13 Manhole Frames and CoversMcKinley Iron Works Inc.WPA24AM24" Dia.03/08/00 33 05 13 Manhole Frames and CoversAccucastRC-2100ASTM A 4824" Dia.04/20/01 33 05 13 Manhole Frames and Covers(SIP)Serampore Industries Private Ltd.300-24-23.75 Ring and CoverASTM A 4824" Dia.* From Original Standard Products ListClick to Return to the Table of Content5Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/13)*33 39 10 Manhole, Precast ConcreteHydro Conduit CorpSPL Item #49ASTM C 47848"*33 39 10 Manhole, Precast ConcreteWall Concrete Pipe Co. Inc.ASTM C-44348"09/23/96 33 39 10 Manhole, Precast ConcreteConcrete Product Inc.48" I.D. Manhole w/ 32" ConeASTM C 47848" w/32" cone05/08/18 33 39 10 Manhole, Precast ConcreteThe Turner Company48", 60" I.D. Manhole w/ 32" ConeASTM C 47848", 60"10/27/06 33 39 10 Manhole, Precast ConcreteOldcastle Precast Inc.48" I.D. Manhole w/ 24" ConeASTM C 47848" Diam w 24" Ring06/09/10 33 39 10 Manhole, Precast (Reinforce Polymer)ConcreteUS Composite PipeReinforced Polymer Concrete ASTM C-7648" to 72"09/06/19 33 39 20 Manhole, Precast ConcreteForterra Pipe and Precast60" & 72" I.D. Manhole w/32" ConeASTM C-7660" & 72"* From Original Standard Products ListClick to Return to the Table of Content6Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Rehab Systems/Cementitious*E1-14 Manhole Rehab SystemsQuadex04/23/01E1-14 Manhole Rehab SystemsStandard Cement Materials, Inc.Reliner MSPE1-14 Manhole Rehab SystemsAP/M Permaform4/20/01E1-14 Manhole Rehab SystemStrong CompanyStrong Seal MS2A Rehab System5/12/03E1-14 Manhole Rehab System (Liner)Poly-triplex TechnologiesMH repair product to stop infiltrationASTM D581308/30/06General Concrete RepairFlexKrete TechnologiesVinyl Polyester Repair ProductMisc. Use* From Original Standard Products ListClick to Return to the Table of Content7Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Rehab Systems/NonCementitious05/20/96E1-14 Manhole Rehab SystemsSprayroq, Spray Wall Polyurethane CoatingASTM D639/D790*E1-14 Manhole Rehab SystemsSun Coast12/14/01Coating for Corrosion protection(Exterior)ERTECHSeries 20230 and 2100 (Asphatic Emulsion)For Exterior Coating of Concrete Structures Only01/31/06Coatings for Corrosion ProtectionChestertonArc 791, S1HB, S1, S2Acid Resistance TestSewer Applications8/28/2006Coatings for Corrosion ProtectionWarren EnvironmentalS-301 and M-301Sewer Applications08/30/06Coatings for Corrosion ProtectionCitadelSLS-30 Solids EpoxySewer Applications03/19/1833 05 16, 33 39 10, 33 39 20 Coating for Corrosion protection(Exterior)Sherwin WilliamsRR&C Dampproofing Non-Fibered Spray Grade (Asphatic Emulsion)For Exterior Coating of Concrete Structures Only* From Original Standard Products ListClick to Return to the Table of Content8Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manhole Inserts - Field Operations Use Only (Rev 2/3/16)*33 05 13 Manhole InsertKnutson EnterprisesMade to Order - PlasticASTM D 1248For 24" dia.*33 05 13 Manhole InsertSouth Western PackagingMade to Order - PlasticASTM D 1248For 24" dia.*33 05 13 Manhole InsertNoflow-InflowMade to Order - PlasticASTM D 1248For 24" dia.09/23/96 33 05 13 Manhole InsertSouthwestern Packing & Seals, Inc.LifeSaver - Stainless SteelFor 24" dia.09/23/96 33 05 13 Manhole InsertSouthwestern Packing & Seals, Inc.TetherLok - Stainless SteelFor 24" dia* From Original Standard Products ListClick to Return to the Table of Content9Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Pipe Casing Spacers 33-05-24 (07/01/13)11/04/02Steel Band Casing SpacersAdvanced Products and Systems, Inc.Carbon Steel Spacers, Model SI02/02/93Stainless Steel Casing SpacerAdvanced Products and Systems, Inc.Stainless Steel Spacer, Model SSI04/22/87Casing SpacersCascade Waterworks ManufacturingCasing Spacers09/14/10Stainless Steel Casing SpacerPipeline Seal and InsulatorStainless Steel Casing SpacerUp to 48"09/14/10Coated Steel Casin SpacersPipeline Seal and InsulatorCoated Steel Casin SpacersUp to 48" 05/10/11Stainless Steel Casing SpacerPowerseal4810 PowerchockUp to 48"03/19/18Casing SpacersBWMSS-12 Casing Spacer(Stainless Steel)03/19/18Casing SpacersBWMFB-12 Casing Spacer (Coated Carbon Steel) for Non_pressure Pipe and Grouted Casing* From Original Standard Products ListClick to Return to the Table of Content10Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13)*33 11 10 Ductile Iron PipeGriffin Pipe Products, Co.Super Bell-Tite Ductile Iron Pressure Pipe, AWWA C150, C1513" thru 24"08/24/18 33 11 10 Ductile Iron PipeAmerican Ductile Iron Pipe Co.American Fastite Pipe (Bell Spigot)AWWA C150, C1514" thru 30"08/24/18 33 11 10 Ductile Iron PipeAmerican Ductile Iron Pipe Co.American Flex Ring (Restrained Joint)AWWA C150, C1514" thru 30"*33 11 10 Ductile Iron PipeU.S. Pipe and Foundry Co.AWWA C150, C151*33 11 10 Ductile Iron PipeMcWane Cast Iron Pipe Co.AWWA C150, C151* From Original Standard Products ListClick to Return to the Table of Content11Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Utility Line Marker (08/24/2018)* From Original Standard Products ListClick to Return to the Table of Content12Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Coatings/Epoxy 33-39-60 (01/08/13)02/25/02Epoxy Lining SystemSauereisen, IncSewerGard 210RSLA County #210-1.3312/14/01Epoxy Lining SystemErtech Technical CoatingsErtech 2030 and 2100 Series04/14/05Interior Ductile Iron Pipe CoatingInduronProtecto 401ASTM B-117Ductile Iron Pipe Only01/31/06Coatings for Corrosion ProtectionChestertonArc 791, S1HB, S1, S2Acid Resistance TestSewer Applications8/28/2006Coatings for Corrosion ProtectionWarren EnvironmentalS-301 and M-301Sewer Applications* From Original Standard Products ListClick to Return to the Table of Content13Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Coatings/Polyurethane* From Original Standard Products ListClick to Return to the Table of Content14Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release ValveA.R.I. USA, Inc.D025LTP02(Composite Body)2"* From Original Standard Products ListClick to Return to the Table of Content15Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Concrete*E1-04 Conc. Pipe, ReinforcedWall Concrete Pipe Co. Inc.ASTM C 76*E1-04 Conc. Pipe, ReinforcedHydro Conduit CorporationClass III T&G, SPL Item #77ASTM C 76*E1-04 Conc. Pipe, ReinforcedHanson Concrete ProductsSPL Item #95-Manhole, #98- PipeASTM C 76*E1-04 Conc. Pipe, ReinforcedConcrete Pipe & Products Co. Inc.ASTM C 76* From Original Standard Products ListClick to Return to the Table of Content16Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipe Enlargment System (Method)33-31-23 (01/18/13)PIM SystemPIM CorporationPolyethylenePIM Corp., Piscata Way, N.J. Approved PreviouslyMcConnell SystemsMcLat ConstructionPolyethyleneHouston, TexasApproved PreviouslyTRS SystemsTrenchless Replacement SystemPolyethyleneCalgary, CanadaApproved Previously* From Original Standard Products ListClick to Return to the Table of Content17Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipe/Fiberglass Reinforced Pipe 33-31-13(1/8/13)7/21/97 33 31 13 Cent. Cast FiberglassHobas Pipe USA, Inc.Hobas Pipe (Non-Pressure)ASTM D3262/D375403/22/10 33 31 13 Fiberglass PipeAmeronBondstrand RPMP PipeASTM D3262/D375410/30/03Glass-Fiber Reinforced Polymer PipeThompson Pipe GroupFlowtiteASTM D3262/D37544/14/05Polymer Modified Concrete PipeAmitech USAMeyer Polycrete PipeASTM C33, A276, F4778" to 102", Class V06/09/10E1-9 Reinforced Polymer Concrete PipeUS Composite PipeReinforced Polymer Concrete PipeASTM C-76* From Original Standard Products ListClick to Return to the Table of Content18Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/HDPE 33-31-23(1/8/13)*High-density polyethylene pipePhillips Driscopipe, Inc.Opticore Ductile Polyethylene PipeASTM D 12488"*High-density polyethylene pipePlexco Inc.ASTM D 12488"*High-density polyethylene pipePolly Pipe, Inc.ASTM D 12488"High-density polyethylene pipeCSR Hydro Conduit/Pipeline SystemsMcConnell Pipe EnlargementASTM D 1248* From Original Standard Products ListClick to Return to the Table of Content19Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13)12/02/11 33-11-12 DR-14 PVC Pressure PipePipelife JetstreamPVC Pressure PipeAWWA C9004" thru 12"10/22/14 33-11-12 DR-14 PVC Pressure PipeRoyal Building ProductsRoyal Seal PVC Pressure PipeAWWA C9004" thru 12"* From Original Standard Products ListClick to Return to the Table of Content20Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/PVC* 33-31-20 (7/1/13)*33-31-20 PVC Sewer PipeJ-M Manufacturing Co., Inc. (JM Eagle)SDR-26ASTM D 30344" - 15"12/23/97* 33-31-20 PVC Sewer PipeDiamond Plastics CorporationSDR-26ASTM D 30344" thru 15"*33-31-20 PVC Sewer PipeLamson Vylon PipeASTM F 7894" thru 15"01/18/18 33-31-20 PVC Sewer PipeVinyltech PVC PipeGravity SewerASTM D30344" thru 15"11/11/98 33-31-20 PVC Sewer PipeDiamond Plastics Corporation "S" Gravity Sewer PipeASTM F 67918" to 27"*33-31-20 PVC Sewer PipeJ-M Manufacturing Co, Inc. (JM Eagle)SDR 26/35 PS 115/46ASTM F 67918" - 27"09/11/12 33-31-20 PVC Sewer PipePipelife Jet StreamSDR-26 and SDR-35ASTM F-67918"05/06/0533-31-20PVC Solid Wall PipeDiamond Plastics CorporationSDR 26/35 PS 115/46ASTM F-67918" to 48"04/27/0633-31-20PVC Sewer Fittings HarcoSDR-26 and SDR-35 Gasket Fittings ASTM D-3034, D-1784, etc4" - 15"*33-31-20PVC Sewer FittingsPlastic Trends, In.cGasketed PVC Sewer Main FittingsASTM D 30343/19/2018 33 31 20 PVC Sewer PipePipelife Jet StreamSDR 35ASTM F67918"- 24"3/19/2018 33 31 20 PVC Sewer PipePipelife Jet StreamSDR 26ASTM D30344"- 15"3/29/2019 33 31 20Gasketed Fittings (PVC)GPK Products, Inc.SDR 26ASTM D3034/F-6794"- 15"10/21/2020 33 31 20 PVC Sewer PipeNAPCOSDR 26ASTM D30344" - 15"10/22/2020 33 31 20 PVC Sewer PipeSanderson Pipe Corp.SDR 26ASTM D30344"- 15"10/21/2020 33 31 20 PVC Sewer PipeNAPCOSDR 26/35 PS 115/46ASTM F-67918"- 36"* From Original Standard Products ListClick to Return to the Table of Content21Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Rehab/CIPP 33-31-12 (01/18/13)*Cured in Place PipeInsituform Texark, IncASTM F 121605/03/99Cured in Place PipeNational Envirotech GroupNational Liner, (SPL) Item #27ASTM F-1216/D-581305/29/96Cured in Place PipeReynolds Inc/Inliner Technolgy (Inliner USA)Inliner TechnologyASTM F 1216* From Original Standard Products ListClick to Return to the Table of Content22Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Rehab/Fold & Form*Fold and Form PipeCullum Pipe Systems, Inc.11/03/98Fold and Form PipeInsituform Technologies, Inc.Insituform "NuPIpe"ASTM F-1504Fold and Form PipeAmerican Pipe & Plastics, Inc.Demo. Purpose Only12/04/00Fold and Form PipeUltralinerUltraliner PVC Alloy PipelinerASTM F-1504, 1871, 186706/09/03Fold and Form PipeMiller Pipeline Corp.EX MethodASTM F-1504, F-1947Up to 18" diameter* From Original Standard Products ListClick to Return to the Table of Content23Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Open Profile Large Diameter09/26/91 E100-2 PVC Sewer Pipe, RibbedLamson Vylon PipeCarlon Vylon H.C. Closed Profile Pipe,ASTM F 67918" to 48"09/26/91 E100-2 PVC Sewer Pipe, RibbedExtrusion Technologies, Inc.Ultra-Rib Open Profile Sewer PipeASTM F 67918" to 48"E100-2 PVC Sewer Pipe, RibbedUponor ETI Company11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Double WallAdvanced Drainage Systems (ADS) SaniTite HP Double Wall (Corrugated)ASTM F 273624"-30"11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Triple WallAdvanced Drainage Systems (ADS)SaniTite HP Triple Wall PipeASTM F 276430" to 60"05/16/11Steel Reinforced Polyethylene PipeConTech Construction ProductsDurmaxxASTM F 256224" to 72"* From Original Standard Products ListClick to Return to the Table of Content24Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Appurtenances 33-12-10 (07/01/13)01/18/18 33-12-10 Double Strap SaddleRomac202NS Nylon CoatedAWWA C8001"-2" SVC, up to 24" Pipe08/28/02Double Strap SaddleSmith Blair #317 Nylon Coated Double Strap Saddle07/23/12 33-12-10 Double Strap Service SaddleMueller CompanyDR2S Double (SS) Strap DI SaddleAWWA C8001"-2" SVC, up to 24" Pipe10/27/87Curb Stops-Ball Meter ValvesMcDonald6100M,6100MT & 610MT 3/4" and 1"10/27/87Curb Stops-Ball Meter ValvesMcDonald4603B, 4604B, 6100M, 6100TM and 6101M 1½" and 2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co., Inc.FB600-7NL, FB1600-7-NL, FV23-777-W-NL, L22-77NLAWWA C8002"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co., Inc.FB600-6-NL, FB1600-6-NL, FV23-666-W-NL, L22-66NLAWWA C8001-1/2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co., Inc.FB600-4-NL, FB1600-4-NL, B11-444-WR-NL, B22444-WR-NL, L28-44NLAWWA C8001"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co., Ltd.B-25000N, B-24277N-3, B-20200N-3, H-15000N, , H-1552N, H142276NAWWA C800, ANSF 61, ANSI/NSF 3722"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co., Ltd.B-25000N, B-20200N-3, B-24277N-3,H-15000N, H-14276N, H-15525NAWWA C800, ANSF 61, ANSI/NSF 3721-1/2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co., Ltd.B-25000N, B-20200N-3,H-15000N, H-15530NAWWA C800, ANSF 61, ANSI/NSF 3721"01/26/00Coated Tapping Saddle with Double SS StrapsJCM Industries, Inc.#406 Double Band SS Saddle1"-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel)JCM Industries, Inc.412 Tapping Sleeve ESSAWWA C-223Up to 30" w/12" Out05/10/11Tapping Sleeve (Stainless Steel)Powerseal3490AS (Flange) & 3490MJ4"-8" and 16"02/29/12 33-12-25 Tapping Sleeve (Coated Steel)RomacFTS 240AWWA C-223U p to 42" w/24" Out02/29/12 33-12-25 Tapping Sleeve (Stainless Steel)RomacSST Stainless SteelAWWA C-223Up to 24" w/12" Out02/29/12 33-12-25 Tapping Sleeve (Stainless Steel)RomacSST III Stainless SteelAWWA C-223Up to 30" w/12" Out05/10/11Joint Repair ClampPowerseal3232 Bell Joint Repair Clamp4" to 30"Plastic Meter Box w/Composite LidDFW Plastics Inc.DFW37C-12-1EPAF FTWPlastic Meter Box w/Composite LidDFW Plastics Inc.DFW39C-12-1EPAF FTW08/30/06Plastic Meter Box w/Composite LidDFW Plastics Inc.DFW65C-14-1EPAF FTWClass "A"Concrete Meter BoxBass & HaysCMB37-B12 1118 LID-9Concrete Meter BoxBass & HaysCMB-18-Dual 1416 LID-9Concrete Meter BoxBass & HaysCMB65-B65 1527 LID-9* From Original Standard Products ListClick to Return to the Table of Content25Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13)* From Original Standard Products ListClick to Return to the Table of Content26Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Combination Air Release 33-31-70 (01/08/13)*E1-11 Combination Air Release ValveGA Industries, Inc.Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 240 - float, ASTM A 307 - Cover Bolts1" & 2"*E1-11 Combination Air Release ValveMultiplex Manufacturing Co.Crispin Air and Vacuum Valves, Model No. 1/2", 1" & 2"*E1-11 Combination Air Release ValveValve and Primer Corp.APCO #143C, #145C and #147C1", 2" & 3"* From Original Standard Products ListClick to Return to the Table of Content27Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Dry Barrel Fire Hydrants 33-12-40 (01/15/14)10/01/87 E-1-12 Dry Barrel Fire HydrantAmerican-Darling ValveDrawing Nos. 90-18608, 94-18560AWWA C-50203/31/88 E-1-12 Dry Barrel Fire HydrantAmerican Darling ValveShop Drawing No. 94-18791 AWWA C-50209/30/87 E-1-12 Dry Barrel Fire HydrantClow CorporationShop Drawing No. D-19895AWWA C-50201/12/93 E-1-12 Dry Barrel Fire HydrantAmerican AVK CompanyModel 2700AWWA C-50208/24/88 E-1-12 Dry Barrel Fire HydrantClow CorporationDrawings D20435, D20436, B20506AWWA C-502E-1-12 Dry Barrel Fire HydrantITT Kennedy ValveShop Drawing No. D-80783FWAWWA C-50209/24/87 E-1-12 Dry Barrel Fire HydrantM&H Valve CompanyShop Drawing No. 13476AWWA C-50210/14/87 E-1-12 Dry Barrel Fire HydrantMueller CompanyShop Drawings No. 6461 A-423 CenturionAWWA C-50201/15/88E1-12 Dry Barrel Fire HydrantMueller CompanyShop Drawing FH-12A-423 Super Centurion 200AWWA C-50210/09/87 E-1-12 Dry Barrel Fire HydrantU.S. Pipe & FoundryShop Drawing No. 960250AWWA C-50209/16/87 E-1-12 Dry Barrel Fire HydrantWaterous CompanyShop Drawing No. SK740803AWWA C-50208/12/16 33-12-40 Dry Barrel Fire HydrantEJ (East Jordan Iron Works)WaterMaster 5CD250* From Original Standard Products ListClick to Return to the Table of Content28Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Meters02/05/93 E101-5 Detector Check MeterAmes CompanyModel 1000 Detector Check ValveAWWA C5504" - 10"08/05/04Magnetic Drive Vertical TurbineHerseyMagnetic Drive VerticalAWWA C701, Class 13/4" - 6"* From Original Standard Products ListClick to Return to the Table of Content29Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13)01/18/18 33-11-12 PVC Pressure PipeVinyltech PVC PipeAWWA C900, AWWA C605, ASTM D17844"-12"3/19/2018 33 11 12 PVC Pressure PipePipelife Jet StreamDR14AWWA C9004"-12"3/19/2018 33 11 12 PVC Pressure PipePipelife Jet StreamDR18AWWA C90016"-24"5/25/2018 33 11 12 PVC Pressure PipeDiamond Plastics CorporationDR 14AWWA C9004"-12"5/25/2018 33 11 12 PVC Pressure PipeDiamond Plastics CorporationTrans 21, DR 14, DR 18AWWA C90016"-24"12/6/2018 33 11 12 PVC Pressure PipeJ-M Manifacturing Co., Inc d/b/a JM EagleDR 14"Blue Brute"AWWA C900-16UL 1285ANSI/NSF 61FM 16124"-12"12/6/2018 33 11 12 PVC Pressure PipeJ-M Manifacturing Co., Inc d/b/a JM EagleDR 18"Blue Brute"AWWA C900-16UL 1285ANSI/NSF 61FM 161216"-24"9/6/2019 33 11 12 PVC Pressure PipeUnderground Solutions Inc.DR14 Fusible PVCAWWA C9004" - 8"9/6/2019 33 11 12 PVC Pressure PipeNAPCODR18AWWA C90016" - 24"9/6/2019 33 11 12 PVC Pressure PipeNAPCODR14AWWA C9004"- 12"9/6/2019 33 11 12 PVC Pressure PipeSanderson Pipe Corp.DR14AWWA C9004"- 12"* From Original Standard Products ListClick to Return to the Table of Content30Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/Valves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13)07/23/92E1-07 Ductile Iron FittingsStar Pipe Products, Inc.Mechanical Joint FittingsAWWA C153 & C110*E1-07 Ductile Iron FittingsGriffin Pipe Products, Co.Mechanical Joint FittingsAWWA C 110*E1-07 Ductile Iron FittingsMcWane/Tyler Pipe/ Union Utilities DivisionMechanical Joint Fittings, SSB Class 350AWWA C 153, C 110, C 11108/11/98E1-07 Ductile Iron FittingsSigma, Co.Mechanical Joint Fittings, SSB Class 351AWWA C 153, C 110, C 11202/26/14E1-07 MJ FittingsAccucastClass 350 C-153 MJ FittingsAWWA C1534"-12"05/14/98E1-07 Ductile Iron Joint RestraintsFord Meter Box Co./Uni-FlangeUni-Flange Series 1400 AWWA C111/C1534" to 36"05/14/98E1-24 PVC Joint RestraintsFord Meter Box Co./Uni-FlangeUni-Flange Series 1500 Circle-LockAWWA C111/C1534" to 24" 11/09/04E1-07 Ductile Iron Joint RestraintsOne Bolt, Inc.One Bolt Restrained Joint FittingAWWA C111/C116/C1534" to 12"02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint RestraintEBAA Iron, Inc.Megalug Series 1100 (for DI Pipe)AWWA C111/C116/C1534" to 42"02/29/12 33-11-11 PVC Pipe Mechanical Joint RestraintEBAA Iron, Inc.Megalug Series 2000 (for PVC Pipe)AWWA C111/C116/C1534" to 24"08/05/04E1-07 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLC4 - SLC10AWWA C111/C1534" to 10"03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLCS4 - SLCS12AWWA C111/C1534" to 12"08/05/04E1-07 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLCEAWWA C111/C15312" to 24"08/10/98E1-07 MJ Fittings(DIP)Sigma, Co.Sigma One-Lok SLDEAWWA C1534" - 24"10/12/10E1-24 Interior Restrained Joint SystemS & B Techncial ProductsBulldog System ( Diamond Lok 21 & JM Eagle ASTM F-16244" to 12"08/16/06E1-07 Mechanical Joint FittingsSIP Industries(Serampore)Mechanical Joint FittingsAWWA C1534" to 24"11/07/16 33-11-11 Mechanical Joint Retainer GlandsStar Pipe Products, Inc.PVC Stargrip Series 4000ASTM A536 AWWA C11111/07/16 33-11-11 Mechanical Joint Retainer GlandsStar Pipe Products, Inc.DIP Stargrip Series 3000ASTM A536 AWWA C11103/19/18 33-11-11 Mechanical Joint Retainer GlandsSIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Black For DIPASTM A536 AWWA C1113"-48"03/19/18 33-11-11 Mechanical Joint Retainer GlandsSIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Red for C900 DR14 PVC PipeASTM A536 AWWA C1114"-12"03/19/18 33-11-11 Mechanical Joint Retainer GlandsSIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Red for C900 DR18 PVC PipeASTM A536 AWWA C11116"-24"* From Original Standard Products ListClick to Return to the Table of Content31Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15)Resilient Wedged Gate Valve w/no GearsAmerican Flow ControlSeries 2500 Drawing # 94-2024716"12/13/02Resilient Wedge Gate ValveAmerican Flow ControlSeries 2530 and Series 2536AWWA C51530" and 36"08/31/99Resilient Wedge Gate ValveAmerican Flow ControlSeries 2520 & 2524 (SD 94-20255)AWWA C51520" and 24"05/18/99Resilient Wedge Gate ValveAmerican Flow ControlSeries 2516 (SD 94-20247)AWWA C51516"10/24/00E1-26 Resilient Wedge Gate ValveAmerican Flow ControlSeries 2500 (Ductile Iron)AWWA C5154" to 12"08/05/04Resilient Wedge Gate ValveAmerican Flow Control42" and 48" AFC 2500AWWA C51542" and 48"05/23/91E1-26 Resilient Wedge Gate ValveAmerican AVK CompanyAmerican AVK Resilient Seaded GVAWWA C5094" to 12"01/24/02E1-26 Resilient Wedge Gate ValveAmerican AVK Company20" and smaller*E1-26 Resilient Seated Gate ValveKennedy4" - 12"*E1-26 Resilient Seated Gate ValveM&H4" - 12"*E1-26 Resilient Seated Gate ValveMueller Co.4" - 12"11/08/99Resilient Wedge Gate Valve Mueller Co.Series A2361 (SD 6647)AWWA C51516"01/23/03Resilient Wedge Gate ValveMueller Co.Series A2360 for 18"-24" (SD 6709)AWWA C51524" and smaller05/13/05Resilient Wedge Gate ValveMueller Co.Mueller 30" & 36", C-515AWWA C51530" and 36"01/31/06Resilient Wedge Gate ValveMueller Co.Mueller 42" & 48", C-515AWWA C51542" and 48"01/28/88E1-26 Resilient Wedge Gate ValveClow Valve Co.AWWA C5094" - 12"10/04/94Resilient Wedge Gate ValveClow Valve Co.16" RS GV (SD D-20995)AWWA C51516"11/08/99E1-26 Resilient Wedge Gate ValveClow Valve Co.Clow RW Valve (SD D-21652)AWWA C51524" and smaller11/29/04Resilient Wedge Gate Valve Clow Valve Co.Clow 30" & 36" C-515AWWA C51530" and 36" (Note 3)11/30/12Resilient Wedge Gate ValveClow Valve Co.Clow Valve Model 2638AWWA C51524" to 48" (Note 3)05/08/91E1-26 Resilient Seated Gate ValveStockham Valves & FittingsAWWA C 509, ANSI 420 - stem, ASTM A 276 Type 304 - Bolts & nuts4" - 12"*E1-26 Resilient Seated Gate ValveU.S. Pipe and Foundry Co.Metroseal 250, requirements SPL #743" to 16"10/26/16 33-12-20 Resilient Seated Gate ValveEJ (East Jordan Iron Works)EJ FlowMaster Gate Valve & Boxes08/24/18Matco Gate Valve Matco-Norca225 MRAWWA/ANSI C115/An21.154" to 16"* From Original Standard Products ListClick to Return to the Table of Content32Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14)*E1-30 Rubber Seated Butterfly ValveHenry Pratt Co.AWWA C-50424"*E1-30 Rubber Seated Butterfly ValveMueller Co.AWWA C-50424"and smaller1/11/99E1-30 Rubber Seated Butterfly ValveDezurik Valves Co.AWWA C-50424" and larger06/12/03E1-30 Valmatic American Butterfly ValveValmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve.AWWA C-504Up to 84" diameter04/06/07E1-30 Rubber Seated Butterfly ValveM&H ValveM&H Style 4500 & 1450 AWWA C-50424" to 48"03/19/18 33 12 21 Rubber Seated Butterfly ValveG. A. Industries (Golden Anderson)AWWA C504 Butterfly ValveAWWA C-50430"-54"* From Original Standard Products ListClick to Return to the Table of Content33Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Polyethylene Encasement 33-11-10 (01/08/13)05/12/05E1-13 Polyethylene EncasmentFlexsol PackagingFulton Enterprises AWWA C1058 mil LLD05/12/05E1-13 Polyethylene EncasmentMountain States Plastics (MSP) and AEP Ind.Standard HardwareAWWA C1058 mil LLD05/12/05E1-13 Polyethylene EncasmentAEP IndustriesBullstrong by Cowtown Bolt & GasketAWWA C1058 mil LLD09/06/19 33-11-11 Polyethylene EncasmentNorthtown Products Inc. PE Encasement fro DIPAWWA C1058 mil LLD* From Original Standard Products ListClick to Return to the Table of Content34Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Sampling Station3/12/96Water Sampling StationWater PlusB20 Water Sampling Station* From Original Standard Products ListClick to Return to the Table of Content35Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Automatic Flusher10/21/20Automated Flushing SystemMueller HydroguardHG6-A-IN-2-BRN-LPRR(Portable) HG2-A-IN--2-PVC-018-LPLG(Permanent)* From Original Standard Products ListClick to Return to the Table of Content36Updated: 10/21/2020