Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 62348-PM1
FORTWORTH. PROJECT MANUAL FOR THE CONSTRUCTION OF WATER, SEWER, AND PAVING CSC No. 62348-PMI INSPIRING TEMPLE OF PRAISE CHURCH IPRC Record No. IPRC24-0128 City Project No. 105621 FID No. 30114-0200431-105621-EO7685 File No. K-3279 X File No. X-28249 Mattie Parker David Cooke Mayor City Manager Chris Harder, P.E. Director, Water Department Lauren Prieur, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth SEPTEMBER 2024 ATTANA 9P ENGINEERING SERVICES TEXAS FIRM F-177B7 8101 Boat Club Road, Suite 240 PMR312 Fort Worth, TX 7 617 9 TRPE Firm No. F-1 7787 travis@ananasioeng.com (682)207-6802 OFFICIAL RECORD The Seal appearing on this document was CITY SECRETARY authorized by Travis N. Attanasio, PE, CFM FT. WORTH, TX on September 28, 2024 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 8 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions Last Revised nn 11 13 r.._.4ff 46irt/-X3&-%§ n� ^v�ranvizviv n00 21T 13--ihi9+ftte4& xst/ a-A&xa n� ^v�rznvizviv nA 1nvTr02,1.2 00 4 4 000 00 42 43 Bid Fef li Proposal Form Unit Price T 05/22/2019 00 43 1 " nn 1nv�r02,1.2 T 40 15 11 px6ders n n 1nvTrvirivi4 0045 12 Prequalification Statement 09/01/2015 001513, Pi n� nv�rv7nvi� 00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014 BttsiaessFi#erpr-ise Goal no17IM20018 00 52 43 Agreement 06/16/2016 00 61 25 9962 43 Certificate of Insurance Per-f�tmmtee Bend 07/01/2011 n' 1vzr3i11.2 z Maintenance Bond ni 13 12ni z 01/31/2012 00 62 19 00 72 00 General Conditions 11/15/2017 00 73 00 Supplementary Conditions 07/01/2011 0073 10 Standard City Conditions of the Construction Contract for Developer 01/10/2013 Awarded Projects Division 01- General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 08/30/2013 01 31 19 n i Preconstruction Meeting 08/30/2013 inmz0 01 32 33 Preconstruction Video 9- i,4 T 08/30/2013 013300 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 5526 Street Use Permit and Modifications to Traffic Control 07/01/2011 0157 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 CITY OF FORT WORTH INSPIRING TEMPLE OFPRIASE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN 105621 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 8 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 02 - Existing Conditions 0241 13 Seleetive Site L\rnJNoft 0241 14 0241 15 RwAftg 1taux•ft4 Division 03 - Concrete 0334 13 0334 16 Gette -efe Base A iTeAe f;,.1 c , T" it»1 Ropr k 03 80 00 Division 26 - Electrical 26 05 00 r,..... ffien Wafk Results for- L'leetrief 1 2605 10 Demelitieft for E1 �&briml C,x3oletm 26 05 33 RGv►iGys "'-'armnm BamesR)r Uccl� 26 05 43 Under-gf attfi3 Duzft axa Race t,, J,_ F_« Efyn mis Division 31- Earthwork 31 1000 Site 'gig 3123 16 T T« , d Prr✓ �utiee 31 2323 31 24 00 Unib,-riloi»its 31 25 00 £+ej�:ac a.�� al 31 36 00 Gabiefts 31 37 00 Division 32 - Exterior Improvements 3201 17 f \eraiaacrM 3201 18 T Zulu a&3Asphak Pa,%»s ic/pf4 32 01 29 ices Rzp-it 32 1123 Flexible Base Gatir-ses 32 1129 Li..»v, TS;x.tea Brie /mil.tw ,. 32 1133 G.._.. em TM ,...* Bttse . atffse- 32 1137 li4ui3 Tnzv1.ze Gu.1 CLal hmf 32 1216 Asphalt Pa-viftg 32 1273 Cmcft Ei✓lants 32 13 13 Gynn,N,,Ntz Nv4xg 32 1320 Cvom tc 0icic Dam�a Fvxv, P_aftllqs 32 1373 Getterete P ing l inters 32 1416 Pni:)C UaitPa-ving 32 16 13 Ci. k a. 32 1723 Pe-;vN\-imt N 4 ff k4 ft gs Date Modified CITY OF FORT WORTH INSPIRING TEMPLE OFPRIASE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN 105621 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 8 3231 13 C4ain Icmxc and, des 3232 3291 3292 13 ;2 934; i-7@ NIuhihiyn1r, pia Gadding, T-fees,._a oi_.ttbs Division 33 3301 30 33-A! Utilities and, Manhz/.c T&Join# 33-03- 40 Bypass Ptnftpittg of Rxk(�A Cvrrx Ci, s 33 04'10 J✓llt Lk11:1iag and V.:Vrixl IcJatieft S SST Cvuv✓.m. Cvatry T"M fhaticma 32�Z Magam.,uti1. 33-04 49 33-A4-49 D". ' es 33 04 50 Gle&ting of Sewer- Maifts Utili Trun:1.�� E-Aec.w&6YI, I✓m • , and Baekfill. 34 05 i-2 Waier Line Low z i 3405 4 F-r-a .,.. Go-..._ ma Gr az; Gast ireII 34 n�0 Frame, Go-vet:ma Gret ,. %xrr, nGompHsife 33-A3-44 AdjttsfinglamhJ✓, Itil.rt , Valve D,.-.,., , to Other- ot..dett_es to Grade 33 05 200 Augc/r D:/fing 22�T 4406-2Z Tttnnr1. litizt Plate Steel Gasittg Pipe 4444 06 -24 2 2 7� fir,, 7,,�,� ..�»�� � ] x �Y GTx.>>.Y� vx TU.mv! L;mx 1'4a+e 330526 22�On Utility ?Aafkefs,'l=oeatofs r ,.,attar of Aitig LLiliti✓ Belts, 7 aftfl Gaskets 4�D flTRTlly !'lhtiii-s 33 11 12 Polyvin-�+UM3,fia: 33 11 13 Goite -efe Press. ffe "ipe, Dar Qy inkif Type �33!! 33 44 7 � 1210 3AWa- Ciniee3 1 inen gels 33- 2 11 22�no I , _ AI TeAef Mete..- Resilient SeatedGme Valve 33 12 21 r„\A--RuLv 6\-.Mxl Butta,%j des 33 42 -27 33 1230 27J'12 40 33 42 �0 to Emisfiftg Wmef Mains Fife llydfants CITY OF FORT WORTH INSPIRING TEMPLE OFPRIASE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN 105621 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 8 33 12 0 � 3 3i i = Eutw. in i-gGx riper ,Gipp) 22 31. 12 � 333120 it,- D-mitai3 ape 33 44 fVp-hlyl Cl Izfi&- 211 saftit—afy se--, t);s : ant 33 31 60saftitffizy sewx cvjA,�x x.\- sxvfie 333140 33-39 49 33-39 219 Gaffil-i.Iiati✓i .it-V-e�✓r tl:iiitaiy Ltriur P,&�� Gem it nlaee Ge fte.ete Manholes n..,.eftst Gett r-et , r a....t,..le 333930 393O 3 3 3n cn �o 333960 Rpo3ey 16inef fi riitafy-Sev�vr Chtru:r#tffes 44 41 49 Reittf. r-ee.1 Ge ft.fet &onn 0cwwcr I1pc'Gttivei4s e-(HP E) r;px au» 33 11 121 UTE) Pipe 334600 00 44 'T'24 Dab -ruinr ge 46!1''1�'�2 44 49 49 Tr-ett.1. Omit ,. Gast :_, Plae,. r,rwnbolco and lunc :..rry t Boxes 33 49 20 Gttfb a-n3 Prr:tp- Inl-bs 32� Stzwm P/min Division 34 2 ^�-4z- 10 Transportation Tfa€fiz C/.gnals 3441 10.01 « n Gent .ollef Gelb te 4A ^�0-2 2k4ftehffie rtBCeiitic4lu: Optl6e 13 34 44 1 9.04 34^4 ! 1 izalpvra -Y�-&&, �?i11113 ?i1 11 15 Ila4 34 44 46 34-44 -2A " lwa,� 4 A ^�01 7hl7hu��»a Ai4efid LED r � 3444 20.02 u,- Lraminaifes 3 444 20.03 Residefffial 1 Ili,.&V'%'fty-L-ummairc:i 2 ^� A6minum Grg:ls 3471 13 Traffic Control CITY OF FORT WORTH INSPIRING TEMPLE OFPRIASE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN 105621 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 8 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:Happs.fortworthtexas.gov/ProiectResources/ Division 02 - Existing Conditions Last Revised 7afnalitieft i214010241 14 an donmen+ 1 ^ 120,1iviz I vrnn n T1 1 zc 02 invrrviiiwiv-r� 1?B�iii� It»1J'ill 0334 Gatttf ailed Law Stfength /"�e fter-ete Base T iTeAetia 93�4�F ,rr TIu1:J.�1 ll✓ �>z '1 L�Pet"olitieft Mb'1:1a.1 Gjx3oleiiis rzrrvravzz -260544 RG z�vrm .Bo3tes12A20,42042 CL1:11mU.`,K1l^A,."" Multi Dttef Gandai vzrzvrrvzv Division 31- Earthwork 31 4000 r- 3123'T6 vr2arzm� 3123-z3 Beffe ` GIA28A2043 3124 08 n1 A^vi,28A20i3. 31 25 00 Erosion and Sediment Control 12/20/2012 3,�y Ge2biatts 121'11Z7' 2042 3 i�no Ripr-ft-p 11 irc1-rvrivii Division 32 - Exterior Improvements 2'17Z07- 17 1 Il,�rrliari:;It�'ilib 11✓,�,ir 1 � �L2n12n>2z 3204 18 Puvi1 L2n12n12 rl� �>z 3-2 171 irc190,12042 32 11 23 Ba: e Wires ,2�42 �9 Ill;, Bay-attrses 42Q0,12042 E2iiiGlt T IV, t:`. 1.� rLraorrmz 32 44 37 I=iqtti Trv-:t. M Ci✓.1 08A24,12045 3n�coAsphft4 Pwvittg 1-2/'l Z 31 3 1-2A20,12042 32 13 13 Concrete Paving 12/20/2012 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018 CITY OF FORT WORTH INSPIRING TEMPLE OFPRIASE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN 105621 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 8 32 1373 Concrete Paving Joint Sealants 12/20/2012 1 21 Lr,�, n�Z 32 14 16 32 1613 ^ Concrete Curb and Gutters and Valley Gutters 10/05/2016 , Lr11, �_ ; 32 ;:7 26 Gufb-Adih-&sG Pig T7'2ZT-20 4 1 1 nsin�3 32 3; 26 �� Wife F-,.ftees _ a G eAes r �L� . ���`v af�dg , 2 ins, n�i 12 �n9'0 rzQ /_2i 2 ;2 32 4; Gast it rl...., C/J.1NYvV Ra-e� 06,106,1204-9 3291 19 Topsoil Placement and Finishing of Parkways 12/20/2012 3292 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 l 04!1 34 333 04 11 ilg G trl4`iY, Cry4emts (V........sief Gent Test c4.. ieft. rzrsvravzz 1 2l �'l Z 12li'lzz40,120iz 3304 12 44 04-49 44 04 9 o Tcrnparai 1 �l1 40,120ii 04104,42944 021nvrrvv2vi3. 44 0460 3305 10 '��i C=1e&tiftg of Sewer- Maim Utility Trench Excavation, Embedment, and Backfll 3T7..4_.. r r 12AN Z 12/12/2016 12L2 4 _..._ _ .. _____ Frame, G=ey._ ..wa C1:t1& Rut y nl �^vr22,12046 4406 14 2 2 6 jUk.Ag � " t ;7 Goa Nye File C,......_.ete TT 7„ er- T J....l is 12 A�42 12A20,12 � 14 4 4 0TL9 33 nc 2 �� 22�i i afte_ete Gall. _s Tur1r1J lire ,.,. r_ n_ 12 inm rvrrvii 1 2 /'11Z7's. 7 2 12AN,12n/ 2 Tr2vrrrrrr 17A20,12042 474 0TL7 _ Steel fig� wxe TCI.``miftg 1 71 �^rr 20A20zi 2 2� 44 06 -24 1"st,ll. iat lCC+o„. - 1 T 1'f •' lfikiYYCi1� P • �Y .�lll� ✓I TUL� � � 1�� � TLI C'G 06/1 3 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 44 06 ......1 C'�,.,.L,.a,. �a��, r1t�t�, n11 12A20A2ter= 33 11 10 Ductile Iron Pipe 12/20/2012 33 11 11 Ductile Iron Fittings 12/20/2012 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018 33 11 13 33 11 14 D....:e Oa,.,.l P I�.; �rla r� 42A20,12044 1.,/11 Z 33 12 10 Water Services 1-inch to 2-inch r TT T„Aef 11 02/14/2017 12Q 33 42 11 33 1220 .. _ iT_ter-s Resilient Seated Gate Valve 2 12/20/2012 �-rczr 33 422 �r�W�1 �:1�V'/:' �/✓ 12A20Vlnl^, �-svrzv�z 33 1225 Connection to Existing Water Mains 02/06/2013 CITY OF FORT WORTH INSPIRING TEMPLE OFPRIASE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 7 of 8 .11atl✓1 Air ;44-veArsmm'.1:iG rcrr.•vrzvzz 3 1240 FvII) 01,10; 2044 1 42I2n1-n,2 a��p�;, .�t�ala �rz 1260 Stetndard Blow efF Valve AssewN nc149,42014 cal.,« 111 �., rlp� , r2r20120r2 33 3 i i3 I`)- C\-,V V fs , 2 A^rcrrvr2v i 2 3 3 i , c 42Q9,,-2n, n �� High L\;r� :�1` tl:llltalje� rrr=vrrvr= 33-34 20 Palyyif�yl 064 4 33-34 21 Palyyi"! ✓.-y Cirn--f , 21 1ZT/2042 Ripe 73 3T2= UsalkaY lleiiV ou' Lming 12T20I2072 a:);,ocn-omt rrravrrvzz 33- r 3439 ��1J ai �/✓���X, ✓.:�� v�vrsvz� 33 3i 40 G`rn'.11atl✓1. Lr Iurx 1\i&itis rrrrvr�arr rry C/m1Jr.%v Memhalesrrrrvrsvzz 33 39 20 Precast Concrete Manholes 12/20/2012 33-39-49 Fibefg4ftss Mmhales 42,L29,4294-2 33 39 60 Epoxy Liners for Sanitary Sewer Structures 12/20/2012 �v G e%✓rP11 L/-mv 070Tr204T 33 ! „ r 42AN,42n, -2 .,., � � � LZ� 1 Da»��L�)��. �.., .� ���, ter= 33 1 i t G=1 � nPipe, ,, n3 rirrrivi� 444600 o f l , n izzr2vrc0iz .:A\. Va:/rr11 L\m1t1B 070Tr204T 22�z 04in, 294 %Er1".1 Prralrls mTv�r4zT 3349 10 Gast it Place T a,._.t.. les e &], Im.\ \6eff44&xt� , 2 izr�ii 33 nn -n Gufb aftd a 42Q9,4204- �v �1�� �S: tiG rrrrvraviz ;env 4IL, dZ�,,l 1V4ffgwa46 n' 1nmwir204 4 Division 34 - Transportation n n�nv1 2 rtttrelffien+A Ga"ttaller-GeA3i"ei , ^ "rr14 8,12v 4� ^�-44-10.02 A tackini✓-It 021120i2 ; 4 41 10.0; Attackiniz& t n,�2 ;-44-11 1,' �^rirrii204 ;-n-i� »11(� t :X/: , , Ari 22,120 4 3 ;4 41 16 „ i22120 te3 �I�:rtcrian I Ij � r, nano 1 �f��e�)- I1lurnin�i�s�rnU.i✓ , 2 2n ter2n, = ;n nevi �„�,��,� , r n r ncnci204 r•iiTCS2Cia �',� � ff)' �1.1:Zti.'�t��3 vrnr�rzm4 ; n 44 2n 02 06A, ,12015 �vr I'1�.�.�)" I%� Ii�ai�'Wla� Lttrninz'iifeB vvrr�rrm� �4 41 20.03 ,12015 v3 � gc2"J..`I::1t1G1 LED llal�•vlay Lurninairc$ 06� 3 neon Alufflitittm sigfig, , i,4 3 n 41 cn 02A26,12046 7�'�1 ✓v C/.n jl:, � 3471 13 Traffic Control 11/22/2013 CITY OF FORT WORTH INSPIRING TEMPLE OFPRIASE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN 105621 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Appendix Page 8 of 8 GC-4.02 Subsurface and Physical Conditions and Geotech Report GR-01 60 00 Product Requirements (Required for all Water and Sewer projects) END OF SECTION CITY OF FORT WORTH INSPIRING TEMPLE OFPRIASE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised March 20, 2020 UTILITY CONTRACTOR TROPHY CONSTRUCTION SERVICES LLC SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Unit of Bid Unit Price Bid Value N( I Section No. Measure I Quantity UNIT I: WATER IMPROVEMENTS 1 3311.0001 Ductile Iron Water Fittings w/ Restraint 33 1111 TON 0.2 $13,780.00 $2,756.00 2 3311.0161 6" PVC Water Pipe 33 1112 LF 80 $39.83 $3,186.40 3 3312.2003 1" Water Service Domestic 33 12 10 EA 1 $1,641.00 $1,641.00 4 3312.2103 1 1/2" Water Service Irrigation 33 12 10 EA 1 $2,213.00 $2,213.00 5 3312.3003 8" Gate Valve 33 12 20 EA 1 $4,361.00 $4,361.00 6 3312.3002 6" Gate Valve 33 12 20 EA 1 $3,225.00 $3,225.00 7 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 1 $3,675.00 $3,675.00 8 3305.0109 Trench Safety 33 05 01 LF 80 $1.50 $120.00 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 TOTAL UNIT I: WATER IMPROVEMENTS $21,177.401 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidbst Item Description Specification I Unit of Bid Quantity Unit Price Bid Value No. Section No. Measure UNIT II: SANITARY S WER IMPROVEMENTSS 1 3301.0002 Past -CCTV Inspection 33 05 10 F 1106 $1.95 $2,156. 2 3305.0109 Trench Safety 33 05 10 LF 1106 $2.25 $2,488. 3 3331.4101 4" Sewer Service 33 1110, 33 3120 EA 1 $550.00 $550. 4 3331.4108 8" Sewer Pipe 33 1110, 33 3112 LF 1106 $68.16 $75,384. 5 3339.0001 Epoxy Manhole Liner 33 39 60 VF 19 $535.00 $10,165. 6 3339.1001 4' Manhole 33 39 20 EA 4 $8,175.00 $32,700. 7 3339.1002 4' Drop Manhole Pre -Cast 33 39 20 EA 1 $15,470.00 $15,470. 8 9999.0006 CLSM Encasement @ Crossing 99 99 99 LF 20 $50.08 $1,001. 9 9999.0007 Sanitary Sewer Fittings 99 99 99 LF 1414 $3.25 $4,595. 10 9999.0008 Core Connect to Exist SS MH 99 99 99 EA 2 $2,006.00 $4,012. 11 9999.0008 Adjust Exist SS MH CO 99 99 99 EA 1 $454.00 $454. 12 9999.0008 Close Out 99 99 99 LS 1 $195.00 $195. 13 3301.0101 Manhole Vacuum Testing 3301 30 EA 5 $498.00 $2,490. 14 3339.1003 4' Extra Depth Manhole 3339.1003 EA 4 $525.00 $2,100. 15 3305.0207 Imported Embedment/Backfill, Select Fill 3305.0207 CY 8 $350.00 $2,800. 16 3305.0202 Imported Embedment/Backfill, CSS 3305.0202 TN 12 $188.00 $2,256. 17 3305.0203 Imported Embedment/Backfill, CLSM 3305.0203 TN 14 $225.00 $3,150. 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS $161,969.26 UNIT PRICE BID Bidlist Item No. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 NO BID 00 42 43 DAP - BID PROPOSAL Page 3 o f 7 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Bidder's Application Project Item Information Description Specification Unit of Bid Section No. Measure Quantity UNIT III: DRAINAGE IMPROVEMENTS TOTAL UNIT III: DRAINAGE IMPROVEMENTS Bidder's Proposal Unit Price I Bid Value CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Forth Version May 22, 2019 00 42 43_Bid Proposal Trophy Construction UNIT PRICE BID Bidlist Item No. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 NO BID 00 42 43 DAP - BID PROPOSAL Page 4 o f 7 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Bidder's Application Project Item Information Description Specification Unit of Bid Section No. Measure Quantity UNIT IV: PAVING IMPROVEMENTS TOTAL UNIT IV: PAVING IMPROVEMENTS Bidder's Proposal Unit Price I Bid Value CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Forth Version May 22, 2019 00 42 43_Bid Proposal Trophy Construction UNIT PRICE BID Bidlist Item No. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 NO BID 00 42 43 DAP - BID PROPOSAL Page 5 o f 7 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Bidder's Application Project Item Information Description Specification Unit of Bid Section No. Measure Quantity UNIT V: STREET LIGHTING IMPROV MENTS TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS Bidder's Proposal Unit Price I Bid Value CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Forth Version May 22, 2019 00 42 43_Bid Proposal Trophy Construction UNIT PRICE BID Bidlist Item No. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 NO BID 00 42 43 DAP - BID PROPOSAL Page 6 o f 7 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Bidder's Application Project Item Information Description Specification Unit of Bid Section No. Measure Quantity UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS TOTAL UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS Bidder's Proposal Unit Price I Bid Value CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Forth Version May 22, 2019 00 42 43_Bid Proposal Trophy Construction UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information 00 42 43 DAP - BID PROPOSAL Page 7 of 7 Bidder's Application Bidder's Proposal Bidlist Item I Specification I Unit of I Bid Description Unit Price No. Section No. Measure Quantity Bid Summary UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS UNIT V: STREET LIGHTING IMPROVEMENTS UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS This Bid is submitted by the entity named below: BIDDER: Trophy Construction Services 236 E. Ellison Street Burleson, Texas 76028 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. Total Construction Bid BY: Wade Allard 1W�8.A&ff t1 TITLE: Vice President DATE: 12/03/2024 Bid Value $21,177.40 1 $161,969.261 1 1 1 183,146.66 E2 days worldng days after the date when the END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal Trophy Construction 00 45 12 DAP PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 4512 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Maior Work .Tyne" box provide the complete maior work tVDe and actual description as provided by the Water .Department -'or water and sewer and TPW for Davin2. Major Work Type Contractor/Subcontractor Company Name Prequalification Exniration Date PUBLIC WATER CONNECTION Trophy Construction Services LLC 04-30-2025 AND PUBLIC SANITARY SEWER EXTENTED AND INSTALLED <.List Work Type Here or Blank> <Company Name Here or Blank> <Date Here or Blank> The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Trophy Construction Services LLC 236 Ellison Street Burleson, Texas 76028 BY: Wade Allard (Signature) TITLE: Vice President DATE: 12/03/24 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOP ER AWARDED PROJECiSResourcesP_30 - New Development Resources Specs and Contract Documents_00 45 12_Prequalificatlon St Form Version September 1, 2015 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S CONDENSATION LAW Page 1 of 1 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. 105621. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage - CONTRACTOR: Trophy Construction Services ____ Company 236 E Ellison St Address Burleson, TX 76028 City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § By: Wade Allard (Please Print) Signature: CtW.rde ADmd Title: Vice President (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared _Wade Allard . known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of `C -, „h t1 COi'1s hN( tip h So�u� � for the purposes and consideration therein e4essM and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this � O day of 20�`','1 V GINGER Fr2ANKLIN A X �Wv�;Zn� Sohnson County —�+a No public, state of Texas Notary u lic in d for he State of Texas �= Comm. Expires 10.2E 2025 " ' 12960864-6 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 Inspiring Temple of Praise Church CPA' 105621 00 5245 - 1 Developu Awetded Pr )a J Agreement Page I of 4 SECTION 00 52 43 THIS AGREEMENT, authorized 12/03/2024 is made by and between the Developer, Inspiring Temple of Praise Church, authorized to do business in Texas ("Developer"), authorized to do business in Texas, acting by and Trophy Construction Services, LLC through its duly authorized representative, ("Contractor').Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Woik under the Contract Documents may be the whole or only a part is generally described as follows: Inspirinq Temple of Praise Church- Events Center Citv Project Number #105621 Article 3. CONTRACT TIME 3.1 Time is of the essence. All time limits for Milestones, if any, and Final Acceptance as stated in the Contract Documents ar e of Die essence to this Contract. 3.2 Final Acceptance. The Work will be complete for Final after the _date when the Conti act Time Paragraph 1204 of the Standard City for Developer Awarded Projects. 3.3 Liquidated damages Acceptance within 12working days the commences to run as provided in Conditions of the Construction Contract 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 regmring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay Developer Zero Dollars $00.00 for each day that expires after the time specified in Paragraph 3.2 for FinalAcceptance until the City issues the Final Letter of Acceptance. Article 4. CONTRACT PRICE Developer agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount in current funds of One Hundred E' -Three Thousand. One Hundred Forty -Six Dollars and .66 Cents, (5183,11F66) CH VOF FORT WORTH In.ryu G, Tv,1, of STANDARD CONS TRUCTION SPECI PICATION DOCU MEN "Is— DEVELOPER AWARDED PROJECT A."Chrurh CAN CPN9105621 0105621 Rt om d Join, 16,2016 005243-2 Developer Awarded Project Agreement Page 2 of 4 Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A.The Contract Documents which comprise the entire agreement between Developer and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Biel Form (As provided by Developer) I ) 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 Affidavit h. MBE and/or SBE Commitment Form (If required) 3. Standard City General Conditions of the Construction Contract for Developer Awarded Projects. 4. Supplementary Conditions. S. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 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 Inspiring Temple of Praise STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS Church CPN 105621 ChV A 105621 Revised June 16, 2016 005243-3 Developer Awarded Project Agreement Page 3 of 4 Article 6. INDEMNIFICATION 6.1 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. 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically 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. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement are defined in Article 1 of the Standari City Conditions of the Construction Contract for Developer Awarded Projects. T2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the Developer. 7.3 Successors and Assigns. Developer and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemel stricken, and all remaining provisions shall continue to be valid and binding upon DEVELOPER and CONTRACTOR. 7.5 Governing Law and Venue. This Agreement, including all of the Contact Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. 7.6 Authority to Sign. CITY OF FORT WORTH Inspiring Temple of STANDA RD CONSTRUCT[ON SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Praise Chin-ch CPN 4105621 CPN # 105621 Revised June 10, 2016 005243-4 Developer Awarded Project Agreement Page 4 of 4 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 Pal -ties ("Effective Date"). Contractor: Developer: Trophy Construction Services, LLC Ins irin le of Prai Church 4— BY��t )� B (Signa( (Siarlatu Wade Allard (Printed Name) Title: Vice President Company Name: Trophy Construction Address: LLC 236 E. Ellison St City/State/Zip: Burleson, TX 76028 12/03/2024 Date Reginald D. Jordan (Printed Name) Title: Bishop Company name: Inspiring Temple of Praise Church Address: 1000 Cooks Lane City/State/Zip: , Fort Worth Texas 76131 12/03/2024 Date CITY OF FORT WORTH Inspiring Temple of STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Praise Church CPN 4105621 CPAr 4 105621 Revised June 16, 2016 PAVING CONTRACTOR RELIABLE PAVING, INC. UNIT PRICE BID Bidlist Item No. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 NO BID 00 42 43 DAP - BID PROPOSAL Page 1 oF7 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Bidder's Application Project Item Information Description Specification Unit of Bid Section No. Measure Quantity UNIT I: WATER JMPROVEMENTS TOTAL UNIT I: WATER IMPROVEMENTS Bidder's Proposal Unit Price I Bid Value CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Forth Version May 22, 2019 00 42 43_Bid Proposal Reliable UNIT PRICE BID Bidlist Item No. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 NO BID 00 42 43 DAP - BID PROPOSAL Page 2 of 7 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Bidder's Application Project Item Information Description Specification Unit of Bid Section No. Measure Quantity UNIT II: SANITARY SEWER IMPROV MENTS TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS Bidder's Proposal Unit Price I Bid Value CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Forth Version May 22, 2019 00 42 43_Bid Proposal Reliable UNIT PRICE BID Bidlist Item No. 1 2 3 NO BID 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 00 42 43 DAP - BID PROPOSAL Page 3 o f 7 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Bidder's Application Project Item Information Description Specification Unit of Bid Section No. Measure Quantity UNIT III: DRAINAGE IMPROVEMENTS TOTAL UNIT III: DRAINAGE IMPROVEMENTS Bidder's Proposal Unit Price I Bid Value CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Forth Version May 22, 2019 00 42 43_Bid Proposal Reliable UNIT PRICE BID Bidlist Item No. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information Specification Unit of Description Section No. Measure UNIT IV: PAVING IMPROVEMENTS 0241.1000 Remove & Haul off 8" Concrete Pavement 0241 15 SY 0241.1000 Remove 12" Wide Strip Concrete Pvmt 0241 15 SY 3213.0106 Concrete Pvmt 32 13 13 SY 3216.0102 11" Concrete Lavdown Curb (Monolithic) 32 16 13 LF 9999.0001 Redwood Expansion Joints w/Sealant 99 99 99 LS 9999.0002 Backfill Behind Curb 99 99 99 LS 3213.0501 Barrier Free Ramp. Tvne R-1 99 99 99 EA 3292.0101 Utilitv Service Surface Restoration Soddina 99 99 99 SY 3213.0301 4" Concrete Sidewalks 32 13 03 SY 3471.0001 Traffic Control 3471 00 Month Note: Driveways are existing and not included in cost Note: Lime Stabilization not required. See Construction Plan Set Paqe 11 00 42 43 DAP - BID PROPOSAL Page 4 o f 7 Bidder's Application Bid Quantity 1903 212 1865 1100 1 1 2 90 230 2 TOTAL UNIT IV: PAVING IMPROVEMENTS Bidder's Proposal Unit Price I Bid Value $27.52 $29.15 $95.70 $7.99 $4.550.00 $4.800.00 $2,300.00 $14.00 $90.00 $5,000.00 1 $52,370.56 1 $6,179.80 1 $178.480.50 $8,789.00 $4,550.001 $4.800.00 1 $4.600.001 m gRn nn $20,700.00 $10,000.001 $291,729.86 1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Forth Version May 22, 2019 00 42 43_Bid Proposal Reliable UNIT PRICE BID Bidlist Item No. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 NO BID 00 42 43 DAP - BID PROPOSAL Page 5 o f 7 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Bidder's Application Project Item Information Description Specification Unit of Bid Section No. Measure Quantity UNIT V: STREET LIGHTING IMPROV MENTS TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS Bidder's Proposal Unit Price I Bid Value CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Forth Version May 22, 2019 00 42 43_Bid Proposal Reliable UNIT PRICE BID Bidlist Item No. SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM PWea Item Information Description 00 32 43 DAP • BID PROPOSAL Page 7 or 9 Bidder's Application Bidders Proposal Specification Unttof Bid r Section No. I Measure I Quantity Unit Price Bid Value Bid 5urnmary UNIT ill: DRAINAGE IMPROVEMENTS UNIT IV' PAVING IMPROVEMENTS $291,729.86 UNIT V: STREET LIGHTING IMPROVEMENTS UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS This Bid issubmitted by the entity named below: BIDDER: Rekatrk Paving, Inc. 1903 N. Peyco Arlington. Texas 76MI Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. Total Construction Bid, $291,729.86, BY. Charles I Long TITLE: CEO DATE: 30-Sept v END OF SECTION CITYOi FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS • DEVELOPER A WAR DE D PROJECTS room V03wn May 21 2019 25 worling days after the date when the Copyor OD 42 43_Bid Paoposd Rel4Nt Re.wd 0045 12 DAP PREQUALIFICATION STATEMENT Page I of I SECTION 00 45 12 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed..In the "Major Work Typ :Lb"prouide the comp j r work type and nrtiial descrip inn c pmNi ed by the Water Denartment for water and sewer and TPW for navine. Major Work Type Contractor/Subcontractor Company Name Concrete Street Paving Repair Reliable Paving, Inc. Traff ice Control Management <List Work Type Here or Blank> Reliable Paving, Inc. <Company Name Here or Blank> Prequalification Expiration Date 08-22-2025 08-22-2025 <Date Here or Blank> The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Reliable Paving, Inc 1903 N. Peyco Dr. Arlington, Texas 76001 By: Charles M Long ignature) TITLE: CEO Date: October 21, 2024 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTSResourcesP_30 - New Development Resources_Specsand Contract Documents _0045 12_Prequalificatioi Form Version September 1, 2015 2 3 4 5 6 7 8 9 10 II 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 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of 1 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. 105621. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Reliable Paving, Inc By: Charles M Lone Company Print) (Please Arlineton. TX. 76001 Title: CEO City/State/Zip (Please Print) THE STATE OF TEXAS § COUNTY OFTARRANT § M�ut,, ME, the undersigned authority, on this day personally appeared M - L-0►1 n- . known to me to be the person whose name is subscribed to the fore oing instrument, and acknowledged to me that he/she executed the same as the act and deed of e-A r'"L. ?I cr u -, i,1F for the purposes and consideration therein expressed and in the caocity therein stated. tk GIVEN UNDER MY HAND AND SEAL OF OFFICE this ----- 2,`day of 37:., l y , 20,1. C CALEB ANDREW BADGLEY Notary ID #134393351 My Commission Expires June 6, 2027 Notary Public in and for the State of Texas END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 Inspiring Temple of Praise Church CPN 105621 005263-I Developer Av udeJPmJect Agreement Page I or4 SECTION 00 52 43 THIS AGREEMENT, authorized 09/30/2024 is made by and between the Developer. Inspiring Temple of Praise Church, authorized to do business in Texas ("Developer"), authorized to do business in Texas, acting by and Reliable Paving Inc. through its duly authorized representative, ("Contractor').Developer and Contractor. in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows. Insoirino TemDle of Praise Church- Events Center City Project Number#105621 Article 3. CONTRACT TIME 3.1 Time is of the essence. All time limits for Milestones, if any, and Final Acceptance as stated in the Contract Documents are of the essence to this Contract. 3.2 Final Acceptance. The Work will be complete for Final Acceptance within 25 working days the after the date when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard City Conditions of the Construction Contract for Developer Awarded Proj ects. 33 Liquidated damages 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 (200.00) for each day that expires after the time specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. Article 4. CONTRACT PRICE Developer agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount in current funds of Two Hundred Nine j� ne Thousand. Seven Hundred Twenty -Nine Dnllara and.Rfi Cent¢. 1129 i 9_RM CITYOFFORTWORTH 11p"M TeMpk l STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECT Prmse Clmch CPN CPN.IN621 9105621 Revered June 16, 2016 005243-2 Developer Awarded Project Agreement Page 2 of 4 Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A.The Contract Documents which comprise the entire agreement between Developer and Contractor concerning the Work consist of the following: I. This Agreement. 2. Attachments to this Agreement: a. Bid Form (As provided by Developer) I ) 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 Affidavit h. MBE and/or SBE Commitment Form (If required) 3. Standard City General Conditions of the Construction Awarded Projects. 4. Supplementary Conditions. Contract for Developer 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 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 WORT€ -I Inspiring Temple of Praise STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS Chmwch CPN 105621 CPN 4105621 Revises] June 16, 2016 005243-3 Develoncr Awarded Project Agreement Pace 3 of 4 Article 6. INDEMNIFICATION 6.1 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 he 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. 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically 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 Dart, by any act, omission or negligence of the city. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of the Construction Contract for Developer Awarded Projects. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the Developer. 7.3 Successors and Assigns. Developer and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and bidding upon DEVELOPER and CONTRACTOR. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division, 7.6 Authority to Sign, CITY OF FORT WORTH Inspiring Temple of STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Praise Church CPN 9105621 CPN R 105621 Revised June 16, 2016 005243-4 Devcioper Awarded Project Agreement Page 4 of 4 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: Reliable Paving Inc. By: (Sign ure) Charles M. Long (Printed Name) Title: CEO Company Name: Reliable Paving Inc. Address: 1903 N. Peyco City/State/Zip: Arlington, TX 76001 09/30/2024 Date Developer: Inspinq&T=zle of Paisp Church Jr - B Si atu Reginald D. Jordan (Printed Name) Title: Bishop Company name: Inspiring Temple of Praise Church Address: I000 Cooks Lane City/StatelZip: . Fort Worth Texas 76 13 1 09/30/2024 Date CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105621 Revised June 16.2016 Inspiring Temple of Praise Church CPN# J05621 0062 13- 1 PERFORMANCE BOND Page I of 2 1 SECTION 00 62 13 2 PERFORMANCE BOND 3 BOND # 4476807 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Trophy Construction Services LLC , known as 8 "Principal" herein and SureTec Insurance Company , a corporate 9 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, 11 Inspiring Temple of Praise Churphuthorized to do business in Texas ("Developer") and the City of Fort 12 Worth, a Texas municipal corporation ("City"), in the penal sum of, 13 One Hundred Eighty-three Thousand One Hundred Forty-six & 66l100 Dollars ( $183,146.66 ), 14 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the 15 payment of which sum well and truly to be made jointly unto the Developer and the City as dual 16 obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly 17 and severally, firmly by these presents. 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth by and through a Community Facilities 20 Agreement, CFA Number 24-0081 ; and 21 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 22 the 25th day of November , 24 , which Contract is hereby referred to and made a 23 part hereof for all -purposes as if fully set forth herein, to furnish all materials, equipment labor 24 and other accessories defined by law, in the prosecution of the Work, including any Change 25 Orders, as provided for in said Contract designated as Inspiring Temple of Praise Church Events Center 26 CP # 105621 27 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 28 shall faithfully perform it obligations under the Contract and shall in all respects duly and 29 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 30 specifications, and contract documents therein referred to, and as well during any period of 31 extension of the Contract that may be granted on the part of the Developer and/or City, then this 32 obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 006213-2 PERFORMANCE BOND Page 2 of 2 1 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 2 Tarrant County, Texas 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 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 6 accordance with the provisions of said statue. 7 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 8 this instrument by duly authorized agents and officers on this the 3rd day of 9 December 2024 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 vo ►i►�.,�- Witness as to Principal „A (f , Witness as to urety PRINCIPAL: Trophy Construction Services LLC BY: �Zzv�a-, V,� Signature Name and Title Address: 236 E. Ellison St. Burleson, TX 76028 SURETY: SureTec Insurance Company Signature V Sandra Lee Roney, Attorney -in -Fact%/;•^ Name and Title Address: 2103 CityWest Boulevard, Suite 1300 Houston, TX 77042 Telephone Number: (713) 812-0800 44 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 45 from the by-laws showing that this person has authority to sign such obligation. If 46 Surety's physical address is different from its mailing address, both must be provided. 47 The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 006214-1 PAYMENT BOND Page I of 2 1 SECTION 00 62 14 2 PAYMENT BOND 3 BOND # 4476807 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Trophy Construction Services LLC known as 8 "Principal' herein, and SureTec Insurance Company a 9 corporate surety ( or sureties if more than one), duly authorized to do business in the State of 10 Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the 11 Developer, Inspiring Temple of Praise Church, authorized to do business in Texas "(Developer"), and 12 the City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum 13 of One Hundred Eighty-three Thousand One Hundred Forty-six & 661100 Dollars ( $183,146.66 14 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the 15 payment of which sum well and truly be made jointly unto the Developer and the City as dual 16 obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly 17 and severally, firmly by these presents: 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth, by and through a Community Facilities 20 Agreement, CFA Number 24-0081 ; and 21 WHEREAS, Principal has entered into a certain written Contract with Developer, 22 awarded the 25th day of November , 20 2024 , which Contract is hereby 23 referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all 24 materials, equipment, labor and other accessories as defined by law, in the prosecution of the 25 Work as provided for in said Contract and designated as Inspiring Temple of Praise Church Events Center 26 CP # 105621 27 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 28 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 29 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 30 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 31 force and effect. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 006214-2 PAYMENT BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 4 5 6 7 8 9 10 11 12 13 14 15 accordance with the provisions of said statute. IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 3rd day of December 2024 ATTEST: Witness as to Principal ATTEST: -Zajj�t-. (Su ty) Secretary Witness as to Surety PRINCIPAL: Trophy Construction Services LLC BY: t Signature Name and Title Address: 236 E. Ellison St. Burleson, TX 76028 SURETY: SureTec Insurance Company _. Signature ® � � �! � = �r� Sandra Lee Roney, Attorney -in -Fact ` Name and Title Address: 2103 CityWest Boulevard, Suite 1300 Houston, TX 77042 Telephone Number: (713) 812-0800 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Rcvised January 31, 2012 III SureTec Insurance Company RIDER TO BE ATTACHED TO AND FORM A PART OF PERFORMANCE AND PAYMENT BONDS BOND NO. 4476807 Wherein Tronhv Construction Services LLC is named as Principal and SureTec Insurance Company, as Surety in favor of Insnirina Temple of Praise Church as Obligee, in the amount of One Hundred Eiahvt-Three Thousand One Hundred Forty -Six and 66 100s ($183.146.66) effective December 3, 2024 for Insnirina Temple of Praise Church - Events Center. WHEREAS, when this bond was executed Insnirina Temple of Praise Church was named as Obligee, and WHEREAS, it is now desired that certain other parties be added as "Additional Obligees". NOW, THEREFORE, it is hereby understood and agreed that the following shall be considered as Additional Obligees under this bond: Citv of Fort Worth The foregoing, however, is subject to the following further provisions: (1) The Surety shall not be liable under this bond to the Obligees, or any of them, unless the said Obligees, or any of them, shall make payment to the Principal or Surety strictly in accordance with the term of said contract as to payments, and shall promptly perform all other obligations to be performed to by the Obligee under said contract at the time and in the manner therein set forth. (2) The Principal and the Surety shall not be liable to any one or to all of the Obligees in the aggregate in excess of the penal sum of the bond, to wit: $183,146.66 . Signed, and sealed this 3rd day of December, 2024. Signatures on following page SIC AS Dual Obligee Rider rev 10_2021 Page 1 of 2 Principal: Trophy Construction Services LLC SureTec Insurance Company By: Name: W IT�1�d Title: 1 ig �VOA riint" Signature Signature Name: Sandra Lee Roney, Attorney in Fact Attorney -in -Fact SIC AS Dual Obligee Rider rev 10_2021 Page 2 of 2 0062 19- 1 MAINTENANCE BOND Page 1 of 3 1 SECTION 00 62 19 2 MAINTENANCE BOND 3 BOND # 4476807 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we Trophy Construction Services LLC , known as 8 "Principal" herein and SureTec Insurance Company a corporate surety 9 (sureties, if more than one) duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, I 1 Inspiring Temple of Praise Church , authorized to do business in Texas ("Developer") and the City of Fort 12 Worth, a Texas municipal corporation ("City"), in the sum 13 of One Hundred Eighty-three Thousand One Hundred Forty-six & 66I100 Dollars ($183,146.66 14 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment 15 of which sum well and truly be made jointly unto the Developer and the City as dual obligees and 16 their successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, 17 jointly and severally, firmly by these presents. 18 19 WHEREAS, Developer and City have entered into an Agreement for the construction of 20 community facilities in the City of Fort Worth by and through a Community Facilities 21 Agreement, CFA Number 24-0081 ; and 22 WHEREAS, the Principal has entered into a certain written contract with the Developer 23 awarded the 25th day of November 2024 , which Contract is 24 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish 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 Inspiring Temple of Praise Church Events Center 28 CP # 105621 and 29 30 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 31 accordance with the plans, specifications and Contract Documents that the Work is and will 32 remain free from defects in materials or workmanship for and during the period of two (2) years 33 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 34 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 006219-2 MAINTENANCE BOND Pagc 2 of 3 1 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 2 upon receiving notice from the Developer and/or City of the need thereof at any time within the 3 Maintenance Period. 4 5 NOW THEREFORE, the condition of this obligation is such that if Principal shall 6 remedy any defective Work, for which timely notice was provided by Developer or City, to a 7 completion satisfactory to the City, then this obligation shall become null and void; otherwise to 8 remain in full force and effect. 9 10 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 11 noticed defective Work, it is agreed that the Developer or City may cause any and all such 12 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne 13 by the Principal and the Surety under this Maintenance Bond; and 14 15 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 16 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 17 Worth Division; and 18 19 PROVIDED FURTHER, that this obligation shall be continuous in nature and 20 successive recoveries may be had hereon for successive breaches. 21 22 23 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 006219-3 MAINTENANCE BOND Page 3 of 3 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 3rd day of 3 December, 2024 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 TTEST: ( rincipal Secretary Witness as to Principal ATTEST: (Surety�Secretary Witness to urety PRINCIPAL: Trophy Construction Services LLC BY: Signature M \a" 4P Name and Title Address: 236 E. Ellison St. Burleson, TX 76028 SURETY: SureTec Insurance Company Signature Sandra Lee Roney, Attorney -in -Fact Name and Title Address: 2103 CitvWest Boulevard, Suite 1300 Houston, TX 77042 Telephone Number: (7131812-0800 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 POJ4221756 JOINT LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That SureTec Insurance Company, a Corporation duly organized and existing under the laws of the State of Texas and having its principal office in the County of Harris, Texas and Markel Insurance Company (the "Company'), a corporation duly organized and existing under the laws of the state of Illinois, and having its principal administrative office in Glen Allen, Virginia, does by these presents make, constitute and appoint: Debra Lee Moon, Sandra Lee Roney, Andrea Rose Crawford, Troy Russell Key, John R. Ward, Monica Ruby Veazey, Thomas Douglas Moore, Emily Allison Mikeska, Allyson W Dean, Colin E. Conly, Bryan Kelly Moore, Betty J. Reeh, Michael Donald Hendrickson, Andrew Gareth Addison, Elizabeth Ortiz, Patrick Thomas Coyle, Ana Owens, Faith Ann Hilty, Christopher Chase Carlisle, Frances Hartung, Stephanie Navarro, Brian P. Bordlee, Ross Laris Their true and lawful agent(s) and attorney(s)-in-fact, each in their separate capacity if more than one is named above, to make, execute, seal and deliver for and on their own behalf, individually as a surety or jointly, as co -sureties, and as their act and deed any and all bonds and other undertaking in suretyship provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: In Unlimited Amounts This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolutions adopted by the Board of Directors of SureTec Insurance Company and Markel Insurance Company: "RESOLVED, That the President, any Senior Vice President, Vice President, Assistant Vice President, Secretary, Assistant Secretary, Treasurer or Assistant Treasurer and each of them hereby is authorized to execute powers of attorney, and such authority can be executed by use of facsimile signature, which may be attested or acknowledged by any officer or attorney, of the company, qualifying the attorney or attorneys named in the given power of attorney, to execute in behalf of, and acknowledge as the act and deed of the SureTec Insurance Company and Markel Insurance Company, as the case may be, all bond undertakings and contracts of suretyship, and to affix the corporate seal thereto." IN WITNESS WHEREOF, Markel Insurance Company and SureTec Insurance Company have caused their official seal to be hereunto affixed and these presents to be signed by their duly authorized officers on It 25th ." day November t 2024 )24. SureTec Insurance Company ��111111" .� , Markel s lance Co any 9 +; =w: ° A. ?IL CBY:Fi SEAL a_ MichaeSKe g, President ey Jennin ice President ,. r4eu nr��p State of Texas County of Harris: On t 25th L" day November t 2024 )24 A. D., before me, a Notary Public of the State of Texas, in and for the County of Harris, duly commissioned and qualified, came THE ABOVE OFFICERS OF THE COMPANIES, to me personally known to be the individuals and officers described in, who executed the preceding instrument, and they acknowledged the execution of same, and being by me duly sworn, disposed and said that they are the officers of the said companies aforesaid, and that the seals affixed to the proceeding instrument are the Corporate Seals of said Companies, and the said Corporate Seals and their signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of the said companies, and that Resolutions adopted by the Board of Directors of said Companies referred to in the preceding instrument is now in force. ```,t�ttbbtrf rr,,+ IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Offi iijl�� �L Qfajarris, the day and year first above written. ;'1��•P�v Pie ,• .9'�, Chelsea Turner, Notary Public �G My commission expires 7/6/2028 O F of 13256. We, the undersigned Officers of SureTec Insurance Company and Markel Ind certify that the original POWER OF ATTORNEY of which the foregoing is a full, true and correct copy is still in full force and effect and has nO&PAWerQ �•`+ IN WITNESS WHEREOF, we have hereunto set our hands, and affixed the Seals of said Companies, on the3rd day of December 2024 ureTec Insurance Company Markel Insurance Company By:. By: IN. Brent4eaty, Assistant Secretary -- /ndrew WMarquis, Assistany�cretary Any Instrument Issued in excess of the penalty stated above is totally void and witho -it any valid 422175a For verification of the authority of this Power you may call (713)812-0800 on any business day between.8:30 AM and 5:00 PM CST. SureTec Insurance Company IMPORTANT NOTICE Statutory Complaint Notice/Filing of Claims To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint or file a claim at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9500 Arboretum Blvd., Suite 400 Austin, TX 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252- 3439. You may write the Texas Department of Insurance at: PO Box 149104 Austin, TX 78714- 9104 Fax#:512-490-1007 Web: htto://www.tdi.state.tx.us Email: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIMS DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. SIC TX Rider TDI Required Notices rev 07_2022 Page 1 of 1 Bond No. 101265579 0062 19- 1 MAINTENANCE BOND Page 1 of 3 1 SECTION 00 62 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Reliabl.ePavino Inca known as "Principal" 9 herein and Merchants Rnnding Company (Mtmtal) , a corporate surety (sureties, if 10 more than one) duly authorized to do business in the State of Texas, known as "Surety" herein I 1 (whether one or more), are held and firmly bound unto the Developer, Inspiring Temple of 12 Praise, authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas Two Hundred Ninety -One Thousand Seven 13 municipal corporation ("City"), in the sum of. _ n 14 Dollars ($ 291,729.86 ), lawful money of the United States, to be paid in Fort 15 Worth, Tarrant County, Texas, for payment of which sum well and truly be made jointly unto the 16 Developer and the City as dual obligees and their successors, we bind ourselves, our heirs, 17 executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 18 19 WHEREAS, Developer and City have entered into an Agreement for the construction of 20 community facilities in the City of Fort Worth by and through a Community 21 Facilities Agreement, CFA Number 24-0081;and 22 WHEREAS, the Principal has entered into a certain written contract with the Developer 23 awarded the__ day of , 20__, which Contract is 24 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish 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 Inspiring Temple of Praise; and 28 29 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 30 accordance with the plans, specifications and Contract Documents that the Work is and will 31 remain free from defects in materials or workmanship for and during the period of two (2) years 32 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 33 34 CITY OF FORT WORTH INSPIRING TEMPLE OF PRAISE STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS Project Number 105621 Revised January 31, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 OX 23 006219-2 MAINTENANCE BOND Page 2 of 3 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 full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the 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 this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS Revised January 31, 2012 INSPIRING TEMPLE OF PRAISE Project Number 105621 006219-3 MAINTENANCE BOND Page 3 of 3 I 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 day of 3 V" ✓ .20 LA .. 4 5 6 7 8 9 10 II 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 ATTEST: (Principal) Secr tbAjx" Ioltq(Vt 0� myllL V1 Witne-ss as to Principal ATTEST: (Surety) Secretary witas as to Surety PRINCIPAL: Reliahle Pavinq Inr BY: Signature V UM�Jl I_n,Gib Name and Title Address: _ 1903 North Peyco Drive _Ar1i gtnn_ TX 760111 SURETY: _Metrhantc Rnntting 17nmpany (Mimial)_ BY: Signature _ Mi kar". Peppers,. Attnm eyrin -Ea c t Name and Title Address: _6MO-Westown Padouay. -west-files-Moines, IA• �0266 Telephone Number:ROO-679-91.71 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH INSPIRING TEMPLE OF PRAISE STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS Project Number 105621 Revised January 31. 2012 MERCHANTSft� BONDING COMPANY POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the "Companies') do hereby make, constitute and appoint, individually, Don E Cornell; Josh Saunders; Kelly A Westbrook; Mikaela Peppers; Ricardo J Reyna; Robbi Morales; Sophinie Hunter; Tina McEwan; Tome Petranek their true and lawful Attomey(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attomey is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and April 27, 2024 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015 and amended on April 27. 2024. 'The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof.' 'The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attomey-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 29th day of July 2024 10 N ......... 6 C MERCHANTS BONDING COMPANY (MUTUAL) •�p� ,.....cal • . •• Q�N.... Di�jA.• MERCHANTS NATIONAL BONDING, INC. :• ' • dlbla MERCHANTS NATIONAL INDEMNITY COMPANY ;�y•G�KPOR•4 ey: 00�0(iP09,���=�• :Z'2 �:p: ? ram; • -O- O. .r—._ -o- 1933 By • �i� 2003 c: . yam•, : �ti. • ��••�•.•.......•.•� •• �•• •• • •\,�•• President STATE OF IOWA ....... .' COUNTY OF DALLAS ss. On this 29th day of July 2024 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors.—� Penni Miller Z Commission Number 787952 " • • My Commission Expires l % iowP January 20, 2027 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this day of Z:2 _o_ p:C : :►y—: 2 0- . j : 2003 y . 1933 : c ' Secretary 4. POA 0018 (6/24) "•'"•'••• MERCHANT BONDING COMPANY MERCHANTS BONDING COMPANY (MUTUAL) P.O. BOX 14498. DES MOINES. IOWA 50306-3498 PHONE: (800) 678-8171 FAX: (515) 243-3854 IMPORTANT NOTICE To obtain information or make a complaint: You may contact your insurance agent at the telephone number provided by your insurance agent. You may call Merchants Bonding Company (Mutual) toll -free telephone number for information or to make a complaint at: 1-800-678-8171 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 at: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www.tdi.texas.aov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent 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. SUP 0032 TX (2/15) Bond No. 101265579 006213-1 PERFORMANCE BOND Page I of 2 1 SECTION 00 62 13 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Reliable Paving, Inc. , known as 9 "Principal" herein and Merchants Bonding Comnanv (Mutual) , a corporate 10 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known 11 as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, 12 Inspiring Temple of Praise, authorized to do business in Texas ("Developer") and the City of 13 Fort Worth, a Texas municipal corporation ("City"), in the penal sum of, Two Hundred Ninety -One Thousand Seven 14 Hundred Twi-ntir-Nine anti 9611 fin Dollars ($ 291.729.86 ), 15 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the 16 payment of which sum well and truly to be made jointly unto the Developer and the City as dual 17 obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly 18 and severally, firmly by these presents. 19 WHEREAS, Developer and City have entered into an Agreement for the construction of 20 community facilities in the City of Fort Worth by and through a Community 21 Facilities Agreement, CFA Number 24-0081;and 22 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 23 the day of , 20_, which Contract is hereby referred to and made a 24 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor 25 and other accessories defined by law, in the prosecution of the Work, including any Change 26 Orders, as provided for in said Contract designated as Inspiring Temple of Praise 27 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 28 shall faithfully perform it obligations under the Contract and shall in all respects duly and 29 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 30 specifications, and contract documents therein referred to, and as well during any period of 31 extension of the Contract that may be granted on the part of the Developer and/or City, then this 32 obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH INSPIRING TEMPLE OF PRAISE STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS Project Number 105621 Revised January 31. 2012 006213-2 PERFORMANCE BOND Page 2 of 2 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 2 Tarrant County, Texas 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 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 6 accordance with the provisions of said statue. 7 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 8 this instrument by duly authorized agents and officers on this the 3D111 day of 9 St.& MW , 201-1 . 10 Il 12 13 14 15 16 ATTEST: 17 18 � 19 (Principal) Secret 20 21 22 23 n' 24 y , 1'I e S l{�S✓Yi cIYl1Yl 25 Witness as to Principal 26 27 - -- 8 , .30 ti �_ 31 `= 32 34/35 3> ..... 38 39 _ 40 Witness as to Surety PRINCIPAL: R Jiahl Paving,.lnr BY: e_~ Signature Cha�tes Nl Lu, G� v Name and Title Address: -1903 North Peyco Drive —Arlington, TX 76001 SURETY: _ . Merchants Bonding Company (Mutual)_ n BY: jk- . Signature MikaelaPeppers- Attorney -in- act Name and Title Address:.6700 Westown Pa kwav _ West.D.es.Mnincs.IA50266 Telephone Number: ___ _ _ 41 42 43 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 44 from the by-laws showing that this person has authority to sign such obligation. If 45 Surety's physical address is different from its mailing address, both must be provided. 46 47 The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH INSPIRING TEMPLE OF PRAISE STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS Project Number 105621 Revised January 31, 2012 MERCHANTS BONDING COMPANY POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the "Companies') do hereby make, constitute and appoint, individually, Don E Cornell; Josh Saunders; Kelly A Westbrook; Mikaela Peppers; Ricardo J Reyna; Robbi Morales; Sophinie Hunter; Tina McEwan; Tonie Petranek their true and lawful Attomey(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attomey is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and April 27, 2024 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015 and amended on April 27, 2024. 'The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof.' "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking• recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 29th day of July 2024 "'•. ....... MERCHANTS BONDING COMPANY (MUTUAL) ••PZ\ ...... .• ,• O%JkG COM•.• MERCHANTS NATIONAL BONDING, INC. PO e ; �O� 'APO A/ •. dib/a MERCHANTS NATIONAL INDEMNITY COMPANY y2oa o'. .� :o 0- A�=`. _ 2003 1933 c; By d3. :. �•�: .�J6�� ..... .•.kA4�President STATE OF IOWA ••' �7 ��••• COUNTY OF DALLAS ss. ""'•'•• On this 29th day of July 2024 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. _ l .PFOA4 S Penni Miller Z Commission Number 787952 • • My Commission Expires iowA January20, 2027 Notary Public(Expiration of notary's commission does not invalidate this instrument) I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof. I have hereunto set my hand and affixed the seal of the Companies on this day of ;•y : •ORPOR O : m •'pR 099 9y• v 2003 ' �: y : 1933 : c Secretary �•. dam. - - =- POA 0018 (6/24) ... MERCHANT' BONDING COMPANY MERCHANTS BONDING COMPANY (MUTUAL) P.O. BOX 14498. DES MOINES, IOWA 50306-3498 PHONE: (800) 678-8171 FAX: (515) 243-3854 IMPORTANT NOTICE To obtain information or make a complaint: You may contact your insurance agent at the telephone number provided by your insurance agent. You may call Merchants Bonding Company (Mutual) toll -free telephone number for information or to make a complaint at: 1-800-678-8171 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 at: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www.tdi.texas.00v E-mail: ConsumerProtection@tdi.texas.gov PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent 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. SUP 0032 TX (2/15) 1 2 3 4 5 6 7 SECTION 00 62 14 PAYMENT BOND THE STATE OF TEXAS § COUNTY OF TARRANT § Bond No. 101265579 0062 14- 1 PAYMENT BOND Page I of 3 KNOW ALL BY THESE PRESENTS: 8 That we, Reliable Pavina, Inc. , known 9 as "Principal" herein, and 10 12 13 14 15 16 17 18 19 Merchants Bondine Comvanv (Mutual) a corporate surety ( or sureties if more than one), duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Inspiring Temple of Praise Church, authorized to do business in Texas "(Developer"), and the City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum Two Hundred Ninety -One Thousand Seven of Hundred Twenty -Nine and 86/100 Dollars ($ 291.729.86 ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made jointly unto the Developer and the City as dual obliges, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: 20 WHEREAS, Developer and City have entered into an Agreement for the construction of 21 community facilities in the City of Fort Worth, by and through a Community Facilities 22 Agreement, CFA Number CFA24-0081; and 23 WHEREAS, Principal has entered into a certain written Contract with Developer, 24 awarded the day of , 20 , which Contract is hereby 25 referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all 26 materials, equipment, labor and other accessories as defined by law, in the prosecution of the 27 Work as provided for in said Contract and designated as Inspiring Temple of Praise Church. 28 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 29 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 30 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 31 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 32 force and effect. CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Project Number: 105621 Revised January 31, 2012 0062 14-2 PAYMENT BOND Page 2 of 3 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statute. 4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the LA'r" day of 6 t)(,- QX , 201GA . 7 8 9 10 11 12 13 14 ATTEST: (Principal) Secretary (_ V Witness as to Principal ATTEST: (Surety) Secretary �cFAW w-w Witness as to Surety PRINCIPAL: Reliable Paving. Inc. BY: 4 �••2TG�— Signature 0hat Ul M Loyla LCID Name and Title Address: 1903 North Peyco Drive Arlington. TX 76001 SURETY: Merchants Bonding Comnanv (Mutual) BY: Signature Mikaela Penners. Attorney -in -Fact Name and Title Address: 6700 Westown Parkway West Des Moines, IA 50266 Telephone Number: 800-678-8171 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Project Number: 105621 Revised January 31, 2012 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 Article 1 — Definitions and Terminology.......... 1.01 Defined Terms ............................... 1.02 Terminology .................................. Article 2 — Preliminary Matters ....................... 2.01 Before Starting Construction...... 2.02 Preconstruction Conference........ 2.03 Public Meeting ............................ Page ............................................1 ............................................1 ............................................ 5 ......................................................... 6 ......................................................... 6 ......................................................... 6 ......................................................... 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 ............................................ 5.19 Delegation of Professional Design Services 5.20 Right to Audit: ............................................. 5.21 Nondiscrimination ........................................ Article 6 - Other Work at the Site....... 6.01 Related Work at Site ....... Article 7 - City's Responsibilities ........................................... 7.01 Inspections, Tests, and Approvals ...................... 7.02 Limitations on City's Responsibilities ............... 7.03 Compliance with Safety Program ....................... Article 8 - City's Observation Status During Construction 8.01 City's Project Representative .......................... 8.02 Authorized Variations in Work ....................... 8.03 Rejecting Defective Work ............................... 8.04 Determinations for Work Performed ............... Article 9 - Changes in the Work ...................... 9.01 Authorized Changes in the Work 9.02 Notification to Surety ................... Article 10 - Change of Contract Price; Change of Contract Time 10.01 Change of Contract Price ........................................... 10.02 Change of Contract Time ........................................... 10.03 Delays......................................................................... 24 24 25 25 26 26 26 26 26 27 .......................... 27 .......................... 27 .......................... 27 .......................... 27 .......................... 28 Article 11 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ............ 11.01 Notice of Defects.............................................................................................................. 11.02 Access to Work................................................................................................................. 11.03 Tests and Inspections........................................................................................................ 11.04 Uncovering Work............................................................................................................. 11.05 City May Stop the Work................................................................................................... 11.06 Correction or Removal of Defective Work...................................................................... 11.07 Correction Period.............................................................................................................. 11.08 City May Correct Defective Work................................................................................... Article 12 - Completion ........................................... 12.01 Contractor's Warranty of Title ............ 12.02 Partial Utilization ................................. 12.03 Final Inspection .................................... 12.04 Final Acceptance .................................. Article 13 - Suspension of Work ..................................... 13.01 City May Suspend Work ............................. Article 14 - Miscellaneous .......................................... 14.01 Giving Notice .......................................... CITY OF FORT WORTH STANDARD CITY CONDITIONS -DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 a a a a ... 29 ... 29 ... 29 ... 29 ... 30 ... 30 ... 30 ... 30 ... 31 ................................. 32 ................................. 32 ................................. 32 ................................. 32 ................................. 33 ............................................................. 33 ............................................................. 33 34 34 14.02 Computation of Times................................................................................................................ 34 14.03 Cumulative Remedies................................................................................................................. 34 14.04 Survival of Obligations...............................................................................................................35 14.05 Headings......................................................................................................................................35 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page I of 35 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 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 1. Supplementary Conditions in. 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 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 apart 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. in. and ending at 5: 00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 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 1.02.13 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 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; CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 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 parry 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 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 o£ 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 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 NONE 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: NONE Enter limits provided by Railroad Company (If none, write none) b. Each Occurrence:: _NONE 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 - CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 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 0125 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 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 5.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall 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: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 ❑ 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 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 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. 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 1 lth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 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 4.02.13. 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. Developer/Contractor. City will forward all invoices for retests to 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 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: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 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 i£ 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 11 00 SUMMARY OF WORK 011100-1 DAP SUMMARY OF WORK Paget of 3 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 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 REQUIREMENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105621 Revised December 20, 2012 011100-2 DAP SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission ftom the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights -of -way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission, neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal, temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Inspiring Temple of Praise Church CPN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 105621 Revised December 20, 2012 011100-3 DAP SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105621 Revised December 20, 2012 012500-1 DAP SUBSTITUTION PROCEDURES SECTION 0125 00 SUBSTITUTION PROCEDURES PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 4 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 Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised August 30, 2013 012500-2 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 Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised August 30, 2013 012500-3 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 SUBMITTALSANFORMATIONAL 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 Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised August 30, 2013 012500-4 DAP SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: 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 CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised August 30, 2013 013119-1 DAP PRECONSTRUCTION MEETING SECTION 01 31 19 PRECONSTRUCTION MEETING PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 3 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. No construction schedule required unless requested by the City. 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. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the delivery of the distribution package to the City. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Developer and Consultant b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised August 30, 2013 01 31 19 - 2 DAP PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised August 30, 2013 013119-3 DAP PRECONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL 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 CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised August 30, 2013 SECTION 0133 00 DAP SUBMITTALS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 013300-1 DAP SUBMITTALS Page 1 of 8 General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 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. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised August 30, 2013 013300-2 DAP SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 '/2 inches x 11 inches to 8 '/2 inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised August 30, 2013 013300-3 DAP SUBMITTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom -prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised August 30, 2013 013300-4 DAP SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work H. Samples As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on -site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised August 30, 2013 013300-5 DAP SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised August 30, 2013 013300-6 DAP SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the Developer at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised August 30, 2013 013300-7 DAP SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Sufficient information shall be attached to permit a written response without further information. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL 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] CITY OF FORT WORTH [Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised August 30, 2013 013300-8 DAP SUBMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 1040IZI]wlX40Y1.130 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised August 30, 2013 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART1- 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 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. CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised March 20, 2020 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 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 SUBMITTALSANFORMATIONAL 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. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised March 20, 2020 015526-1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 SECTION 0155 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 34 71 13 — Traffic Control 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 A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised July 1, 2011 015526-2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL 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 CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised July 1, 2011 015526-3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised July 1, 2011 015713-1 DAP STORM WATER POLLUTION PREVENTION Page 1 of 3 SECTION 0157 13 STORM WATER POLLUTION PREVENTION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 3125 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 3125 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised July 1, 2011 01 57 13 - 2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP Submit in accordance with Section 0133 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised July 1, 2011 0157 13 -3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 0133 00. 1.6 ACTION SUBMITTALSANFORMATIONAL 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 CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised July 1, 2011 015813-1 DAP TEMPORARY PROJECT SIGNAGE Page 1 of 3 SECTION 0158 13 TEMPORARY PROJECT SIGNAGE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Temporary Project Signage Requirements 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 [NOT USED] 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] PART2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USEDI 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised April 7, 2014 01 58 13 - 2 DAP TEMPORARY PROJECT SIGNAGE Page 2 of 3 B. Materials 1. Sign a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised April 7, 2014 0158 13 -3 DAP TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M. Domenech Revised for DAP application CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [CPN 105621 Revised April 7, 2014 SECTION 0160 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 60 00 DAP PRODUCT REQUIREMENTS Page 1 of 2 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: httDs://apps.fortworthtexas.2ov/ProiectResources/ 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 0133 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] CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised March 20, 2020 01 60 00 DAP PRODUCT REQUIREMENTS Page 2 of 2 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. Magafia Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised March 20, 2020 016600-1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily 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 [NOT USED] 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 AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised April 7, 2014 01 66 00 - 2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off -site storage and protection when on -site storage is not adequate. a. Provide addresses of and access to off -site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised April 7, 2014 016600-3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non -Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised April 7, 2014 01 66 00 - 4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised April 7, 2014 017000-1 DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 SECTION 0170 00 MOBILIZATION AND REMOBILIZATION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised April 7, 2014 01 70 00 - 2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. 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 IRM97[yWIWI13Z%140IDleh89,11101111114`1V A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised April 7, 2014 01 70 00 - 3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 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] CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised April 7, 2014 01 70 00 - 4 DAP MOBILIZATION AND REMOBILIZATION Page 4 of 4 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 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised April 7, 2014 017123-1 DAP CONSTRUCTION STAKING AND SURVEY Page 1 of 4 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey 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. Construction Staking a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Certificates 1. Provide certificate certifying that elevations and locations of improvements are in conformance or non-conformance with requirements of the Contract Documents. a. Certificate must be sealed by a registered professional land surveyor in the State of Texas. CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised April 7, 2014 01 71 23 - 2 DAP CONSTRUCTION STAKING AND SURVEY Page 2 of 4 B. Field Quality Control Submittals 1. Documentation verifying accuracy of field engineering work. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the contractor. 2. Coordination a. Contact City's Project Representative at least 2 weeks in advance for scheduling of Construction Staking. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes furnished by City. b. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed or disturbed, by Contractor's neglect, such that the contracted Work cannot take place, then the Contractor will be required to pay the City for new staking with a 25 percent markup. The cost for staking will be deducted from the payment due to the Contractor for the Project. B. Construction Survey 1. Construction Survey will be performed by the contractor. 2. Coordination a. Contractor to verify that control data established in the design survey remains intact. b. Coordinate with the City prior to field investigation to determine which horizontal and vertical control data will be required for construction survey. c. It is the Contractor's responsibility to coordinate Construction Survey such that construction activities are not delayed or negatively impacted. d. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. 1) City shall perform replacements and/or restorations. 3. General a. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work as it progresses for Project Records. b. The Contractor will need to ensure coordination is maintained with the City to perform construction survey to obtain construction features, including but not limited to the following: 1) All Utility Lines a) Rim and flowline elevations and coordinates for each manhole or junction structure 2) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Every 250 linear feet CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised April 7, 2014 01 71 23 - 3 DAP CONSTRUCTION STAKING AND SURVEY Page 3 of 4 (2) Horizontal and vertical points of inflection, curvature, etc. (All Fittings) (3) Cathodic protection test stations (4) Sampling stations (5) Meter boxes/vaults (All sizes) (6) Fire lines (7) Fire hydrants (8) Gate valves (9) Plugs, stubouts, dead-end lines (10) Air Release valves (Manhole rim and vent pipe) (11) Blow off valves (Manhole rim and valve lid) (12) Pressure plane valves (13) Cleaning wyes (14) Casing pipe (each end) b) Storm Sewer (1) Top of pipe elevations and coordinates at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, curvature, etc. c) Sanitary Sewer (1) Top of pipe elevations and coordinates for sanitary sewer lines at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, curvature, etc. (c) Cleanouts c. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work associated with meeting or exceeding the line and grade required by these Specifications. d. The Contractor will need to ensure coordination is maintained with the City to perform construction survey and to verify control data, including but not limited to the following: 1) Established benchmarks and control points provided for the Contractor's use are accurate 2) Benchmarks were used to furnish and maintain all reference lines and grades for tunneling 3) Lines and grades were used to establish the location of the pipe 4) Submit to the City copies of field notes used to establish all lines and grades and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City to verify the guidance system and the line and grade of the carrier pipe on a daily basis. 6) The Contractor remains fully responsible for the accuracy of the work and the correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to City. 9) If the installation does not meet the specified tolerances, immediately notify the City and correct the installation in accordance with the Contract Documents. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised April 7, 2014 01 71 23 - 4 DAP CONSTRUCTION STAKING AND SURVEY Page 4 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised April 7, 2014 SECTION 0174 23 CLEANING PART1- GENERAL 1.1 SUMMARY 017423-1 DAP CLEANING Page 1 of 4 A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 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. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised April 7, 2014 01 74 23 - 2 DAP CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised April 7, 2014 01 74 23 - 3 DAP CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on -site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised April 7, 2014 01 74 23 - 4 DAP CLEANING Page 4 of 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised April 7, 2014 SECTION 0177 19 CLOSEOUT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY 017719-1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 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. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised April 7, 2014 017719-2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 0178 39 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised April 7, 2014 017719-3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) £ Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised April 7, 2014 017823-1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves 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. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 1/2 inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised April 7, 2014 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised April 7, 2014 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised April 7, 2014 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised April 7, 2014 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 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 8/31 /2012 D. Johnson 1.5.A.1 — title of section removed 4/7/2014 M.Domenech Revised for DAP Application CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised April 7, 2014 017839-1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 SECTION 0178 39 PROJECT RECORD DOCUMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 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 [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised April 7, 2014 01 78 39 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised April 7, 2014 017839-3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. c. Call attention to each entry by drawing a "cloud" around the area or areas affected. CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised April 7, 2014 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP Application CITY OF FORT WORTH Inspiring Temple of Praise Church STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105621 Revised April 7, 2014 APPENDIX JITAOL Engineering, PLLC Geotechnical Engineering Report Inspiring Temple of Praise (ITOP) Church Building SWQ John T White Road and Cooks Lane Fort Worth, Texas Project Number 22-0101073 September 26, 2022 JI, September 26, 2022 Pastor Daryl R. Davis, II Executive Pastor Inspiring Temple of Praise Church P.O. Box 24128 Fort Worth, Texas 76124 Project No. 22-0101073 Reference: Geotechnical Engineering Report Inspiring Temple of Praise (ITOP) Church Building SWQ John T White Road and Cooks Lane Fort Worth, Texas Dear Pastor Davis: JITAOL Engineering, PLLC. (JITAOL) is pleased to submit this report of subsurface exploration for the above referenced project. Included in the report are the results of the exploration and recommendations concerning the design and construction of the foundations and pavements, as well as general site development. We appreciate the opportunity to have provided you with our geotechnical engineering services and look forward to assisting you by providing construction monitoring and materials testing services during construction to help assure that the intent of the plans is achieved. If you have any questions concerning this report, or if we may be of further service, please contact our office. Respectfully submitted, JITAOL ENGINEERING, PLLC TEXAS FIRM REGISTRATION NO. F-21101 tHEOPHILUS Q. MAKU M•M.HM�M•••r Nl.•••N• � r 16 113066 ; L Christiana Mansah Theophilus O. Mak ., P.E. Project Manager Senior Principal The Electronic Seal appearing on this document was authorized by Theophilus O. Maku, P.E. 113066 on September 26, 2022 GEOTECHNICAL REPORT INSPIRIRNG TEMPLE OF PRAISE (ITOP) CHURCH BUILDING SWQJOHN T WHITE ROAD AND COOKS LANE FORT WORTH, TEXAS JITAOL PROJECT NO. 22-0101073 Prepared For: INSPIRING TEMPLE OF PRAISE CHURCH P.O. BOX 24128 FORT WORTH, TEXAS 76124 Prepared By: JITAOL ENGINEERING, PLLC 5071 DAVID STRICKLAND ROAD, SUITE 104 FORT WORTH, TEXAS 76119 Tel.: (682) 313-5910 JITAOL Engineering, PLLC Texas Firm Registration No. F-21102 ©September 2022 TABLE OF CONTENTS 1.0 INTRODUCTION............................................................................................................1 1.1 Project Authorization............................................................................................1 1.2 Purpose...............................................................................................................1 1.3 Report Limitation..................................................................................................1 2.0 PROJECT DESCRIPTION..................................................................................................2 2.1 Project Description...............................................................................................2 2.2 Project Location...................................................................................................2 2.3 Grade Changes..................................................................................................... 2 3.0 FIELD EXPLORATION AND LABORATORY TESTING PROCEDURES......................................3 3.1 Field Operations...................................................................................................3 3.2 Laboratory Testing................................................................................................5 3.3 Sample Retention.................................................................................................5 4.0 SITE AND SUBSURFACE CONDITIONS..............................................................................6 4.1 Site Description....................................................................................................6 4.2 Subsurface Conditions...........................................................................................6 4.3 Groundwater Conditions.......................................................................................6 5.0 FOUNDATION RECOMMENDATIONS..............................................................................7 5.1 General................................................................................................................7 5.2 Monolithic Slab on Grade......................................................................................8 5.3 Shallow Footings..................................................................................................9 5.5 Floor Slab and Subgrade Considerations...............................................................12 5.6 OSHA Soil Classifications.....................................................................................12 5.7 IBC Seismic Site Coefficient..................................................................................12 6.0 CONSTRUCTION CONSIDERATIONS..............................................................................14 6.1 Site and Subgrade Preparation............................................................................. 14 6.2 Select Fill........................................................................................................... 15 6.3 Excavations and Slopes....................................................................................... 16 6.4 Drainage............................................................................................................17 6.5 Weather Considerations......................................................................................17 6.6 Groundwater Control..........................................................................................18 6.7 General Slope Stability........................................................................................18 6.8 Landscaping and Trees........................................................................................19 7.0 PAVEMENT RECOMMENDATIONS................................................................................20 7.1 General..............................................................................................................20 7.2 Pavement Types................................................................................................. 20 7.3 Subgrade...........................................................................................................20 7.4 Flexible Pavement Details....................................................................................21 7.5 Rigid Pavement Details........................................................................................22 7.6 Pavement Section Recommendations..................................................................23 8.0 CONCLUSION ..............................................................................................................25 SUMMARY.......................................................................................................................27 Appendix • Boring Location Drawing • Boring Logs B-1 through B-4 • Key to Log of Boring Geotechnical Report Inspiring Temple of Praise Church, Fort Worth, Texas Project No. 22-0101073 1.0 INTRODUCTION 1.1 Project Authorization JITAOL has completed the subsurface exploration and evaluation of the soil conditions at the location of the proposed Inspiring Temple of Praise (ITOP) Church in Fort Worth, Texas. Formal authorization to perform the work was provided by Pastor Daryl R. Davis, II. Executive Pastor, ITOP Church (client), by accepting JITAOL Engineering Proposal No. 22-01089 dated August 17, 2022. The proposal was signed and received by August 17, 2022. Field activities were performed on September 15, 2022. 1.2 Purpose The purpose of this report is to provide the Owner's design team professionals with recommendations for the design and construction of the proposed project. The scope of services for this project included: 1. Determine the various soil profile components based on our field and laboratory test results; 2. Define the engineering characteristics of the subsurface materials encountered; 3. Observe the groundwater conditions at the site; 4. Recommendations for site preparation and construction of compacted fills, including an evaluation of on -site soils for use as compacted fills; and 5. Summarize foundation and pavement design parameters and construction considerations in a geotechnical investigation report. This report also briefly outlines the testing procedures and describes the site and subsurface conditions. 1.3 Report Limitation Although this report may be used to produce design concepts and does provide various earthwork, foundation, and pavement recommendations, this report should not be used by the contractor in lieu of project specifications. The findings and recommendations in this report are intended to be interpreted by the owner's professional design team. Page I Geotechnical Report Inspiring Temple of Praise Church, Fort Worth, Texas Project No. 22-0101073 2.0 PROJECT DESCRIPTION 2.1 Project Description Based on the information provided by the client, the project is to consist of single story, wood framed, new church building, with an approximate building footprint area of less than 10,000 square feet. Paving recommendations for associated parking and drive areas are also included. 2.2 Project Location The project is located at the southwest quadrant of John T White Road and Cooks Lane in Fort Worth, Texas (GPS Location: 32.76451 N, 97.18401 W). The location is as shown in the Figure below. _Or7• TARRANT COUNTY � � ERA ¢_ l?L •MILL � '� Iri S } L '6AR37 ST Figure 2.2: Site Location (US Geological Survey). 2.3 Grade Changes . Cl H C NF.0; w nrvIsronr sr At The site of the proposed building project appears to sightly slope from north at elevation el. 596 feet to south at elevation el. 590 feet (https://www.dfwmaps.com). Grading information was not available at the time of this report, we have therefore assumed that the finished floor elevation at the first -floor level will be within 1 to 2 feet of existing grade. If significantly different grade changes are anticipated, these should be discussed with our geotechnical engineer prior to finalizing design, as grade changes can profoundly affect geotechnical evaluation and recommendations. Page 2 Inspiring Temple of Praise Church, Fort Worth, Texas Geotechnical Report Project No. 22-0101073 3.0 FIELD EXPLORATION AND LABORATORY TESTING PROCEDURES 3.1 Field Operations Field Activities. Subsurface conditions at the proposed development site were explored by drilling a total of four (4) borings within the footprint of the proposed buildings and pavements to an approximate depth of between 5 and 25 feet below existing grade. The borings were located in the field by JITAOL representative prior to drilling by measuring approximate distances from existing features as shown on the Boring Location Drawing included in the Appendix of this report. Geology. The regional parent geologic mapping indicates that the site is underlain by the Woodbine (Kwb) geologic formation. The residual soils of the Woodbine Formation can show nonhomogeneous stratigraphy. The primary components include Sandy CLAY, Fat CLAY and Clayey SAND. The clays are typically not very thick but have a very high Shrink Swell potential. Sand and Silts can also occur in the soil profile. Very hard Sandstones, in the form of boulders and discontinuous lenses (shelf rock) can also be encountered. As erratic as the Woodbine Formation can be, sites situated near a geologic contact zone can have even more variability. This can include variable soil conditions, to include shallow rock and rock outcropping, as well as perched groundwater conditions, sometimes with hydrostatic buildup. Soil Survey. Based on the United States Department of Agriculture soil survey, the site is underlain by the Gasil fine sandy loam. The Gasil fine sandy loam soils have moderately high to high permeability with medium runoff and are well drained. The parent material of these soils is loamy residuum weathered from sandstone. Page 3 Inspiring Temple of Praise Church, Fort Worth, Texas Geotechnical Report Project No. 22-0101073 The location of the site on the geologic map is provided below. Figure 3.1: Site Geology (Geologic Atlas of Texas — Revised 1987). Drilling. The borings were advanced using a drill rig equipped with a rotary head and continuous flight augers. Drilling and sampling activities were performed in general accordance with referenced ASTM procedures or other accepted methods. Soil Sampling and Penetration Resistance Testing. Split -spoon sampling procedures (Standard Penetration Test) performed in general accordance with ASTM Standard Method D 1586, were used to collect disturbed soil samples and monitor penetration resistance. Samples were obtained at selected depths in the test boring by driving a standard two (2) inch OD split -spoon sampler 18 inches (where possible) into the subsurface materials using a falling hammer. The penetration resistance or "N-Value" is related to the number of hammer blows required to drive the sampler the final 12 inches, and when properly evaluated, can be used as an index for cohesion for clays, and relative density for sands. Page 4 Inspiring Temple of Praise Church, Fort Worth, Texas Geotechnical Report Project No. 22-0101073 Groundwater Observations. Water level information was obtained during drilling and after completion of drilling activities. Boring Logs. Boring logs which include soil descriptions, water level information, laboratory test data, stratifications, penetration resistance, classifications based on the Unified Soil Classification System (USCS) and sample types and depths are included in the Appendix. A key to descriptive terms and symbols used on the boring logs is also presented in the Appendix. 3.2 Laboratory Testing The soil samples obtained during the field exploration were transported to the laboratory and examined by qualified geotechnical personnel. Representative samples were selected and tested to determine classification properties and particular engineering characteristics. Tests were performed in general accordance with referenced ASTM procedures or with other accepted laboratory methods. The results of these tests are presented on the boring logs at the corresponding sample depths included in the Appendix. Laboratory tests performed for this investigation included the following: TABLE 3.2: LABORATORY TESTING PROGRAM Laboratory Test Test Designation Atterberg Liquid Limit and Plastic Limit Determination ASTM D 4318 Soils Finer than a No. 200 Mesh Sieve ASTM D 1140 Moisture Content Determination ASTM D 2216 3.3 Sample Retention Soil samples not altered by laboratory testing will be retained for 60 days from the date of this report and then discarded unless JITAOL is otherwise instructed in writing. Page 5 Geotechnical Report Inspiring Temple of Praise Church, Fort Worth, Texas Project No. 22-0101073 4.0 SITE AND SUBSURFACE CONDITIONS 4.1 Site Description The site for the proposed church building is located at the southwest quadrant of John T White Road and Cooks Lane in Fort Worth, Texas. The site is bound on the east by Cooks Lane, while a vacant lot lies on the north and John T White Road beyond. Undeveloped lots lie to the west and south of the property. At the time of drilling, the site was primarily covered with native vegetation of trees and shrubs. 4.2 Subsurface Conditions The stratification of the soils encountered during field drilling operations is presented on the boring logs in the Appendix. The stratification of the subsurface materials shown on the boring logs represents the subsurface conditions encountered at the actual boring locations and variations may occur across the site. The lines of demarcation represent the approximate boundary between the soil types at the boring locations, but the actual transition may be gradual. The following subsurface descriptions are of a generalized nature to highlight the major stratification features. The boring logs should be reviewed for more detailed information. The borings generally encountered the following soil strata beneath the surface: Silty Sand (SC-SM). 4.3 Groundwater Conditions Groundwater seepage was not encountered in borings during drilling and upon completion of drilling operations. If more detailed water level information is required, observation wells or piezometers could be installed at the site, and water levels could be monitored over time. It should be noted that groundwater level fluctuations may occur due to seasonal and climatic variations, alteration of drainage patterns, leaking utilities, land usage, and ground cover. Page 6 Geotechnical Report Inspiring Temple of Praise Church, Fort Worth, Texas Project No. 22-0101073 5.0 FOUNDATION RECOMMENDATIONS 5.1 General The recommendations herein have been developed on the basis of previously described project characteristics and subsurface conditions. If there are any changes to the project characteristics or if different subsurface conditions are encountered during construction, JITAOL should be consulted so that the recommendations of this report can be reviewed. Grading plans was not available at the time of preparing this report, we have therefore assumed that the building finished floor elevation will be within 1 to 2 feet of existing site grades. If the finished floor elevation deviates from this assumed grade, the recommendations provided below should be evaluated by our office. Expansive Soil Conditions. Potential Vertical Rise (PVR) values for this site both at existing grades and assumed proposed final grades were estimated to be on the order of 1 inch based on dry conditions, using the Texas Department of Transportation method (Test Procedure TEX- 124-E) for dry conditions. One (1) inch of PVR is generally accepted as the maximum allowable value for design and construction of commercial facilities in the geographical area. The surficial soils encountered by the borings are considered to have low expansive properties. Settlement. Excessive foundation movements from settlement are not expected to occur in foundations designed and constructed in accordance with recommendations contained herein. Total settlement is estimated to be on the order of one (1) inch or less for foundation units designed in accordance with recommendations provided herein. Differential settlements are estimated to be on the order of % inch or less. Customary measures should be taken to minimize moisture variations beneath the structure to preclude loss of shear strength of foundation soils. Subgrade Improvements. Our subsurface investigation did not encounter loose soil conditions at the time of the investigation, however there may be areas of loose soil not uncovered by the borings at the site. To reduce the floor slab movement, we recommend the removal of soft spots encountered at the site and an evaluation be performed by a qualified soils technician to determine the extent of the loose material. Depending on the planned grading at the site, additional remediation may be required to prepare the loose area prior to foundation construction as outlined herein. Page 7 Geotechnical Report Inspiring Temple of Praise Church, Fort Worth, Texas Project No. 22-0101073 Recommended Foundation System. Based on the findings of this evaluation, a foundation system using a shallow footing or monolithic slab on grade, constructed in conjunction with recommended earthwork, is believed to be the most practical and economical means of support. The recommended foundation system components are outlined in the following sections. 5.2 Monolithic Slab on Grade Monolithic Slab on Grade. The planned building structure can be supported by a monolithic slab -on -grade or grade beam foundation system using a bearing capacity of 2,000 Psf and a Design Plasticity Index (DPI) of 25, provided the subgrade soils are prepared as recommended. This system may be designed with conventional reinforcing. The slab can be designed in accordance with WRI/CRSI "Design Slab -On -Ground Foundations". The structure can be supported on a monolithic/waffle slab and grade beam foundation system designed with Climatic Rating (Cw) of 20 and Soil -Climate Support Index (1-C) taken as 0.095. An Unconfined Compressive Strength of 1.5 tsf will be ideal for this development. If floor treatments that are sensitive to moisture will be used, a vapor barrier of polyethylene sheeting or similar material should be placed beneath the slab to minimize moisture migration through the slab. If a vapor barrier is considered to provide moisture protection, special attention should be given to the surface curing of the slabs to minimize uneven drying of the slabs and associated cracking and/or slab curling. Please refer to ACI 302.1R96 Guide for Concrete Floor and Slab Construction and ASTM E 1643 Standard Practice for Installation of Water Vapor Retarders Used in Contact with Earth or Granular Fill under Concrete Slabs for additional guidance on this issue. The Wire Reinforcement Institute recommends the mesh reinforcement be placed 2 inches below the slab surface or upper one-third of slab thickness, whichever is closer to the surface. Adequate construction joints, contraction joints and isolation joints should also be provided in the slab to reduce the impacts of cracking and shrinkage. Please refer to ACI 302.1R96 Guide for Concrete Floor and Slab Construction for additional information regarding concrete slab joint design. Page 8 Inspiring Temple of Praise Church, Fort Worth, Texas Geotechnical Report Project No. 22-0101073 5.3 Shallow Footings Bearing Depth and Width. Spread footings should bear at a minimum nominal depth of 36 inches below the planned adjacent grade. Continuous footings and cross or "stiffener" beams should extend a minimum of 24 inches below the bottom of the slab, or deeper as may be required by the structural design. All footings should be supported on select fill or on firm undisturbed native soils. All fill provided at the site should consist of onsite soil or select fill which has been tested and approved in accordance with recommendations herein, throughout the entire depth. Minimum foundation widths for column (individual footings) and strip (continuous) footings should be 24 inches and 18 inches, respectively, even if the bearing pressures are less than the recommended values. Allowable Bearing Capacity. Spread footings for concentrated loads and strip footings for continuous loads, may be designed for the following maximum net allowable soil bearing capacities: NET ALLOWABLE BEARING CAPACITY SHALLOW FOOTINGS Spread Footing (psf) Continuous Footing (psf) Minimum Embedment 2 ft and 3 ft below lowest adjacent final grade for 2,500 2,000 continuous footings and spread footings, respectively. A net allowable soil bearing pressure of 2,000 psf can be used to design grade beams founded on the select fill or native soils. Grade beams should have a minimum width of 12 inches to reduce the possibility of foundation bearing failure and excessive settlement due to local shear or "punching" failures. Additionally, the grade beams should extend at least 24 inches below final adjacent grade to utilize this bearing pressure. These design parameters assume that positive drainage will be provided away from the structure and with moderate irrigation of surrounding lawn and planter areas with no excessive wetting or drying of soils adjacent to the foundations. Greater potential movements could occur with extreme wetting or drying of the soils due to ponding of water, plumbing leaks or lack of irrigation. Page 9 Geotechnical Report Inspiring Temple of Praise Church, Fort Worth, Texas Project No. 22-0101073 Footing Excavation Inspection. All foundation excavations should be inspected by a geotechnical engineer representative prior to steel and concrete placement to assess whether the foundation materials appear consistent with the boring logs. Further, all footing locations should be probed, density tested, and approved by a geotechnical engineer representative prior to placing steel reinforcing for footings and grade beams. Soft or loose soil zones encountered at the bottom of the footing excavations should be removed and the cavity should be backfilled with compacted select fill, "flowable" grout fill, crushed stone flexible base, concrete, or other approved material and placement control. 5.4 Retaining Wall and Below Grade Walls Walls above or below grade, including retaining and stem walls, are subject to lateral pressures from soil and water. Active soils and surcharge loading also influence lateral earth pressures. Backfill. Generally, a free -draining backfill is preferable to one that is relatively impervious, as the free -draining material will allow a less rigid wall design. Surface water should be precluded from entering the free draining backfill, to preclude backfill erosion, piping, and development of "undrained" conditions. Stem walls should be designed for "at -rest" conditions, as these features will be restrained at the top and bottom. Retaining walls should be designed for "active" conditions. Washed, granular backfill (with lower lateral pressures) should certainly be considered. This decision should be based upon a cost comparison of combinations of backfill and structural rigidity of walls, which should require evaluation by the structural engineer. Table 5.4.1 provides equivalent fluid pressure values for several soil types and loading cases. Lean clay (CL) and fat clay (CH) soils should not be placed and compacted for backfill. Regardless of whether on -site soils are used, the active zone behind the wall should be backfilled with a free draining material and designed for that condition. In this case, backfill should be protected from entry of runoff through aggressive, positive grading design, and with back -wall drainage. Positive drainage of walls is recommended to prevent development of the "undrained" condition. Special handling of irrigation runoff to avoid "water -logging" the backfill is also advised. Loading Considerations. For walls subjected entirely to soil loading (no water in the backfill), the normal earth pressure diagram is triangular. Surcharge loads such as vehicular traffic, Page 10 Geotechnical Report Inspiring Temple of Praise Church, Fort Worth, Texas Project No. 22-0101073 construction equipment, or other anticipated requirements should be added to the pressure diagram. Table 5.4.1: Retaining Wall Backfill Conditions Backfill Type Estimated Total Unit Active Condition At Rest Condition Equivalent Fluid Equivalent Fluid (Level Backfill) Weight Earth Pressure Earth Pressure Density Density (pcf) Coefficient, ka Coefficient, ko (pcf) (pcf) Select Fill 120 0.29 40 0.45 60 Granular Fill 120 0.28 34 0.44 53 On -Site Soils 120 0.55 70 0.70 90 Sliding Resistance. Frictional sliding resistance for lateral loading conditions may be determined using a coefficient of friction estimated from values provided in the following table. TABLE 5.4.2: COEFFICIENT OF FRICTION AT BASE OF WALL Material at Concrete Interface Coefficient Coarse Grained Soil without Silt (SC, SW, or SP) 0.45 Coarse Grained Soil with Silt (SM, SC-SM) 0.35 Clay (CL, CH) 0.30 If the base of the retaining wall rests on clay, the shearing resistance against sliding should be based on the cohesion of the clay, which can be estimated as one-half the unconfined compression strength value. If the clay is stiff or hard, its surface should be roughened before the concrete base is placed. Passive lateral pressures at the face of the footing, for resistance purposes, can be 250 psf per foot of soil height. A zero psf cohesion factor is recommended for the design, and a friction angle of 30' is also recommended. The frictional resistance against sliding (N tan 0) is 0.3N on native or compacted soil. Page 11 Inspiring Temple of Praise Church, Fort Worth, Texas 5.5 Floor Slab and Subgrade Considerations Geotechnical Report Project No. 22-0101073 Modulus of Subgrade Reaction. Construction of fill as specified herein beneath the building should result in the development of a modulus of subgrade reaction (ks) of approximately 125 pci based upon empirical equations that estimate the results of a plate load test. Subgrade. A dry Subgrade, with a smooth, low -friction surface should be provided beneath the slab. The slab should not be constructed on a saturated subgrade; and should not be constructed on a subgrade with standing water. Leveling Sand or Stone. If leveling sand is used, JITAOL recommends limiting the thickness of the sand to a maximum of four (4) inches. If crushed stone is used as a sub -slab working platform, the upper surface of the crushed stone should be "choked off" with crusher fines or similar crushed stone material to provide a smooth surface that will allow the slab on grade to shrink with minimum restraint. Utilities Through Slab. Utilities which project through the slab on grade should be designed with either some degree of flexibility or with sleeves. Such design features will help reduce damage to utility lines if vertical movements occur. 5.6 OSHA Soil Classifications The intercepted soils have different classifications in accordance with OSHA guidelines (CFR 29, Part 1926.650 to .652, Sub -Part P- Excavations). We recommend that the most conservative classification be used due to the variability of the soils. For temporary excavations, the following OSHA type classifications are recommended: Silty Sand (SC-SM) OSHA Type C The above recommendations are for excavations that will remain open for a period in excess of 24 hours and does not apply to long term conditions. 5.7 IBC Seismic Site Coefficient Based on the soil stratigraphy, a site coefficient of "D" as classified by the International Building Code, 2015 Edition is estimated. This assumes that subgrade conditions below the termination depth of borings for this investigation and extending to a depth of 100 feet, are comparable to those encountered within the upper depth of borings at the site. If additional information or verification is required, then additional borings to a minimum depth of 100 feet, or shear wave Page 12 Inspiring Temple of Praise Church, Fort Worth, Texas Geotechnical Report Project No. 22-0101073 velocity testing will be required. The Peak Ground Acceleration (PGA) for the site is 0.042 at short periods. The following table provides the subsequent ground motions. Table 5.6: Site Coefficient Values SS (Ground motion for 0.2 Second Period) I Sl (Ground motion for 1.0 Second Period) 0.09 g 0.049 g Page 13 Geotechnical Report Inspiring Temple of Praise Church, Fort Worth, Texas Project No. 22-0101073 IX4161ill 1411M14iI ML[4161011Ill 4:?—ANI M OLM 6.1 Site and Subgrade Preparation To prepare for foundation and soil supported floor slab construction, we recommend that all topsoil, vegetation, roots, debris and any soft soils in the building area be stripped from the site and either properly disposed or stockpiled for later use in landscaping. Utilities should be located and rerouted as necessary. Demolition of pavements or structures should be completed, with waste properly disposed, the site should be cut as required by grading plans and/or to accommodate minimum recommended fill placement below slab. The following procedure is provided for recommended foundation subgrade preparations. • Surficial soils should be stripped of any vegetation and organic materials; • Demolition of pavements or structures should be completed, with waste properly disposed; • The site should be cut as required by grading plans and/or to accommodate minimum recommended fill placement below slab; • Prior to fill activities, the stability of the exposed subgrade should be verified by proof rolling the foundation area; • Areas failing or rutting during proof roll should be mitigated accordingly; • The necessary mitigation of the exposed subgrade soil should include the Surficial subgrade area, extending a minimum of five (5) feet beyond the boundary of building area, should be scarified and compacted. The finished floor should be elevated a nominal distance above final site grades; Jitaol recommends a minimum of six (6) inches. Additional fill can be used to elevate the building pad so that positive drainage is provided away from the building. Where feasible, elevating the building pad with fill is generally desirable because this aids in providing positive drainage away from the floor slab and foundations and helps prevent water from collecting in the filled area. Proof Roll Verification. After stripping and undercutting, as required by the grading plan and overexcavation as required herein, the building area should be proof rolled with a heavy, loaded pneumatic -tired vehicle such as a 20 to 25 ton loaded dump truck or scraper. It is recommended that all areas beneath the floor slab be proof rolled to identify loose or soft soils. All proof rolling and undercutting activities should be witnessed by the geotechnical engineer's representative and should be performed during a period of dry weather. Any weak areas which Page 14 Geotechnical Report Inspiring Temple of Praise Church, Fort Worth, Texas Project No. 22-0101073 yield under proof roll, or any areas with a tendency to pump, should be mitigated. Such mitigation may include: • Overexcavation and backfilling, • Reprocessing to remove moisture, • Chemical modification with lime or cementitious admixtures, or • Installation of geosynthetics. In the event such mitigation is required, the geotechnical engineer should be contacted to design an appropriate procedure. Constructing foundation elements, including the floor slab, partially on cut and partially on fill is not recommended, unless the excavated subgrade surface is scarified and recompacted as recommended herein. Where fill is required beneath the structure then the depth of fill should be somewhat consistent beneath the entire structure to minimize differential settlement. Structures constructed partially on cut and partially on fill typically may exhibit differential movements in excess of normal due to the fill portion of the building settling more rapidly and a greater amount than that portion of the structure constructed on a cut area. Overexcavation. Any overexcavation required to provide select fill beneath the interior or perimeter footings should extend laterally at least 12 inches beyond the footing edge with the footing centered in the excavated and filled area. As an example, a four (4) foot wide footing would require a width of at least six (6) feet of overexcavation and select fill which, with the footing formed would provide at least one (1) foot of select fill outside the footing footprint. Jitaol should be consulted regarding subgrade preparation for footings greater than five (5) feet in least plan dimensions. 6.2 Select Fill Select fill material should have the following characteristics: • Free of organic or other deleterious materials, • Homogeneous mixture, • Maximum particle size of three (3) inches, • Liquid limit less than 35, • Plasticity index between five (5) and 15, and • A maximum of 60% passing the No. 200 sieve, Page 15 Geotechnical Report Inspiring Temple of Praise Church, Fort Worth, Texas Project No. 22-0101073 • Consist of silty -clayey sands (SC-SM), low plasticity sandy clays (CL), or clayey sands (SC) as defined by the Unified Soil Classification System. If a fine-grained material is used for fill, very close moisture content control will be required to achieve the recommended degree of compaction. Fill should be placed in maximum lifts of eight (8) inches of loose materials. Select fill thicknesses less than four (4) feet should be compacted within the range of two percentage points below (-2%) to two percentage points above (+2%) the optimum moisture content value and a minimum of 95% of the maximum density as determined by the Standard Proctor (ASTM D 698) test. If water must be added, it should be uniformly applied and thoroughly mixed into the soil by disking or scarifying. Granular Fill. Granular backfill should meet the requirements of ASTM C33 Size #56, #57 or #467 Stone. The fine materials in the granular fill should be non -plastic. The granular fill should be compacted to 95% of maximum dry density at or above the optimum moisture content as obtained using the Standard Proctor Method (ASTM D-698). Flexible Base Fill. Flexible base should meet the requirements of TxDOT Item 247, Type D, Grade 1 or 2. Recycled concrete meeting the gradation requirements of flexible base is also acceptable for use. The flexible base and recycled concrete should be compacted to 95% of maximum dry density at or above the optimum moisture content as obtained using the Standard Proctor Method (ASTM D-698). Fill Testing Frequency. Each lift of compacted soil should be tested and inspected by the soils engineer or his representative prior to placement of subsequent lifts. As a guideline, it is recommended that field density tests be taken at a frequency of not less than one (1) test per 2,500 square feet of surface area per lift or a minimum of four (4) tests per lift for each tested area for the building area, and not less than one (1) test per 5,000 square feet of surface area per lift or a minimum of four (4) per lift for each tested area for the pavement area. 6.3 Excavations and Slopes After excavating, footings should be inspected, and concrete placed as quickly as possible to avoid exposure of the footing bottoms to wetting and drying. If it is required that footing excavations be left open for more than one (1) day, they should be protected to reduce evaporation or entry of moisture. Adequate protection against sloughing of soil should be provided for workers and inspectors entering the footing excavations and undercut areas. Page 16 Geotechnical Report Inspiring Temple of Praise Church, Fort Worth, Texas Project No. 22-0101073 The contractor should be aware that slope height, slope inclination, or excavation depths (including utility trench excavations) should in no case exceed those specified in local, state, or federal safety regulations, e.g., OSHA Standards for Excavations, Title CFR 29, Part 1926.650 to .652 — Subpart P - Excavations, successor regulations as well as other building code requirements. Such regulations are strictly enforced and, if not followed, the owner, contractor, and earthwork and utility subcontractors could be liable for substantial penalties. If there is any plan to have spoil pile more than 20 feet in height to be placed in close proximity of an excavation at the site, it will be required to have the side slopes designed by a professional engineer registered in the State of Texas. 6.4 Drainage Water should not be allowed to collect near the foundations or floor slab area of the project either during or after construction. Undercut or excavated areas should be sloped toward a sump area to facilitate removal of any collected groundwater or surface runoff. Excessive foundation or slab movement should not occur if customary measures are taken to reduce and control moisture variations beneath the structure to preclude loss of shear strength of foundation soils. • Proper surface drainage should be maintained, and landscape irrigation systems should be located and operated in a manner to completely avoid wetting of building foundations. • After installation, the irrigation system should be pressure tested, any leaks repaired, and water spray systems directed away from the building(s). • Positive drainage away from the building(s) should be provided at all times, including during construction. If positive drainage is not provided, water will pond around or below the structure and excessive total and differential movements may occur. 6.5 Weather Considerations The soils encountered in the surficial zone at this site are expected to be relatively sensitive to disturbances caused by construction traffic when wet. The contractor should be aware of the importance of proper maintenance of surface drainage. Depending on weather -related ground conditions, contractor's maintenance of drainage during construction, and other factors, some difficulty may be encountered by the contractor in achieving compaction on initial lifts of fill Page 17 Geotechnical Report Inspiring Temple of Praise Church, Fort Worth, Texas Project No. 22-0101073 placed on loose or soft subgrade. This will be exacerbated by wet weather, particularly if the contractor allows surface drainage to enter and pond in the excavations. 6.6 Groundwater Control Due to potential variations in groundwater levels, difficulty during excavation and construction of the proposed foundation is possible. As noted, groundwater was not encountered at this site, and it is reasonable to anticipate that groundwater conditions may vary as noted previously. Some dewatering through shaping of work areas to shed water, and construction of temporary ditches with depressed areas ("sumps") and periodic pumping may be necessary to remove the loose soils and allow placement of select fill in a dry manner. Excavated soils intended for re -use as select fill may require special methods in order to dry the soil to a suitable moisture content prior to re -placing the soil as select fill. Pumping subgrades are possible at this site, especially if work is conducted during wet periods. If these conditions are encountered during construction, it may be advisable to consider replacement of wet, unstable material with a material that is less porous than the existing material, installation of "bleeder" ditches, French drains, and other measures. "Bleeder ditches" (maximum four (4) feet deep, temporary excavated de -watering ditches) may be required as an integral part of the contractor's base bid, if viewed as incidental or subsidiary to the other bid items. We suggest that this be clearly stated in the construction documents, so that the contractor is required to construct bleeder ditches and allow them to function prior to proposing and being compensated for alternative de -watering or subgrade preparation. 6.7 General Slope Stability Analysis and evaluation of the stability of slopes is beyond the scope of this investigation. Such analyses typically involve more extensive field investigation and sampling, specialized testing, and advanced analysis using computational techniques in combination with experienced engineering judgment. Slope stability analysis can be provided as an additional service. For general information, earth slopes higher than about six (6) feet can be of concern due to steepness, water accumulation in the slope, presence of seeps and springs, and surcharge loadings at or near the top of the slope. In general, earth slopes should be no steeper than 1 (vertical) on 3 (horizontal) and may require further flattening depending upon site conditions. Foundations near the top of slopes should be placed a minimum distance from the top of slope equivalent to the greater of five (5) feet or the height of the slope. Otherwise, properly designed and constructed retaining structures are advised. Page 18 Geotechnical Report Inspiring Temple of Praise Church, Fort Worth, Texas Project No. 22-0101073 6.8 Landscaping and Trees The effects of evapotranspiration from nearby trees can adversely affect the foundation soils by removing moisture during dry periods through their extensive root systems, resulting in shrinkage or subsidence of the subgrade in the tree -structure proximity. Therefore, Jitaol recommends the following: • Trees around the structures be no closer than 50 percent (50%) of the mature height of the tree; • Trees should not be positioned within the vertical projection of mature tree canopies or drip lines; and • If trees and large bushes are placed within closer proximity of the structures, vertical root barriers to a depth of at least four (4) feet below ground should be installed to inhibit the movement of the tree's roots systems under the floor slab and/or foundations. Page 19 Geotechnical Report Inspiring Temple of Praise Church, Fort Worth, Texas Project No. 22-0101073 7.0 PAVEMENT RECOMMENDATIONS 7.1 General The satisfactory performance of pavements for the parking and drive areas depends upon several factors including: • Characteristics of the supporting soil; • Magnitude and frequency of wheel load applications; • Quality of construction materials; • Contractor's placement and workmanship abilities, and • Desired period of design life. The general pavement design information presented in this report is based on subsurface conditions inferred by the test borings, information published by The Asphalt Institute, the Portland Cement Association, the American Association of State Highway and Transportation Officials (AASHTO), Texas Department of Transportation (TxDOT), and experience in the locale. The published information was utilized in conjunction with the available field and laboratory test data to develop general pavement designs based on the AASHTO structural numbering system. Soluble Sulfate. Soils with soluble sulfate concentrations over 3,000 ppm indicate a high level of risk associated with sulfate -induced heave. Soluble sulfate tests should be performed on the subgrade during construction, after final grading has been completed. 7.2 Pavement Types Pavements to be utilized by light vehicular traffic may be either flexible or rigid pavement sections supported on select fill. However, Portland cement concrete pavements should be utilized where large loads (i.e., waste disposal containers, etc.) are located. Both flexible and rigid pavement sections have been designed using general engineering design criteria referenced above. 7.3 Subgrade Subgrade Pavement Support. Most pavement design methods predicate the section design on a subgrade support value. Thus, the selection of a realistic subgrade support value is paramount to the design, performance, and life -cycle costs of the pavement section. Subgrade support is quantified by the California Bearing Ratio (CBR) in most pavement design procedures. For this Page 20 Geotechnical Report Inspiring Temple of Praise Church, Fort Worth, Texas Project No. 22-0101073 project, we recommend that a subgrade CBR value of 3.0% be used for design for all paving. This value has been determined based on published values of CBR values for surficial soil with similar index properties for the materials found at this site. Subgrade Stability. All pavement subgrade should meet density requirements and pass a proof rolling test and inspection (to confirm subgrade stability) in accordance with Item 216 (Proof Rolling) of the 2004 edition of the Texas Department of Transportation's (TxDOT) Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. A minimum 25-ton roller should be used for this application. It is strongly recommended that the contract documents require verification of these subgrade characteristics prior to beginning placement of pavement section materials. Stable subgrade is especially critical to the successful performance of flexible pavement sections. Subgrade may be, or become, wet and unstable under paving areas, depending on several factors, including construction season, groundwater fluctuations, contractor's maintenance of positive drainage, routing of equipment, weather, and scheduling constraints. Flexible base and concrete should be placed only on subgrade that has passed both stability and compaction requirements. Also, it is prudent for contract documents to accommodate overexcavation and replacement as needed or, more typically, to anticipate such remedial activity through the change order process. In any event, the owner should be advised that this risk is inherent in practically every construction project that involves site work. Subgrade or Subbase Compaction. Cohesive (clay) subgrade soils should be compacted to a minimum of 95% of maximum dry density defined by the Standard Proctor (ASTM D 698). Non - cohesive (silts and sands) subgrade soils should be compacted to 100% of maximum dry density defined by the Standard Proctor (ASTM D 698). 7.4 Flexible Pavement Details Asphaltic and Flexible Pavement Section Materials. HMAC (Hot -Mix Asphaltic Concrete flexible pavements may be designed and installed as: • Full -depth asphaltic base (Item 340, Type B), or • Crushed granular flexible base (Item 247, Type A, or C, Grade 1 or 2). Page 21 Geotechnical Report Inspiring Temple of Praise Church, Fort Worth, Texas Project No. 22-0101073 Aggregate Base Material. Only Type A or C, and Grade 1 or 2 materials are recommended. Note that flexible base must have a TxDOT Triaxial Class between 1 and 2.3. As an alternative, the material should have a minimum California Bearing Ratio (CBR) value of 60 (ASTM D 1883). Wet ball mill tests (for aggregate durability) are also required by the TxDOT Standard Specifications. Unfortunately, these tests are often overlooked in some projects, frequently allowing substandard materials to be used, resulting in unsatisfactory performance of paving. Granular base should be compacted to 95 percent (95%) of the maximum dry density defined by the Modified Proctor (ASTM D 1557). Wearing Course. Surface or "wearing" course asphaltic concrete should consist of TxDOT Item 340, Type D material. Surface course asphalt should be compacted to a minimum of 95 percent (95%) of the dry density of the laboratory molded specimen, or a minimum of 92 percent (92%) of the maximum theoretical dry density. Asphaltic Base Course. As mentioned above base course asphaltic concrete should consist of TxDOT Item 340, Type B. Base course asphalt should be compacted to a minimum of 95 percent (95%) of the dry density of the laboratory molded specimen, or a minimum of 92 percent (92%) of the maximum theoretical dry density. 7.5 Rigid Pavement Details Concrete. Concrete compressive strength should be a minimum of 3,700 psi at 28 days. The concrete should be designed with five (5) percent (± 1 percent) entrained air to improve workability and durability. Reinforcement. Steel reinforcement should be in accordance with local or accepted codes. It is customary to provide minimum reinforcement of No. 3 deformed steel bars spaced on 18-inch centers each way. Concrete Finishing. Proper finishing of concrete pavement requires appropriate construction joints to reduce the potential for cracking. • Construction joints ("weakened planes") should be designed in accordance with current Portland Cement Association guidelines. • We recommend that such "weakened plane" joints be spaced no more than 15 feet center to center, or as specified by the structural engineer. Page 22 Inspiring Temple of Praise Church, Fort Worth, Texas Geotechnical Report Project No. 22-0101073 • Depth of such joints should be % (% preferred) of the pavement thickness. • These joints should be cut as soon as the concrete will support the machinery. Joints should be sealed to reduce the potential for water infiltration into pavement joints and subsequent infiltration into the supporting soils. 7.6 Pavement Section Recommendations The tables below present a summary of both rigid and flexible pavement sections for standard and heavy-duty applications, generally intended for passenger vehicle, light truck traffic and heavy truck traffic, respectively. It should be noted that the pavement sections as presented below are minimums. If it is desired to reduce potential cracking, greater thickness of select fill and/or greater pavement section thickness could be utilized. In addition, long term pavement performance requires good drainage and performance of periodic maintenance activities. If heavier traffic conditions are anticipated, Jitaol should be consulted for additional recommendations. Refer to the text for qualification of the designs and further discussion and limitations. TABLE 7.6A: PAVEMENT RECOMMENDATIONS (STANDARD DUTY) Pavement Type I Pavement Section Portland Cement Concrete 5.0" Portland Cement Concrete 6.0" Cement Stabilized Subgrade or Flexible Base 2.0" Asphalt Surface Course (Hot Mix Asphaltic Concrete) Flexible Pavement 3.0" Asphalt Binder Course' 6.0" Cement Stabilized Subgrade or Flexible Base NOTE: 1. Flexible base material may be substituted for the asphalt binder using a substitute ratio of three inches of flexible base for each inch of asphalt binder. TABLE 7.6B. PAVEMENT RECOMMENDATIONS (HEAVY DUTY) Pavement Type I Pavement Section Portland Cement Concrete 6.0" Portland Cement Concrete 6.0" Cement Stabilized Subgrade or Flexible Base NOTE: 2.0" Asphalt Surface Course (Hot Mix Asphaltic Concrete) Flexible Pavement 4.5" Asphalt Binder Course' 6.0" Cement Stabilized Subgrade or Flexible Base 1. Flexible base material may be substituted for the asphalt binder using a substitute ratio of three inches of flexible base for each inch of asphalt binder. Page 23 Inspiring Temple of Praise Church, Fort Worth, Texas Geotechnical Report Project No. 22-0101073 Pavement Maintenance. Long-term pavement performance will be dependent on several factors, including maintaining subgrade moisture levels and providing for preventive maintenance. The following recommendations should be considered as a minimum: a. A minimum of % inch per foot slope on the pavement surface to allow proper surface drainage; b. Adjacent site grading at a minimum of 2% grade away from the pavements; c. Install joint sealant and seal cracks immediately; and d. Placing compacted, low permeability clay backfill against the exterior side of curb and gutter. All paving recommendations are based on stable subgrade. Subgrade areas which are unstable should be overexcavated and replaced, or otherwise rendered stable prior to proceeding with base material placement. Paving section details for entrances off public streets and highways are typically mandated by either local and/or State entities. While the above pavement sections are believed to be technically appropriate and adequate, the designer is advised to consult with the regulatory entity for any required design and construction details. Page 24 Geotechnical Report Inspiring Temple of Praise Church, Fort Worth, Texas Project No. 22-0101073 8.0 CONCLUSION The exploration and analysis of the foundation and pavement conditions reported herein are considered sufficient in detail and scope to form a reasonable basis for the foundation and pavement design. The recommendations submitted are based on the available soil information and preliminary design details furnished for the proposed project. Any revision of the plans for the proposed facility from those enumerated in this report should be brought to our attention so that we may determine if changes in the foundation and pavement recommendations are required. If deviations from the noted subsurface conditions are encountered during construction, JITAOL should be retained to determine if changes in foundation and pavement recommendations are required. The findings, recommendations, specifications, or professional advice contained herein have been made after being prepared in accordance with generally accepted professional engineering practice in the fields of foundation engineering, soil mechanics, and engineering geology. No other warranties are implied or expressed. Limitations. The scope of services did not include any environmental assessment for the presence or absence of wetlands or hazardous or toxic materials in the soil, surface water, groundwater, or air, on or below or around this site. Any statements in this report or on the boring logs regarding odors, colors, or unusual or suspicious items or conditions are strictly for the information of the client. Prior to purchase or development of this site, an environmental assessment is advisable. The scope of services did not include a geologic investigation to address any faults, large scale subsidence, or other macro geologic features not specifically addressed in this report or the agreement between JITAOL and the client. Project Review. After the plans and specifications are more complete, it is recommended that the soils and foundation engineer be provided the opportunity to review the final design and specifications in order that the earthwork, foundation and pavement recommendations may be properly interpreted and implemented. At that time, it may be necessary to submit supplementary recommendations. Report Preparation. This report has been prepared for the exclusive use of our client for the specific application to the referenced project. JITAOL cannot be responsible for interpretations, opinions, or recommendations made by others based on the data contained in this report. Page 25 Inspiring Temple of Praise Church, Fort Worth, Texas Geotechnical Report Project No. 22-0101073 This report was prepared for design purposes only and may not be sufficient for purposes of preparing an accurate bid for construction. Contractors reviewing this report are advised that the discussions and recommendations contained herein were provided exclusively to and for use by Inspiring Temple of Praise (ITOP) Church. Page 26 Geotechnical Report Inspiring Temple of Praise Church, Fort Worth, Texas Project No. 22-0101073 SUMMARY The following summarizes the main findings of the exploration, with due consideration for the economic assessment of other alternative foundation options on the planned development with respect to the foundation recommendations summarized herein. The information in the summary should not be utilized in lieu of reading the entire geotechnical report. • The geotechnical exploration performed for this study consisted of a total of four (4) borings. The borings were drilled within the footprint of the buildings and pavement and drive areas to a depth of between 5 and 25 feet below the existing site grades. • The borings encountered Silty Sand (SC-SM) soils to respective termination depth of 5 and 25 feet below the existing site grade. Groundwater seepage was not encountered during drilling and upon completion of drilling operations. • The soils encountered are considered to have low expansive activity. Potential Vertical Rise (PVR) on the order of 1 inch was estimated for the site based on dry conditions. • The planned buildings may be supported on a foundation system using a shallow footing or monolithic slab on grade. • Both asphaltic and concrete pavements can be used. Recommendations on the subgrade preparation and construction are outlined in the body of the report. Page 27 119 `E W 0 vo r 0 A !y r-r FIRE LANE 1 m � aEll= � ism m P misa ® os.—L LL-= FIRE LANE ■ __J Boring Location Plan ITOP Church Building Development SWQ John T White Rd and Cook Lane Fort Worth, Texas n JITAOL Engineering, PLLC 5071 David Strickland Road, Suite 104 Fort Worth, Texas 76119 SCALE: NTS Project #.: 22-0101073 DATE: September 25, 2022 FIGURE: BLD Project: ITOP Church Building Development Log of Boring B-01 Project Location: SWQ John T White Road and Cooks Lane, Texa Sheet 1 of 1 Project Number: 22-0101073 Date(s) 09/15/2022 Logged By H.S.C. Checked By TM Drilled Drilling Continuous Flight Auger Drill Bit 3/$" Total Depth 25 Method Size/Type of Borehole Drill Rig Mobile Drill B-57 Drilling SM GeoDrilling Approximate 594 Type Contractor Surface Elevation Groundwater Level Not Encountered Sampling SPT Hammer 140 LB and Date Measured Method(s) Data Borehole Auger Cuttings Location Latitude: 32.7645 Degrees N, Longitude: 97.1840 Degrees W Backfill m U C � o w .-. N U D C w Z p) w H O J c p LL o U > Q E E E 3 v, c' °' o Remarks & Other w ii n-0 U MATERIAL DESCRIPTION m Tests 594— 0 sM-sc } (SC-SM) SILTY SAND, brown, _ _ S-1 14 light brown, moist, medium - _ _ \ S-2 18 dense to very dense, with gravels. _ - 589— 5 S-3 28 — 8 NP NP 25.6 S-4 35 _ \ S-5 44 _ 584— 10— — S-6 !`V 70 _ 579— 15— sM-sc with cemented sand layer at 15' — \ S-7 95 _ _ 574— 20— — - S-8 36 - 569— 25� SM-sC End of Boring at 25' 564 — 30 Figure 1 Project: ITOP Church Building Development Log of Boring B-02 Project Location: SWQ John T White Road and Cooks Lane, Texa Sheet 1 of 1 Project Number: 22-0101073 Date(s) 09/15/2022 Logged By H.S.C. Checked By TM Drilled Drilling Continuous Flight Auger Drill Bit 3/$" Total Depth 25 Method Size/Type of Borehole Drill Rig Mobile Drill B-57 Drilling SM GeoDrilling Approximate 590 Type Contractor Surface Elevation Groundwater Level Not Encountered Sampling SPT Hammer 140 LB and Date Measured Method(s) Data Borehole Auger Cuttings Location Latitude: 32.7642 Degrees N, Longitude: 97.1840 Degrees W Backfill m U C � o w .-. N U D C w Z p) w H O J c p LL o U > Q E E E 3 v, c' °' o Remarks & Other w o in in <n -0 U c7 MATERIAL DESCRIPTION m 3: _J 0- 0- Tests 590— 0 sM-sc } (SC-SM) SILTY SAND, brown, _ _ S-1 17 light brown, moist, medium _ 8 NP NP 27.3 _ _ \ S 2 22 dense to very dense, with gravels. _ - 585— 5 S-3 31 — S-4 40 _ \ S-5 36 _ 580— 10— — S-6 !`V 37 _ 575— 15— — - sM-sc — with cemented sand layer at - S-7 38 18' _ _ 570— 20— — - S-8 43 - 565— 25� SM-SC End of Boring at 25' 560 — 30 Figure 1 Project: ITOP Church Building Development Log of Boring B-03 Project Location: SWQ John T White Road and Cooks Lane, Texa Sheet 1 of 1 Project Number: 22-0101073 Date(s) 09/15/2022 Logged By H.S.C. Checked By TM Drilled Drilling Continuous Flight Auger Drill Bit 3/$" Total Depth 5 Method Size/Type of Borehole Drill Rig Mobile Drill B-57 Drilling SM GeoDrilling Approximate 595 Type Contractor Surface Elevation Groundwater Level Not Encountered Sampling SPT Hammer 140 LB and Date Measured Method(s) Data Borehole Auger Cuttings Location Latitude: 32.7643 Degrees N, Longitude: 97.1837 Degrees W Backfill m U C � o w .-. N U D C w Z p) w H O J c p LL o U > Q E E E 3 v, c' °' o Remarks & Other w o in in <n -0 U c7 MATERIAL DESCRIPTION m Tests 595— 0 sM-sc } (SC-SM) SILTY SAND, brown, S-1 - -� 23 light brown, moist, medium - 5 NP NP 14.7 dense to very dense, with _ _ \ S-2 19 _ gravels. - � S-3 15 590— 5� SM-SC End of Boring at 5' 585— 10— — — 580— 15— — — 575— 20— — — 570— 25— — — 565— 30 Figure 1 Project: ITOP Church Building Development Log of Boring B-04 Project Location: SWQ John T White Road and Cooks Lane, Texa Sheet 1 of 1 Project Number: 22-0101073 Date(s) 09/15/2022 Logged By H.S.C. Checked By TM Drilled Drilling Continuous Flight Auger Drill Bit 3/$" Total Depth 5 Method Size/Type of Borehole Drill Rig Mobile Drill B-57 Drilling SM GeoDrilling Approximate 596 Type Contractor Surface Elevation Groundwater Level Not Encountered Sampling SPT Hammer 140 LB and Date Measured Method(s) Data Borehole Auger Cuttings Location Latitude: 32.7641 Degrees N, Longitude: 97.1835 Degrees W Backfill m U C � o w .-. N U D C w Z p) w H O J c p LL o U > Q E E E 3 v, c' °' o Remarks & Other w ii n-0 U MATERIAL DESCRIPTION m Tests 596— 0 sM-sc (SC-SM) SILTY SAND, brown, - -� s �� ri light brown, moist, medium - dense to very dense, with _ - \ S-2 20 � _ gravels. - 10 NP NP 29.6 � S-3 18 591— 5 SM-SC End of Boring at 5' 586— 10— — — 581— 15— — — 576— 20— — — 571 — 25— — — 566 — 30 Figure 1 Project: ITOP Church Building Development Key to Log of Boring Project Location: SWQ John T White Road and Cooks Lane, Texas Sheet 1 of 1 Project Number: 22-0101073 of U C � o N 1 7 Q-' U O C c w Z p> w H J o a)5 p LL U v , t > Q E' E E 3 c °' °' o Remarks & Other m w o in <n <n - U 2 c7 MATERIAL DESCRIPTION 3: _J CL CL Tests L1J U 3 U U U U U U Lg 11 L� n [A COLUMN DESCRIPTIONS 1 Elevation (feet): Elevation (MSL, feet). �9 MATERIAL DESCRIPTION: Description of material encountered. 2 Depth (feet): Depth in feet below the ground surface. May include consistency, moisture, color, and other descriptive LIJ Sample Type: Type of soil sample collected at the depth interval text. shown. 1� Water Content, %: Water content of the soil sample, expressed as Sample Number: Sample identification number. percentage of dry weight of sample. B4 5 Sampling Resistance, blows/ft: Number of blows to advance driven 11 LL, %: Liquid Limit, expressed as a water content. sampler one foot (or distance shown) beyond seating interval 14 PI, %: Plasticity Index, expressed as a water content. using the hammer identified on the boring log. tg Percent Fines: The percent fines (soil passing the No. 200 Sieve) 6 Consistency, tsf: Relative consistency of the subsurface material. in the sample. WA indicates a Wash Sieve, SA indicates a Sieve 7 Material Type: Type of material encountered. Analysis. L8j Graphic Log: Graphic depiction of the subsurface material q Remarks & Other Tests: Comments and observations regarding encountered. drilling or sampling made by driller or field personnel. FIELD AND LABORATORY TEST ABBREVIATIONS CHEM: Chemical tests to assess corrosivity COMP: Compaction test CONS: One-dimensional consolidation test LL: Liquid Limit, percent MATERIAL GRAPHIC SYMBOLS RNSilty to Clayey SAND (SM-SC) TYPICAL SAMPLER GRAPHIC SYMBOLS Auger sampler Py CME Sampler Bulk Sample Grab Sample 3-inch-OD California w/ ' 2.5-inch-OD Modified brass rings California w/ brass liners GENERAL NOTES PI: Plasticity Index, percent SA: Sieve analysis (percent passing No. 200 Sieve) UC: Unconfined compressive strength test, Qu, in ksf WA: Wash sieve (percent passing No. 200 Sieve) Is] l9� ZT-11C7.1Dill MY4I111161 Pitcher Sample Water level (at time of drilling, ATD) 2-inch-OD unlined split Water level (after waiting) spoon (SPT) Minor change in material properties within a stratum Shelby Tube (Thin -walled, — - Inferred/gradational contact between strata fixed head) —?- Queried contact between strata 1: Soil classifications are based on the Unified Soil Classification System. Descriptions and stratum lines are interpretive, and actual lithologic changes may be gradual. Field descriptions may have been modified to reflect results of lab tests. 2: Descriptions on these logs apply only at the specific boring locations and at the time the borings were advanced. They are not warranted to be representative of subsurface conditions at other locations or times. Figure B-1 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 IApprovall Spec No. IClasssification Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16) 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra -Seal P-201 ASTM 132240/13412/13792 04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 04/26/00 33 05 13 Profile Gasket for 4' Diam. MH. Press -Seal Gasket Corp. 250-4G Gasket ASTM C-443/C-361 SS MH 1126199 33 05 13 HOPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non -traffic area 5/13105 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13) 1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. Flowthe ASTM 3753 Non -traffic area 08/30/06 33 39 13 Fiberglass Manhole L.F. Manufacturing Non -traffic area Water &Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16) * 33 05 13 IManhole Frames and Covers I Westem Iron Works, Bass & Hays Foundry 1001 24"x40" WD Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) " 3305 13 Manhole Frames and Covers Westem Iron Works, Bass & Hays Foundry 30024 24" Dia. * 3305 13 Manhole Frames and Covers McKinley It. Works Inc. A 24 AM 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia. 33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N 33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N 33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" dia. 33 05 13 Manhole Frames and Covers Neenah Casting 24" dia. 10/31/06 33 05 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia. 7/25/03 3305 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R8FS 30" Dia. 01/31/06 3305 13 30" Dia. MH Ring and Cover East Jordan Iron Works V1432-2 and V1483 Designs AASFITO M306-04 30" Dia. 11/02/10 3305 13 30" Dia. MH Ring and Cover Sigma Corporation MH1651FWN & MH16502 30" Dia 07/19/1 t 3305 13 30" Dia. MH Ring and Cover Star Pipe Products NIH32FTWSS-DC 30" Dia 08/10/11 3305 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia 30" ERGO XL Assembly 10/14/13 3305 13 30" Dia. MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works with Cam Lock/MPIC/T-Gasket ASSHTO MI 05 & ASTM A536 30" Dia 06/01/17 3405 13 30" Dia. MH Ring and Cover (Lockable) CI SIP Industries 2280 (32") ASTM A 48 30" Dia. 12/05/23 3405 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CI SIP Industries 4267WT - Hinged (32") ASTM A 48 30" Dia. CAP-ONE-30-FTW, Composite, w/ Lock .111111 33 OS 13 30" Dia. MH Ring and Cover Composite Access Products, L.P. w/o Hing 30" Dia. 10/07/21 3405 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Dia. Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16) * 3305 13 Manhole Frames and Covers Pont-A-Mousson Pamoight 24" Dia. * 3305 13 Manhole Frames and Covers Neenah Casting 24" Dia. * 3305 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia. * 3305 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. 03/08/00 3305 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia. 04/20/01 3305 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia. Water & Sewer - Manholes & Bases/Precast Concrete ( tev 1/8/13) * 33 39 10 Manhole, Precast Concrete Hydro Condurt Corp SPL Item #49 ASTM C 478 41" * 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 48" 09/23/96 33 39 10 Manhole, Precast Concrete Concrete Product Inc. 48" I.D. Manhole w/ 32" Cone ASTM C 478 48" w/32" cone 12/05/23 33 39 10 Manhole, Precast Concrete The Turner Company 72" I.D. Manhole w/ 32" Cone ASTM C 478 72" 05/08/18 33 39 10 Manhole, Precast Concrete The Turner Company 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 48", 60" Manhole, Opening an at top, 09/0324 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc. Transition Cones ASTM C 478 48" to 84" LD. 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72" 1 09/06/19 33 3920 Manhole, Precast Concrete Forterra Pipe and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72" 10/07/21 32 39 20 Manhole, Precast Concrete Fortcrra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48" 10/07/21 33 3920 Manhole, Precast Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60" 10/07/21 33 3920 Manhole, Precast (Hybrid) Polymer & PVC Geneva Pie and Precast Predl Systems) 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Non Traffic Areas ASTM C-478; ASTM C-923; 03/07/23 33 39 20 Manhole, Precast Concrete AmeriTex Pipe and Products, LLC 48" & 61" I.D. Manhole w/32" Cone ASTM C-443 03/07/23 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete P3 Polymers, RockHardsep 48" & 60" I.D. Manhole w/32" Cone 04/28/07 Manhole, Precast (Reinforced Polymer) Concrete Amitech USA Meyer Polycrete Pipe Sewer -(WAC) Wastewater Access Chamber 33 39 40 12/29/23 33 39 20 I Wastewater Access Chamber I Onicksoream Solutions, Inc. Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious * E1-14 Manhole Rehab Systems Ouadex 04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc. E1-14 Manhole Rehab Systems AP/M Pe —mom 4/20/01 E1-14 Manhole Rehab System Strong Company 5/12/03 E1-14 Manhole Rehab System (Liner) Triplex Lining System 08/30/06 General Concrete Repair FlexKrete Technologies Type 8 Maintenace Shaft (P000it) Relmer MSP Strong Seal MS2A Rehab System MH repair product to stop infiltration ASTM D5813 Vinyl Polyester Reparr Product For use when Sod. MH cannot be installed due to depth Misc. Use * From Original Standard Products List 1 FORT WORTH® CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 (Approval Spec No. IClasssification I Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Rehab Svstems/NonCementitious 05/20/96 E1-14 Manhole Rehab Systems Sprayrou, Spray Wall Polyurethane Coating ASTM D639/D790 12/14/01 Coating for Corrosion protection(Exterior) ERTECH Series 20230 and 2100 (Asphatic Emulsion) Structures Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1BB, Sl, S2 Acid Resistance Test Sewer Applications 8/28/2006 I Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications 33 OS 16, 33 39 10, RR&C Dampproofing Non-Fibered Spray For Exterior Coating of Concrete 03/19/18 33 39 20 Coating for Corrosion protection(Exterior) Sherwin Williams Grade (Asphatic Emulsion) Structures Only Water & Sewer - Manhole Inserts - Field Onerations Use Only (Rev 2/3/16) * 33 05 13 Manhole Insert Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia. * 3305 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert Nofiow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. 09/23/96 3305 13 Manhole Insert Southwestem Packing & Seals, Inc. Lifesaver - Stainless Steel For 24" dia. 09/23/96 3305 13 Manhole Insert Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia Water & Sewer - Pine Casine Spacers 33-05-24 (07/01/13) 11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc. Carbon Steel Spacers, Model SI 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI 04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48" 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casing Spacers Up to 48" 05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48" 03/19/18 Casing Spacers BWM SS-12 Casing Spacer(Stainless Steel) FB-12 Casing Spacer (Coated Carbon Steel) 03/19/18 Casing Spacers BWM for Non_rressure Pipe and Grouted Casing 03/29/22 33 05 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12 Per Manuf Manufacturers Requirements (Sewer 09/03/24 33 OS 13 Casing Spacers Raci (Completely HDPE) 8" - 12" (Sewer Only) Water & Sewer - Pines/Ductile Iron 33-11-10(1/8/13) * 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AW WA C150, C151 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Futile Pipe (Bell Spigot) AW WA C150, C151 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AW WA C150, C151 * 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AW WA C150, C151 * 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AW WA C150, C151 Water & Sewer - Utility Line Marker (08/24/2018) Sewer - Coating [s/EDo%v 33-39-60 (01/08/13) 02/25/02 Eooxy Lining System Sauereisen, Inc SewerGard 21 ORS LA County 9210-1.33 12/14/01 Eooxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series 04/14/05 Interim Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, SIBB, Sl, S2 Acid Resistance Test 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer - Coatinas/Polvurethane 3" thin 24" 4" thin 30" 4" thin 30" Ductile Iron Pipe Only Sewer Applications Sewer Applications Sewer - Combination Air Valves 05/25/18 33-31-70 1 Air Release Valve A.R.I. USA, Inc. D025LTP02(Composite Body) 2" Sewer - Pioes/Concrete * E1-04 Conc. Pipe, Reinforced Wall Concrete Pipe Co. Inc. ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hanson Concrete Products -hele, #98 Pipe ASTM C 76 * EI-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. hic. ASTM C 76 Sewer - Pine Enlar¢ment Svstem (Method)33-31-23 (01/18/13) PIM System PIM Corporation Polyethylene PIM Corp., Piscam Way, N.J. Approved Previously McConnell Systems McLat Construction Polyethylene Houston, Texas Approved Previously TRS Systems Trenchless Replacement System Polyethylene Calgary, Canada Approved Previously Sewer - PiDe/Fiber0ass Reinforced/ 33-31-13(1/8/13) 7/21/97 3331 13 Cent. Cast Fiberglass (FRP) Hobas Pipe USA, Inc. Hobas Pipe (Non -Pressure) ASTM D3262/1)3754 03/22/10 3331 13 Fiberglass Pipe (FRP) Ameron Bondstrand RPMP Pipe ASTM D3262/D3754 04/09/21 3331 13 Glass -Fiber Reinforced Polvmer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtite) ASTM D3262/D3754 ASTM D3262, ASTM D3681, 03/07/23 3331 13 Fiberglass Pipe (FRP) Future Pipe Industries Fili—trong FRP ASTM D4161, AW WA M45 ASTM D3262, ASTM D3517, 09/03/24 3331 13 Fiberglass Pipe (FREI Superlit Bern,Sanayi A.S. Superlit FRP ASTM 3754, AW WA C950 * From Original Standard Products List 2 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 IApprovall Spec No. [Classsification I Manufacturer I Model No. I National Spec I Size Sewer - Piue/Polvmer Pioe 4/14/05 Polymer Modutied Concrete Pro, —'to- USA Meyer Polycrete Pipe ASTM C33, A276, -11 8" to I Q'l Class V 06/09/10 El-9 Reinforced Polymer Concrete Pipe US Composite Pioe Reinforced Polymer Concrete Pioe ASTM C-76 Sewer - Piues/HDPE 33-31-23(1/8/13), * High -density polyethylene pipe Phillips Dnscopipe, Inc. Ooticme Ductile Polyethylene Pipe ASTM D 1248 8" * H:gh-densny polyethylene pipe Plesco Inc. ASTM D 1248 8" * High -density polyethylene pipe Polly Pipe, Inc. ASTMD 1248 8" High -density polyethylene pipe CSR Hydro Condud/Pioelme Systems McConnell Pipe Enlargement ASTM D 1248 Sewer - P1Des/PVC (Pressure Sewer) 33-11-12 (4/1/131 12/02/11 33-11-1� DR -Id PVC Pressure Pipe P,pelife Jctstream PVC Pressure Pipe AW WA C900 4" thru 12" 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Budding Products Royal Seal PVC Pressure Pipe AW WA C900 4" thru 12" Sewer - Piues/PVC* 33-31-20 (7/1/13), * 33-31-20 PVC Sewer Pioe 1-M Manufacturing Co., Inc. (JM Eagle) SDR-26 (PSI 15) ASTM D 3034 4" - 15" 12/23/97* 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation SDR-26 (PSI 15) ASTM D 3034 4" thru 15" * 33-31-20 PVC Sewer Pipe Lamson Won Pipe SDR-26 (PSI 15) ASTM D 3034 4" thru 15" 12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe SDR-26 (PSI 15) ASTM D3034 4" thru 15" 12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe Gravity Sewer PS 115 ASTM F 679 18" * 33-31-20 PVC Sewer P' 1-M Manufacturin\v�Co, Ina (1M Eagle) PS 115 ASTM F 679 18" - 28" 05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plastics Corporation PS 115 ASTM F-679 18" to 48" 04/27/06 33-31-20 PVC Sewer Fittings Harco SDR-26 (PS 115) Gasket Finings ASTM D-3034, D-1784, etc 4" - 11" * 33-31-20 PVC Sewer Fittings Plastic Trends, Inc.(Westlake) Gasketed PVC Sewer Main Finings ASTM D 3034 1 3/19/2018 33 3120 PVC Sewer Pipe Pioelife Jet Stream SDR 26 (PS 115) ASTM F679 18"- 24" 1 3/19/2018 33 3120 PVC Sewer PTe Pioelife Jet Stream SDR 26 ASTM D3034 4"- 15" 1 3/29/2019 33 3120 Gasketed Fittings (PVC) GPK Products, Inc. SDR 26 ASTM D3034 4"- 15" 1 10/21/2020 33 3120 PVC Sewer Pipe NAPCO(Westlake) SDR 26 ASTM D3034 4" - 15" 1 10/22/2020 33 3120 PVC Sewer Pipe Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15" 1 10/21/2020 1 333120 PVC Sewer Pipe NAPCO(Westlake) SDR 26 PS 115 ASTM F-679 18"-36" * From Original Standard Products List FORT WORTH® CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 08/28/02 Double Strap Saddle Smith Blau 4317 Nylon Coated Double Strap Saddle 07/23/12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AWWA C800 1"-2" SVC, up to 24" Pipe 03/07/23 33-12-10 Double Strap Service Saddle Powerseal 3450AS, Incl. Corp. Stop, Dbl Strap, Stainless NSF ANSI 372 1"-2" SVC, up to 24" Pipe 10/27/87 Curb Stops -Ball Meter Valves McDonald 6100M,6100MT & 61 OMT 3/4" and 1" 1.1.7 Curb Stops -Ball Meter Valves McDonald 4603B, 4604B, 6100M, 610OTM and 6101M VW' and 2" FB600-7NL, FBI600-7-NL, FV23-777-W-NL, 5/25/2.1. 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. L22-77NL AWWA C800 2" FB600-6-NL, FB1600-6-NL, FV23-666-W- 1/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, L22-66NL AWWA C800 1-1/2" FB600-4-NL, FB1600-4-NL, B11-444-WR- 1/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, B22444-WR-NL, L28-44NL AWWA C800 " B-25000N, B-24277N-3, B-20200N-3, H- AWWA C800, ANSF 61, 5/25/2018 334240 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, , H-1552N, H142276N ANSI/NSF 372 _ B-25000N, B-20200N-3, B-24277N-3,H- AW WA C800, ANSE 61, 1/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, H-14276N, H-15525N ANSI/NSF 372 1-1 i2" B-25000N, B-20200N-3,H-15000N, H- AWWA C800,ANSF61, 1/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 1553ON ANSI/NSF 372 1" 01/26/00 Coated Tapping Saddle with Double SS Straps JCM IndusMes, Inc. #406 Double Band SS Saddle 1"-2" Taps on up to 12" 0/5121/12 33-12-25 Tapping Sleeve (Coated Steep JCM Industries, Inc. 412 Tapping Sleeve ESS AWWA C-223 Up to 30" w/12" Out 03/29/22 33-12-25 Tapping Sleeve (Coated or Stainless Steep JCM Industries, Inc. 415 Tapping Sleeve AWWA C-223 Concrete Pipe Only 05/10/11 Tapping Sleeve (Stainless Steep Powerseal 3490AS (Flange) & 3490MJ 4"-8" and 16" 02/29/12 33-12-25 Tapping Sleeve (Coated Steep Romac FTS 420 AWWA C-223 U p to 42" w/24" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steep Routine SST Stainless Steel AWWA C-223 Up to 24" w/12" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steep Romac SST III Stainless Steel AWWA C-223 Up to 30" w/12" Out 05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 4" to 30" Plastic Meter Box w/Composite Lid DEW Plastics Inc. DFW37C-12-lEPAF FTW Plastic Meter Box w/Composite Lid DEW Plastics Inc. DFW39C-12-1EPAF FTW 08/30/06 Plastic Meter Box w/Composite Lid DEW Plastics Inc. DFW65C-14-IEPAF FTW Class "A" Concrete Meter Box Bass & Hays CMB37-B12 1118 LID-9 Concrete Meter Box Bass & Hays CMB-18-Dual 1416 LID-9 Concrete Meter Box Bass & Hays CMB65-B65 1527 LID-9 Water - Bolts. Nuts. and Gaskets 33-11-05 (01/08/13) None Water - Combination Air Release 33-31-70 (01/08/13) * E1-11 Combination Air Release Valve GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 1" & 2" * EI-11 Combination Air Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. 1/2" 1" &2" * EI-11 Combination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 1", 2" & 3" Water - Dry Barrel Fire Hvdrants 33-1240 (01/15/14) 10/01/87 E-1-12 Dry Barrel Fire Hydrant American -Darling Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502 03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing No. 94-18791 AWWA C-502 09/30/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AWWA C-502 01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783FW AWWA C-502 09/24/87 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AWWA C-502 Shop Drawings No. 6461 10/14/87 E-1-12 DryBarrel Fire Hydrant Mueller Company A-423 Centurion AW WA C-502 Shop Drawing FH-12 01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Super Centurion 200 AWWA C-502 10/09/97 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AWWA C-502 09/16/87 E-1-12 Dry Barrel Fire Hydrant American Flow Control (AFC) Waterous Pacer WB67 AWWA C-502 08/12/16 33-12-40 Dry Barrel Fire Hydrant EJ (East Jordan Iron Works) WaterMaster 5CD250 Water - Meters 02/05/93 E101-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AWWA C550 4" - 10" 08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701, Class 1 3/4" - 6" * From Original Standard Products List 4 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 IApprovall Spec No. IClasssification Manufacturer Model No. National Spec Size Water - Piues/PVC (Pressure Water) 33-31-70 (01/08/13) AW WA C900, AW WA C605, 1.113 33-11-12 PVC Pressure Pipe Vinylo ch PVC Pipe DR14 ASTM D1784 4"-16" AW WA C900, AW WA C605, 12/05/23 33-I1-12 PVC Pressure Pie Vin (tech PVC Pie DR18 ASTM D1784 16"-18" AW WA C900, AW WA C605, 09/03/24 33-I1-12 PVC Pressure Pie Northern Pie Products DR14 ASTM D1784 4"-16" AW WA C900, AW WA C605, 09/03/24 33-1142 PVC Pressure Pipe Northern Pipe Products DR18 ASTM D1784 16"-18" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AW WA C900 4"-12" 1 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AW WA C900 16"-24" 1 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 AW WA C900 4"-12" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AW WA C900 16"-24" AW WA C900-16 UL 1285 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14 ANSI/NSF 61 4"-28" FM 1612 AW WA C900-16 UL 1285 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 ANSI/NSF 61 16"-24" FM 1612 9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC AW WA C900 4" - 8" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR18 AWWA C900 16"-24" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR14 AW WA C900 4"- 12" 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AW WA C900 4"- 12" Water - PioesNalves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13) 07/23/92 EI-07 Ductile Iron Fittings Star Pipe Products, Inc. Mechanical Joint Fittings AW WA C153 & C110 * E1-07 Ductile Iron Fittings Griffin Pipe Products, Co. Mechanical Joint Fittings AW WA C 110 * E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilities Division Mechanical Joint Fittings, SSB Class 350 AW WA C 153, C 110, C III 08/11/98 E1-07 Ductile Iron Fittings Sigma, Co. Mechanical Joint Fittings, SSB Class 351 AW WA C 153, C 110, C 112 02/26/14 E1-07 MJ Fittings Accucast Class 350 C-153 MJ Fittings AW WA C153 4"-12" 05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box CoXiii-Flange Uni-Flange Series 1400 AW WA C111/C153 4" to 36" 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co.fUni-Flange Uni-Flange Series 1500 Circle -Lock AW WA C111/C153 4" to 24" 11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc. One Bolt Restrained Joint Fitting AW WA C111/Cl16/C153 4" to 12" 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 1100 (for DI Pipe) AW WA C111/Cl 16/C153 4" to 42" 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 2000 (for PVC Pipe) AW WA C111/C116/C153 4" to 24" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLC4 - SLCIO AW WA C111/C153 4" to 10" 03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCS4 - SLCS12 AW WA C111/C153 4" to 12" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCE AW WA C111/C153 12" to 24" 08/10/98 EI-07 MI Fittings(DIP) Sigma, Co. Sigma One-Lok SLDE AW WA C153 4" - 24" 10/12/10 EI-24 Interior Restrained Joint System S & B TmIancial Products Bulldog System ( Diamond Lok 21 & JM ASTM F-1624 4" to 12" 08/16/06 EI-07 Mechanical Joint Fittings SIP Industries(Serampore) Mechanical Joint Fittings AW WA C153 4" to 24" 11/07/16 33-I1-I1 Mechanical Joint Retainer Glands Star Pipe Products, Inc. PVC Stargrip Series 4000 ASTM A536 AW WA CI I I 11/07/16 33-I1-I1 Mechanical Joint Retainer Glands Star Pipe Products, Inc. DIP Stargrip Series 3000 ASTM A536 AW WA CI I I EZ Grip Joint Restraint (EZD) Black For DIP 03/19/18 33-I1-I1 Mechanical Joint Retainer Glands SIP Industries(Serampore) ASTM A536 AW WA CI I I 3"-48" EZ Grip Joint Restraint (EZD) Red for C900 0Jll-1 g 334141 Mechanical Joint -at.- Glands SIP Industries(Serampore) DR14 PVC Pipe ASTM A536 AW WA CI I I 4"-12" EZ Grip Joint Restraint (EZD) Red for C900 03/19/l8 334141 Mechanical Joint Retainer Glands SIP Industries(Serampore) DR18 PVC Pipe ASTM A536 AW WA C111 16"-24" * From Original Standard Products List 5 FORT WORTH® CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 Approval Spec No. [Classsification Manufacturer Water PiDes & Fittings/Resilient Seated Gate 33-12-20 (05/13/15) Model No. National Spec Size - alves Resilient Wedged Gate Valve w/no Gears aloe* American Flow Control Series 2500 Drawing # 94-20247 16" I 12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AW WA C515 30" and 36" I I 08/31/99 Resilient Wedge Gate Valve Amencan Flow Control Series 2520 & 2524 (SO 94-20255) AW WA C515 20" and 24" I I 05/18/99 Resilient Wedge Gate Valve Amencan Flow Control Series 2516 (SD 94-20247) AW WA C515 16" I I 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control Series 2500 (Ductile Iron) AW WA C515 4" to 12" I I 08/05/04 Resilient Wedge Gate Valve Amencan Flow Control 42" and 48" AFC 2500 AW WA C515 42" and 48" I I 05/23/91 E1-26 Resilient Wedge Gate Valve Amencan AVK Company American AVK Resilient Seeded GV AW WA C509 4" to 12" I I 01/24/02 E1-26 Resilient Wedge Gate Valve Amencan AVK Company 20" and smaller I I * E1-26 Resilient Seated Gate Valve Kennedy 4" - 12" I I E1-26 Resilient Seated Gate Valve M&H 4" - 12" I I * E1-26 Resilient Seated Gate Valve Mueller Co. 4" - 12" I I 11/08/99 Resilient Wedge Gate Valve Mueller Co. Series A2361 (SD 6647) AW WA C515 16" I 01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24" (SD 6709) AW WA C515 24" and smaller I 05/13/05 Resilient Wedge Gate Valve Mueller Co. Mueller 30" & 36", C-515 AW WA C515 30" and 36" I 01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 AW WA C515 42" and 48" I 01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. AW WA C509 4" - 12" I 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16" RS GV (SD D-20995) AW WA C515 16" I 11/08/99 EI-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve (SD D-21652) AW WA C515 24" and smaller I 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30" & 36" C-515 AW WA C515 30" and 36" (Note 3) 11/30/12 Resilient We Gate Valve Clow Valve Co. Clow Valve Model 2638 AW WA C515 24" to 48" (Nora 3) 05/08/91 E1-26 Resilient Seat Gate Valve Stockham Valves & Fittings AW WA C 509, ANSI 420 - stem, 4" - 12" I E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co. Metrosw1250, requirements SPL #74 3" to 16" 10/21/11 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works) EJ FImMast.r Gat. Valve & B- 08/24/18 Mateo Gate Valve Matco-Norca 225 MR AW WA/ANSI C115/An21.15 4" to 16" I Water - PiDes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14) I I * E1-30 Rubber Seated Butterfly Valve Henry Pratt Co. AW WA C-504 24" I * E1-30 Rubber Seated Butterfly Valve Mueller Co. AW WA C-504 24"and smaller I 1/11/99 E1-30 Rubber Seated Butterfly Valve Dezmik Valves Co. AW WA C-504 24" and larger I 06/12/03 E1-30 Valmatm American Butterfly Valve Valmanc Valve and Manufacturing Com. Valmatic American Butterfly Valve. AW WA C-504 Up to 84" diameter I 04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 4500 & 1450 AW WA C-504 24" to 48" 03/19/18 33 12 21 Rubber Seated ButterflyValve G. A. Industries Golden Anderson AW WA C504 ButterflyValve AW WA C-504 30"-14" 09/03/24 33 12 21 Rubber Seated ButterFl Valve American AVK Com an AW WA C504 Butterfl Valve Class 250B AW WA C-504 24" - 48" Water - Polvethvlene Encasement 33-11-10 (01/08/13) I 05/12/05 E1-13 Polyethylene Encasment Flexsol Packaging Fulton Enterprises AW WA C105 8 mil LLD I I 05/12/05 E1-13 Polyethylene Encasment Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AW WA C105 8 mil LLD I I 05/12/05 E1-13 Polyethylene Encasment AEP Industries Bullstrong by Cowtown Bolt & Gasket AW WA C105 8 mil LLD I I 09/06/19 33-11-11 IPolvethylone Encasment Northtown Products Inc. PE Encasement for DIP AW WA C105 8 mil LLD I I I I Water - SaRmlinE Station I I 09/02/24 1 331250 Water Sampling Station Mueller Water Products, Inc. Model BSS01-36-MUDG2-CSD-NL, Freeze Proof. Hasp for Locking Access Hatch Water - Automatic Flusher HG6-A-IN-2-BRN-LPRR(Portable) 10/21/20 Automated Flushing System Mueller Hydroguard HG2-A-IN--2-PVC-018-LPLG(Permanent) 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9800wc 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9700 (Portable) The Fort Worth Water Department's Standard Products List has been developed to minitmze the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility construction pr jeas. 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 car is on the Fort Worth Water Yellow Highlight indicates recent changes * From Original Standard Products List CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 I Concrete I Class A (Sidewalk, ADA Ramps, Driveways, Curb/Gutter, Median PaveineaD 19/92022 03 3000 M. Desop, AoP_.P Concrete Co.Prny 30CAF029 3000 psi Conaete for Sidewalks & ADA Ramps 3-5" Slump; 3-6° o Air 19/92022 011001 Ma Design Argos DL00000 t0433 3000 pet Concrete Cor SWmvalks, Curbs 3-5" Slump; 3-6% Av I9/92022 03 30 00 Ma Destgv Argos DIOOO0001055 3000 pet Concrete for fide,, Jvncton Boxes, Manholes, Channel L.ers, Sidewalks, Driveways, Curb & Gutter 3-5" Slump; 3-6%Air 16/2 024 03 3000 Ma Design Big Town Concrete 302050-1 3000 psi Concrete for Curbs said Sidewalks 3-5" Slump; 3-6%Air 19/92022 03 30 00 Ma Design Bumco Texas 30U101AG 3000 psi Concrete Ma for Flatwork 3-5" Slump; 3fi% AP 14/1 024 03 30 00 Ma Design Bumco Texas 30U500BG 3000psi Concrete Mix for Sidewalk, 3-5" Slump; 3fi%Air 19/92022 03 30 00 Ma Design Carder Conaae FWCC502001 3000 psi for Sidewalks, Driveways, Ramps, Cmb & Gutter, Flatwmk 3-5" Slump; 3fi% Air 19/92022 03 3000 M. Design Card. Concrete FWCC502021 3500 psi concrete for SidewaR.s, Driveways, Ramps, Curb & Gutter 3-5" Slump; 3-6% Air 19/92022 03 30 00 Ma Design Cltmley's Concrete 3759 3000 psi Concrete Ma Cor Sidewalks 3-5" S1_P; 3-6% Air 19/9/2022 03 30 00 M. Design Charky's Concrete 4102 3000 psi Concrete Mu Cor Sidewalks 3-5" Slump; 3-6%Air 19/9/2022 03 30 00 M. Design Chisholm Tied Red, Mu C13020AE 3000 psi Co.::. for Driveways, Curb & Gutter 3-5" Slump; 4.5-7.5%Air 19/92022 03 30 00 M. Design City Concrete Company 30HA20E 3000 psi Covaele Mu far Blocking, Sidewalks, F1roc ak, Pads 3-5" Slump; 3-6% AQ 19/92022 03 30 00 M. Design Cow Town Redi Mu 253-W 3000 psi Concrete Mu Sidewalks, ADA Ramps, Driveways, Curb &Gull., Safery End Treatments, Non-TkDOT Retuvmg Walls 3-5" Slump; 3-6% An 19/92022 03 30 00 Mu Design Cow Town Red, Mu 210 3000 psi Conae1, Mu far, Sidewalks, Driveways, ADA Ramps 3-5" Slump; 36% Air 19/92022 03 30 00 Mu Design Cow Town Red, Mu 350 3000 psi Concrete Mu far, Sidewalks, Driveways, ADA Ramps 3-5" Slump; 36 Air 11/29/2024 033000 Ma Desigo Estuda Ready Mir R3050AEWR 5.00 Sacks / 3,000 psi Concrete for Sidewalk,, Ramps, inlets, s id Manholes 3-5" Slump; 36% Air 19/92022 03 30 00 Ma Design GCH Concrete Services GCH4000 4000 psi Concrete fir far, Sidewalks, Ramps, Headwalls, mle6, said Storin Dm. Sttucmres 3-5" 1lump; 3-6 Air 19/92022 03 30 00 Mu Design Hokin, - SOR, arc. 1261 3000 psi Concrete Mu fm Sidewalks 3-5" Slump; 3fi% Aar 19/92022 03 30 00 Ma Design Holcim - SOR, arc. 5177 3000 psi Concrete Mu for Sidewalks 3-5" Slump; 36%An 19/92022 03 3000 Mu Design Holcon - SOP- Inc 5409 4000 psi Concrete Ma Cor Sidewalks, inlets 3-5" Slump; 3-6%AP 19/92022 03 3000 M. Design Ingram Concrete & Aggregates 2MWR-147QW5D5 3000 psi Concrete Mu Cor Sidewalks, ADA Ramps 3", Slump; 3-6%Au 19/92022 03 3000 Ma Design Ing— Concrete & Aggregates 2MWR-70J23504 3000 psi Concrete for Sidewalks, ADA Ramps 3-5" Slump; 3-6% Av 14/72023 03 3000 Ma Design Liquid Stone C30ID 3,000 psi Concrete for Sidewalks, Approaches, and Driveways. -6 3-5" Slump; 3-6% Av 19/92022 03 3000 9/9 Ma Design Marto M— R2136214 3,000 psi Concrete for Sidewalks & Ramps 3-5" Slump; 19/92022 03 30 00 Ma Desigo Mart. Manetm R2136014 3,000 psi Concrete for Sidewalks & Ramps 3-5" Slump; 3fi% Air 14/12023 03300 00 Ma Design Marto M—Pe R2136N14 5 00 sacks / 3,000 psi concete fm Sidewalks 3-5" Slump; 3-6%Air 16/12023 033000 Ma Design Mart. Mariam R2136R20 3,000 psi Concrete for Sidewalks and Ramps 3-5" Slump; 3-6% An 16/12023 03 30 00 Ma Dea,eo Mart. Manata R2136N20 3,000 psi Conmae for Sidewalks and Ramps 3-5" Slump; 3-6%Air 1112/2022 03 30 00 M. Design Mazt. Mariate R2141K24 4,000 psi Concrete for luncuon Boxes, Sidewalks and Ramps 3-5" Slump; 3-6% Air 18/42023 0330.0 Ma Design Minim Manata R2136R14 5.00 sacks / 3,500 psi Concrete for Sidewalks and Ramps 3-5" Slump; 3fi% Air 33000 14/7/2023 .33..0 M. Design Maze. Manata R2136K14 3,000 psi concrete for sidewalks and romps 3-5" Slump; 3-6% Air 19/92022 03 30 00 Mur Design Marl. Manata R2131314 3,000 psi Concrete f Sidewalks & Ramps 3-5" Slump; 3-6% An 19/92022 03 30 00 Mu Design Marl. Manata R2132214 3,000 Psi Concrete far Sidewalks & Ramps 3-5" Slump; 36%Ah 19/92022 03 30 00 Mu Design Mart. Marietta D9490SC 3,000 psi Concrete far, Sidewalks & Ramps 3-5" Slump; 4.5-7.5%Air 110/4/2023 03 30 00 Mu Design NBR Ready Mu CLS A-YY 5.00 Sacks / 3,000 psi Concrete for Sidewalks & Ramps, and Curb & Gutter 3-5" Slump; 3fi% Air 110/4/2023 03 30 00 Mu Design NBR Ready Mu CLS A -NY 5.00 Sacks / 3,000 psi Concrete for Sidewalks & Ramps, and Curb & Gutter 3-5" Slump; 3fi% Air 17/10/2023 03 30 00 Mu Ding Oebum 30A50MR 5 SK / 3,000 psi Concrete far Sidewalks 3-5" Slump; 3fi% Air 11/18/2023 03 30 00 Ma Design Rapid Redi Ma RRM5020A 3000 psi Concrete for Curb, Gutter, Driveways, Sidewalk, Ramps 3-5" Slump; 36%An 11/24/2023 03 30 00 Mu Design Rapid Redi Mu RRM5525A 3600 psi Concrete for Valley Gutters, Sidewalk,, Approaches, ADA Ramps 3-5" Slump; 3-6%Au 19/92022 03 3000 Ma Design Re-M.IOL11504 6 00 Sacks / 4,000 psi Concrete Mu for Sidewalks, Curb & Gutter, Sewer Manhole, Inlets, & luncton Boxes 31" Slump; 3-6%Au 19/92022 03 300 Ma Design Bedi-Mu 10JI1524 3000 psi Concrete Ma for Driveways, Sidewalks, ADA Ramps 3-5" Slump; 3-6%Au 19/92022 03 3000 Ma Design Redi-Mu VO111524 3000 psi Concrete Ma for Cmb &Gutter 3-5" Slump; 3-6% AP 19/92022 03 3000 Mae Design SRM Concrete 30050 3,000 psi Concrete for Sidewalks, Ramps, Inlets, Junction Boxes, Thmst Blocks, Curb and Gutter, Driveways, Barr,. Ramp 3-5" Slump; 3-6% Air 19/92022 03 30 00 Ma Design Tarrant Concrete FW5025A 3000 psi Concrete Ma for Cmb & Gutter, Driveways, Salm.11,, ADA Ramps 3-5" Slump; 3fi%Air 19/92022 03 30 00 Ma Design Tartant Concrete CP5020A 3000 psi Concrete Ma for Cmb and Gut. 3-5" Slump; 3fi% Air 110/102022 03 3000 Ma Design Tarrant Concrete TCFW5020A 3000 psi Concrete for Sidewalks 3-5" Slump; 3fi% An 19/9/2022 03 30 00 Mee Design Tariant Concrete FW5525A2 3600 psi Concrete Ma far Sidewalks, Drive Approaches, ADA Ramp, Curb and Gutter 3-5" Slump; 3-6%An 19/9/2022 03 30 00 M. Design I— Ready Mix 3020AE 3000 psi Covaele for Sidewalks 3-5" Slump; 3fi% Air 19/9/2022 03 30 00 Ma Design Tme Cnt Red, Ma 0250 230 3000 psi Concrete Mix far Flamrok, Curb & Gutter, Driveways, Sidewalks, ADA Ramps 3-5" Slump; 3fi% Air 19/9/2022 0)33 30 00 Mu Der-yr� Tine Girl Red, Ma 0250 2301 3000 Psi Conaele Mor for Curb & Gutter, Driveways, Sidewalks, ADA Ramps 3-5" Si- 3-6%A r I Class CM..,Mnt.jae Ju..Boxes, keneaseurent. BlocIdne, Collars. Liehtp Foundations) 19/9/2022 03 30 00 Mu Design American Concrete Company -40CNF065 4000 psi Concrete for Manholes & Utility Structures 3-5" Slump; 0-3%Au 19/9/2022 03 3000 Mu Design Argos DIOOO0001061 3600 pei Concrete for Inlets, Boxes, Enc.s t, Blocking 3-5" Slump; 3-6%Air 19/9/2022 03 3000 Mu Design Argos D10000001055 3000 psi Concrete for Inlets, luncton Boxes, Mm boles, Chsunel L.ers, Sidewalks, Driveways, Curb & Gutter 31" Slump; 3-6%AP 19/9/2022 03 3000 Ma Design Argos D1000001615 3600 psi Concrete for Inlets, Boxes, EncasemrnS Blockmg 3-5" Slump; 3fi% Air 19/9/2022 03 3000 Mae Design Ch lcVs Concrete 4502 3000 psi Concrete Mae for Sidewalks, BlocJwg 3-5" Sl_P; 3-6%Air 19/9/2022 03 30 00 Ma Design Bumcc Texas 40U500BG 4000 psi Concrete Ma for Stony Dram Stmctmes, Driveways, Scrcrn Wells, Collars 3-5" Slump; 3-6%Air 19/9/2022 03 30 00 Ma Design Cow Town Redi Ma 255-2 3000 psi Concrete Ma for Inlets, Tmust Blocking, Concrete Encasement 3-5" Slump; 3-6% An 19/92022 03 30 00 Ma Design Cow Town Red, Ma 355 3000 psi Can to Ma for Inlets, Thmst Bmekoig, Covaele Encasemrnt 3-5" Slump; 3-6% Air 19/92022 03 30 00 Ma Design Cow Town Red, Ma 255 3500 psi Covaele Ma fm Flatwmk Inlets, Thmsl Blocking Covaele Encasement 3-5" Slump; 3-6%Air 19/9/2022 03 30 00 M. Design Cow Town Redi Mu 270 5000 psi Concrete Mu far Cask-m-Place Box Culverts 3-5" Slump; 3-6%Air 19/9/2022 03 30 00 Ma Desiga Cow Town Red, Ma 370 5000 psi Covaele Ma for Cask-m-Place Box Culverts 3-5" Slump; 3fi%Air 19/9/2022 03 30 00 Ma Design Cow Toxin Red, Ma 353 3000 psi Concrete Ma f Sidewalks, ADA Ramps, Driveways, Curb & Gutter, Safety End Treatments, Nov-TxDOT Raa..g Walla 3-5" Slump; 3fi "Aar 19/9/2022 03 30 00 M. Design Cow Town Redi Mur 257 3600 psi Covaele mu far Valley Gutters, Lightpole Found,tmne 3-5" Slump; 3-6%A r 19/9/2022 03 30 00 Mu Design Cow Town Red, Mu 357 3600 psi Canaele Mu far Valley Gutters, Lightpok Foundalmvs 3-5" Slump; 366 Air19/9/2022 03 30 00 Mu Design Hold. - SOR, Inc. 1701 4000 per Co.aele Mu far Storm Dram Sttuc.res, Sanitary Sewer Manholes, JuncPon Box 3-5" Slump; 3b% Av 19/92022 033000 Mu Design Holcim - SOR, Inc. 1551 3000 psi Concrete Mu far Blocking 3-5" Slump; 3fi% Av 19/92022 03 30 00 Mu Design Hold. - SOR, Inc. 5409 4000 psi Concrete Mu for Sidewalks, Inlets 3-5" Slump; 3fi% Air 14/27/2023 03 30 00 Mu Design Liquid Stone C361DNFA 3,600 Psi Concrete for Retaining wall, driveway, tunaop boX aproq approach 3-5" Slump; 3fi% Air 19/92022 03 30 00 Ma Design Mart. Marietta R2141230 4,000 psi Concrete for Manholes, inlets & Headwalls, �f (( p rid 3-5" Slump; 3-6%An 18/42023 03 3000 Mu Design Martin Mariam R2141 R24 5 53 Sacks / 4,000 psi Concrete for J action Box, Box Culvert, Sidewalks said Ramps. 3-5" Slump; 3-6% Av 111202023 03 3000 Mu Design Martin Marta R2146R33 6 Ol Sacks / 4,000 psi Concrete Mu for CIPSewer Manholes 31" Slump; 3-6%Au 111202023 03 3000 Mu Design Martin Mariam R2146K33 6 Ol Sacks / 4,000 psi Concrete Ma for CIP Sewer Manholes. 3-5" Slump; 3-6%Au 19/9/2022 03 3000 Ma Design Martin Marietta R2142233 3,600 psi Concrete for Manholes, inlets & Headwalls 3-5" Slump; 4 5-7 5%Air 19/9/2022 03 3000 MsDesign Mart. Mariam R2136224 3,600 psi Concrete for Cmb Inlets 3-5" Slump; 3-6%Air 19/9/2022 03 30 00 Ma Design Marto Marietta R2141233 3,600 psi Concrete for Storin S-cones, Inlets, Blodmg & Encasemrnt 3-5" Shunp; 3fi%Air 19/9/2022 03 30 00 M. Design Marta Marietta R2146038 4,500 psi Concrete for Inlets, Storm Dram S.—a 3-5" Slump; 3fi% An 18/42023 03 30 00 MsDesign Mart. Marietta R2146R35 6.11 Sacks / 4,500 psi Covaele for Inlets, Manholes, and Headwalls 3-5" Slump; 3-6%An 19/122023 03 30 00 M. Design NBR Ready Mix CLS Pl-YY 6.00 Sacks / 4,000 psi Concrete for Collars, Manholes, Box Culv.ls 3-5" Slump; 3fi% Air 19/9/2022 03 30 00 M. Design NBR Ready Mix TX C-YY 3000 psi Concrete Mu far, Curb Inlets 3-5" Slump;3-6% Air 19/92022 03 30 00 M. Design NBR Ready Mix TX C-NY 3000 psi Can=. M. far, Curb fillets 3-5" S1nmP; 3-6% Air 11/18/2023 03 30 00 M. Design Rapid Red, M. RRM5320A 3000 psi Can=. for Block.g 3-5" Slump; 3-6% An 11/18/2023 03 30 00 Mur Design Rapid Redi Mu RRM6020ASS 4000 psi Concrete for Strom Dram Stuctures 3-5" Slump; 3-6% An 19/92022 03 30 00 Ma Design Redt-Mix IRJ11524 3500 psi Covaele Ma far Thmst Blocks, Valve Pads 3-5" Slump; 36% Av 19/92022 03 30 00 Ma Design Redi-Mix 156/1524 4000 psi Concrete Ma far Caret-m-Place Stonn Drz, Structures 3-5" Slump; 36% Air 112/52022 03 30 00 Ma Design Redt-Mu 10K115C4 3500 psi Concrete for Thmst Blocks, Valve Pads 3-5" Slump; 3-6%Au CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 I i,'o.cref (cv.ti.uedl I12/52022 03 30 00 Mu Design Re is I9292022 03 30 00 Mu Design Re is I11/212022 03 30 00 Mu Design Redi-Mix I9/162024 03 30 00 Mu Design SRM Concrete I9/92022 03 30 00 Mu Design TapanI Concrete 110/102022 03 30 W I C M. Deejj$$1, W--Rs, Culverts, Tamgn[ Concrete Dr fled Sha Del es P �saRa. Drilled I Dred hafts I9/9/2022 03 3000 M. D-ga Bumco Texas I6212023 011101 Mu Dearea Cow T.— Redr M. 112/52022 03 3000 Ma DCa,ea Hcicun - SOR, Inc I9/9/2022 03 3000 Ma Desren Holcun - SOR, Inc I4/7/2023 03 3001 Ma Desren Ingmry Conce, & Aggregates I4/7/2023 03 3000 Ma Dearen Lq al Stove I6272023 03 30 00 Ma Drs,er, Madm Manetta I6272023 03 30 00 Ma Dearen Madu, Manetta I8/4/2023 03 30 00 Ma Drs,er, Ms., Manetta '024 03 30 00 M: Desren NBR Ready Ma I8/2 024 03 3000 M. Dearer, NBR Ready M. I5/152023 0``3 3000 M. Dearer, Red,-M. I Vther Applications I919/2022 03 3001 Mu Des,- Argos I9/9/2022 03 3000 M. D.ren Argos I9/92022 03 3000 M. Dearen Argos I9/92022 03 3000 M. Dearg. Carder Concrete I9/9/2022 03 30 00 Mil Deeiaa Charls s Co I9/92022 03 30 00 Mi. Deelaa Charlencrete s Concrete I9/92022 03 30 00 Mil De gar City Concrete Co�P/any I9192022 03 30 00 Mu Design Cow Town R.0 Mu I9/9/2022 03 30 00 Mu Design Cow Town R.& Mi. I9/92022 03 30 00 Mi. Design Cow Town Rer i Mi. 11/292024 03 30 00 Mi. Design Estrada Ready, - I9/92022 03 30 00 Mi. Design GCH Concrete —csa I9/92022 03 30 00 Mu Design Holcim - SOR, Inc. I4/12023 03 30 00 Mic DesigP Marlin Marietta I8/30/2023 033000 Mr. DesI, Marlin Marietta I9/92022 03 30 00 Mu Des; Mani. Marietta I12/52022 03 30 00 M. Des Redi-Min I9/92022 03 30" Mu Des; SRM Concrete I9/92022 03 M DO M. Des SRM Concrete I4/12024 03 3011 Mix Design SRM Concrete I9/9,022 03 30 00 M. Dcs 11�� I—" Concrete I Mass P (M.Ai.e Plac.U.A..) I919/2022 121113 M, Deng. Argos I6/2 024 32 13 13 M. Deargn Bra Tow. Concrete I6/2 024 3213 13 M. Dearen Bra Tow. Covcretc I9/92022 32 13 13 M. Dearer, Carder Co.crete I9/92022 32 13 13 M. Dealer, Carder Concrete I9/92022 3213 13 M. Dealer, Ch.lcVs Co.crete I9/92022 32 13 13 M. Desigr, C,ty Co.cretc Company I9/92022 33 13 13 M. Dealka Cow Town R.dl M. I11/142022 321313 M.Desiga CowT.— Redi M. I9/9/2022 32 13 13 M. Design Cow Tow. Redi Ma I9/9/2022 32 13 13 M. Desiga Cow Town Redi Ma I2/62024 321313 Mu Design Estrada Ready Mix I9/92022 32 13 13 M. Design mgam Concrete & Aggregates I8/42023 32 13 13 M. Design Man. Manetta IIM/2022 321313 Mrs Design Men. Man.tta I10/4/2023 321313 M. Design NBR Ready Mu It0/4/2023 321313 M. Design NBR Ready Mi. I9/16/2024 321313 Mrs Design SRM Concrete I9/92022 32 13 13 M. Desq" Tartant Cor,cr.te I9/92022 32 13 13 M. Dear" Tme Gnt Red,M, I9/9/2022 21313 M.c De)�n Tme Gnt Red, M, I ces H (Ilam I Placed Pa_.) I9/9/2022 3213 13 M' Dea,gn Ara— Concrete Company I9/9/2022 32 13 13 M. Deargn Argoa 32 13 13 M.c Dealer, Argos i9/9/2022 9/92022 32 13 l3 M.Dearga Argos I9192022 3213 13 Ma Dearga Argos I9/92022 3213 13 M. Dealer, Argos I522023 3213 13 M. Design Bra D Concrete I9/92022 3213 13 M. Design Brg Town Concrete I9/92022 32 13 13 M. Dealka Brg Tow. Concrete I9/9/2022 32 13 13 M. Design B.mco Texas I9/9/2022 32 13 13 M. Desiea Carder Concrete I9/92022 32 13 13 M. Design Charley's Concrete I9/92022 32 13 13 M. Design Charley's C-- 9/9 022 32 13 13 M. Design C,ty Concrete Company I9/92022 32 13 13 M. Design Cow Tow. Red, Mu I9/9/2022 32 13 13 M. Design Cow Town Redi Mu 11/29/2024 32 13 13 M. Design Estrada Ready Ma I9/92022 32 13 13 M. Design GCH Concrete Services I9/92022 32 13 13 M. D.,an Holcim -SOR, roc. I9/92022 321313 M. Dearer, mgaa Concrete&Aggregates I9/92022 3213 13 M' Drs,er, mgam Concrete & Aggregates I9/92022 321313 M.Dwrgn Ing—Concrete&Aggregates I I122022 32 13 13 M. Desrga Mart. Marlette I8/42023 32 13 13 M. Desrgr, Mart. Manetta 156115C4 4000 psi Concrete f CrP Sar m Drain Stmctures 3-5" Slump. 3-6% Air ]OL21524 4000 psi Concrete Mi. for Manholes 3-5" Slump, 3-6%Ate 145P2 350505P4 3500 psi Concrete f SThmst Blocks and Collars 3-5" Slamp, 3-6%Ate FW5320A 3000 psi Concrete Mi. for Blocking 3-5"Slump.36%A'v TCFW6025A2 4000 psi Concrete f Manholes 3-S" Slamp, 3-6%Ate 36U500BG 3600 psi Concrete Mi. for Li¢htina and Traffic Signal Foundations (Drilled Shafts) 5.5-7.5" Slump; 3-6%Av 360-DS 3600 psi Concrete f Drilled Shutt/Lighting and Traffic Signal Foundation (Drilled Shafts) 5.5-7.5" Slump; 3-6% Av 1822 3600 psi Concrete f (DrRled Shafts)/Ligh[ine and Traffic Signal Foundations 5.5-7.5" Slump; 0-3 % Av 1859 4000 psi Concrete for (DrRled Shafts)/Ligh[ine and Traffic Signal Foundations 5.5-7.5" Slump; 3-6% Av ]OLQS50N 3.600 vsi Concrete for (DrRled Shafts)/Lighting and Traffic Signal Foundations 5.5-7.5" Slump; 3-6% Av C36IDHR 3.600 mi Concrete for (DrRled Shaft)/Ligbfi-and Traffic Signal Foundations 5.5-7.5" Slump; 3-6%Au U2146N41 6 44sacka / 3,600 car Concrete for (DrMW Shafts) / Lighting and Traffic Signal I ..datlo.s 5-7" Slump; 3-6% Av U2146K45 6 65 sacks / 3.600 psi Concrete for (Ddled Shafts) / Lighting and Tmfic Signal Foundations 5-7" Slump; 3-6%Au U2146R41 6 44 sacks l4.500 psi Concrete for (Drilled Pic.)/Light Pole bases 5-7" Slump; 3-6%Au 135K2524 3500 psi Concrete for (DrRled Shaft) Liehmole I ..datlona 55" Slump; 3-6%Au 135K0524 3500 psi Concrete for (Drilled 6haft) Lich Pouvdatiova 5:5 Slump; 3-6%Au BOLL I5D5 3600 osi Concrete f (Ddled Shafts) /Lighting and Traffic Signal Foundation= 5.5-7.5" Slump; 3-6%Au D10000001083S 4000 psi Concrete for Valve Pads, Inlets, Structures, Headwalls, Thmst Blocking 3-5" Slump; 3-6%Au D10000001083 4000 per Concrete for Valve Pads, Inlets, St ucta cs, Headwalls, Thmst Blocking 3-5" Slump; 3-6% Av D 10000001681 4000 psr Covcretc for Headwalls, Retam.g Walls, Box Culverts, Valley Guam 3-5" Slump; 3-6%Al, FWCC602001 4000 psr Concrete for Storm Drain S-rar cs, Manholes, Headwalls, Retaining Walls, Valley G.—, Drive Approaches 3-5" Slamp; 3-6% Aa 4518 4000 psi Concrete for Headwalls, Wingwalls 3-5" Slump. 3-6% Air 5642 4000 psi Concrete f Storm Drain Swcmres 3-5" Slump. 36%Air 40LA2011 4000 psi Concrete Mi. for Stomr Drain Stm..— 3-S" Slump. 3fi , Air 260-2 3600 psi Concrete Mi for Box C.1 srls, Headwalls 3-S" Slump, 3-6%Air 360-1 3600 psi Concrete for Box Culverts, Headwalls, 3-5" Slump, 36% A'v yMi. �Wi.gw.11s 5.50 Slam' GCH4 0� 4000 psi Cocoa foa for Sid—.&s, Rampss, H dwalls, inlets, and St.— Drain Stmctures 3-5" Slump, 3fi%Ate 1851 4500 psi Concrete for Storm Drain S-ctures, Hand Placed Paving 31" Slump, 3fi%A'v 310LBP 3,6001Q7��fj Co.uete fr RetainWalls 3-5"Stump,4-7%Air R2141R30 5.85 SIK / 4,000 psi Concrete for Box Culverts & Headwalls 3-5" Stump, 36%Air R2146035 4,000p�\ for Manholes, hdets & Headwalls, Valve Pads 3-5" Stump, 36% Air l OL115C4 �C,o.crete 3600 pet � .rZa for Manhole, milt, Junction Box, Headwall 3-5" Stu—:36% Air 40050 4,000 pi Concrete fr Hdwalls, Retainvuv Wall, Collars 3-5" Slump, 36% Air 35022 3,600p� Concrete fr Junction Box, Retaining Walls 3-5"Slamp,36%Air 45050 4500 psi _as for S.— Stmetarw 3-5" Slump. 3-6%Ate FW6020A2 4000 psi Concrete Mu for Stonn Drain Stmctares 3-5" Slamp, 3-6%Ate D10000001617 3610 psr Concrete for Mech.e Placed Paving 1-3" Slump; 3-6%Au 360060-1 3600 per Concrete for Machine Placed Paving l-3" Slump; 3-6%Ara 362060-1 3600 psr Concrete for Mach— Placed Paving l-3" Slump; 3-6% Av FWCC552091 3600 psr fr Machine Placed Paving L-3" Slump; 3-6% Arr FWCC602091 4000 psr for Machine Placed Paving l-3"Slump; 3-6 Aa 5167 3600 psr Concrete M.c for Machine Placed Paving l-3" Slump; 36% Air 3fiLA2011 3600 psr Concrete M. for Machine Placed Paving L-3" Slump; 36%An 257-M 36M psr Concrete M. Cor Machiace ne Placed Paving 1-3"m6 p; 3-Air :la 357-M 3600 psr Concrete M. Cor Machine Placed Paving 1-3" Slump; 3-6 Air 260-M 4000 psr Concrete Mu Cor Machine Placed Paving 1-3" Slump; 36% Air 360-M 4000 psr Cpr,mete M. for Machine Placed Paving 1-3" Slump; 36a Air TD3655AEWR 5.50 Sacks / 3,600 psr C--lc for Machine Placed Paving 1-3" Slump; 36a Air 2MWRC56PS5D5 4000 psr Concrete Machine Placed Paving 1-3" Smmp; 36a Air Q2141R27 5.69 sacks/4,000 psr Cmmte for Machine Placed Paving 1-3"Slump; 36%Air Q2141K30 4,000 psi Concrete for Machine Placed Pay.g 1-3 "Slump; 36%Ate TX C SF-YY 5.50 Sacks / 3,600 psr Concrete for Mach.. Placed Paving 1-3" Slump; 3-6 Air TX C SF -NY 5.50 Sack' / 3,600 psr Covcr.te for Machine Placed Paving 1-3" Stump; 3-6 Air 40025 4000 per Concrete fr Machine Placed Pay.g 1-3 "Slump; 36%Air FW5520AMP 3600 psr Concrete for Machine Placed Pay.g 1-3"Slump; 36%A 0255.2301 3600 psr Concrete M. for Machine Placed Pavrag l-3" Slump; 3 5-6 5%Au 0260.2302 4000 psr Concrete M. for Machine Placed Pave l-3" Slump; 3 5-6 5%Au 45CAF'076 4500 ps, Concrete for Hand Placed Paving 3-5" Slump; 3-6%Au D 10000001273 4500 psi Concrete for Head Placed Paving 3-5" Slump; 3-6%Au D10000001737 4500 psr Concrete for Hand Placed Paving 3-5" Slamp; 3-6% Av D 10000002107 4500 psr Concrete for Hand Placed Paving 3-5" Slump; 3-6 Au D 10000001791 4500 psr Concrete for Hand Placed Paving 3-5" Slump; 3-6 Aa DJOOO0001103 4500 psi Concrete for Hand Placed Paving 3-5" Slump; 3-6% Air CM14528AE 4500 psi Concrete for Hand Placed Paving 3-5" Slump; 3-6 An 452065-1 4500 psi hand placed paving 3-5" Stamp; 36%Air 450065-1 4500 psi hand placed paving 3-5"Slump; 3-6 Air 45U500BG 4500 psr Concr.t. M. fin Hand Placed Pay.g, Storm Swcturea 3-5" Slump; 36% Air FWCC602021 4500 psr concrete fin Hand Placed Pay.g 3-5" Slump; 36% Air 4609 4500 psr Concrete Mu f Hand Placed Paving, Manholca 3-5" Slump; 36% Air 6103 4500 ps, Concrete M. for Hand Placed Pay.g, Manhol a 3-5" Smmp; 36% Air 45NA20R 4500 psr Concrete Mu for Hand Placed Pay.g 3-5" Slump; 36% Air265 4500 psr Concrete Mrs for Hand Placed Pay.g 3-5" Slump; 36% Air365 4500 psr Concrete M. for Heard Placed Pay.g 3-5" Slump; 3-6 AirR4560AEWR/ 6.00 Sacks / 4,500 psr Concrete for Hand Placed Paving 3-5" Slump; 4-6 AirGCH4500 4500 psr Concrete Hand Placed Paving 3-5"Slump; 36%Air 1851 4500 psr Concrete for Storm D—Stmcmres, Hand Placed Paving 3-5" Slump; 36%Aa 2MWR-1fi1PSMM 4500 psi Concrete M, for Hand Placed Pay.g 3-5"Slump; 35-65%Au 2MWR-]fi]UVSDM 4500 psi Concrete for Head Placed Pay.g 31"Slump; 3-6%Au 2MWR-IOMQS50N 4500 psr Concrete for Hand Placed Paving 3-5" Slump; 3-6%Au R2146N35 6 1l sacks / 4,500 psr cocrete for Hand Place Pay.g, inlets, Manholes, HcW aRs 3-5" Slamp; 36% Aa R2146R36 6 17 / 4,500 psr Conce, f r Haad Placed Pay.g 3-5" Slump; 3-6%Au CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 I 111/22022 111/22022 I5/22/2023 112/22/2023 112/22/2023 111/152022 111/1520 2 19/92022 19/92022 19/92022 19/92022 19/92022 110/42023 110/42023 17/102023 11/24/2023 19/92022 19/92022 19/92022 19/92022 11/132023 19/9/2022 19/92022 19/92022 19/92022 19/92022 19/92022 19/9,022 19/92022 19/9/2022 19/9/2022 19/9/2022 19/92022 19/92022 19/91022 I I/18202, 1112 124 19/92022 11/242023 14n12023 19/92022 12/102023 I9/92022 19/92022 19/92022 19/9/2022 19/9/2022 19/9/2022 11/292024 15/3/2023 14/120 3 14/152024 14/152024 19/92022 15/5/2023 I 14/1/2023 19/92022 19/9/2022 19/9/2022 19/9/2022 19/92022 19/92022 19/92022 110/42023 19/92022 I 14/12023 14/l'023 3213 IS Mix Design 3213 13 Mi. Design 3213 13 Mi. Design 32 13 13 Mi, Deaipp 32 13 L3 Mi. Dea go, 3213 13 Mi. Design 32 13 13 Mix De Ign 32 13 13 M& Design 32 13 13 Mix Design 32 13 13 Mix Design 32 13 13 Mix Desigp 32 13 13 M. Desigp 32 13 13 Miz Design 32 13 13 Mi. Design 32 13 13 Mix DIP, 32 13 13 Mu Desfl 32 13 13 Mu Demon 32 13 13 Mu D.W, 321313 Mu Delp 321313 Mu Design 321313 Mi, Design 3213 L3 Mi. Design 3213 13 Mi. Design 3213 L3 Mix Design 32 13 13 Mi. Design 32 13 13 Mi. Desion 32 13 13 Mi. Design 32 13 13 Mix Design 32 13 13 &Des v hhaa HE B q�i�Earl,trwgthP 321313 M Design 321313 Mi. De on 32 13 13 M. De ion 3213 L3 M&Des igp 32 13 13 Mix De ion 32 13 L3 Mix Dear 32 13 13 Mi. Dail on 32 13 13 Mi. Design 32 13 13 Mi. Design 32 13 13 Mi. Design 32 13 13 Mix Desigp 32 13 13 Mix Design 32 13 13 M. Design 32 13 13 Mix Desigp 32 13 13 Mi. Des�p 3s�21313 MieDe�r Clas S rida�ba1Ton Slabs o 32131r M, De 321313 M&Desion 321313 M&Design 3213 13 M-Deaipp 32 13 13 Mm Desion 3213 13 Mix De ion 32 13 13 Mix De ion 32 13 13 Mix Desion 32 13 13 Mix Desion 32 13 13 Mix Des n ZonI Base l'rmch epmr 03 34 16 Mix Design 03 M l6 Mu Dcs�°n ontrouw Low Strm4 Material 03 34 13 Mix Design 03 34 l3 Mu Desion 03 34 l3 Mu Desion 03 34 l3 Mm Desipp 0334 13 Mm Design 03 34 l3 Mm Desion 03 34 13 Mu Design 03 34 13 Mm D— ... rete Rink �n I31 37 00 X Desion 31 37 00 Mi. Desion Marlin Marietta Marlin Marietta Marlin Marietta Marlin Marietta Marlin Marietta Marlin Marietta Marlin Marietta Marlin M— Marlin Marietta Marlin Marietta Marlin Marietta Mann Mantas NBR Re Mu NBR Re a Osbum R.�jjid Redi Mu Redi-Min Redi-Mix Redi-Mix Redi-Mix SRM Concrete SRM Concrete Tarrant Concrete TarrmI Concrete Tarrmt Concrete Tian Ready Mix Tme Grit Redi M. Tme Grit Redi M& Tme Grit Redi Miz suing) Big D Concrete Bumco Texas Charleys C ncr t Cow Town Redi Mu Cow Town Redi Mu Cow Town Redi Mu Cow Town Redi Mu Estrada Readyy Mu Holcim - S(SR, Inc. t.' d Stone Marvin Marietta Redi-Ml SRM Concrete SRM Concrete TaranI Concrete Tarrant Concrete f Direct T.CBi Culverh, AJ p.rh Slabs) Cow Town Red{ M Cow Town Rd i Mu Cow Town Redi Mu Estrada Ready Mix Marlin Marietta Martin Marietta NBR Read��Mix NBR ReadyMix Redi-Mix SRM Concrete Bumco T— B r. T— B— Terns Carder C.— Carder Concete CityConmUe CamJnJ?nY Cow Town Redi M& Martin Marietta NBR Ready Mu Tarrant Concrete (Martin Marietta Martin Marietta si R2146K36 4,506 Concrete, for Hand Placed Pavmg 3-5"Slump. 3-6%Air 1. �° .I // �4,500 rete � 3-6 Air R2146R444 6.60 S.I.psCCon Mu for H dd Placed Paving 3-5" Slump. 3-6 Air R2146K44 6.60 Sacks / 4,500 Concrete Mi for Hand Placed Paving 3-5" Slump. 36%Air R2146P36 %, 4,500 psiC nc Ue PPor Hand Placed Paving 3-S"Slump. 36%Air R2146K36 4,SOOpsi Conc Uefor Hand Placed Paving 31"Slump. 36%Ate R2147241 4,500 pace pi Concrete for Hand Placed Pavig n 31:: Slump, 4.51.5%Air R2146236 4,500 p5 Conc to for Hand Placed Paving 3-5"Slump,36%A'v R2146036 4,500 q�`�onc to for Hand Placed Paving, Inlets 31" Stamp, 36% Ah R2146242 4,500 P� Coneret for Hand Placed Paving 3-5" Slam,, 36%Ab R2146042 4,500 psi Concrete for Hand Placed Pavine 3-5" Slump, 36% Air CLS P2-YY 6.50 Sacks / 4,500 psi Concrete for Hand Placed Paving 3-5" Slump, 3-6 Air CLS P2-NY 6.50 Sacks / 4,500 psi Can— for Hand Placed Paving 3-5" Slump, 3-6 Air 45A6OMR 6SK/4,500 psi Concrete for Hand Placed Paving 3-5"Slump, 36%Air RRM6320ARP 4500 psi Concrete for Hand Placed Pavit�ff 3-5" Slump, 36% Air 1OM11524 4500 psi Concrete Mu for Hand Placed Pa 3-5" Slump, 36%Ate lOM1l5D4 4500 psi Concrete Mu for Hand Placed Paving, S[onn Drain StrucNas 3-5" Slump, 36% Air IOM71504 4500psi Concrete Mi for Hand Placed Pavmg" 3-5 "Slump, 36%Air 145CD5P4 4500 psi Concrete Mix for Hand Placed Paving, Storm Drain Stmcta— 3-5" Slump, 3-6%Ate 45023 4,500 iConmetefor Hand Placed Paving 3-5 "Slump. 3-6%Ate 45000 4,506 iConcrete Cor Hand Placed Paving 31"Slump. 3-6%Air FW6020AHP 4500 psi Concrete Mu for Hand Placed Paving 3-5" Slump. 3-6 Ah FW60AHP 4500 psi Concrete Mu for Hand Placed Paving 3-5"Slump.36%Air TCFW6020AHP 4500 psi Concrete Mu for Hand Placed Paving 3-5"Sharp, 36%Air TRC4520 4500 psi Concrete for Hand Placed Pavi9ff 3-S" Slump. 36% Air 02602301 4500 psi Concrete Mu for Hand Placed Pav! 3-S" Slump, 36%Air 0265.2301 4500 psi Concrete Mu for Valle_ Gutters, Han Placed Paving 3-5" Slump, 3.56.5%Air 270.230 5000 psi Concrete for Hand Pla� Paving 31" Slump, 36%Air 14500AE 4500 psi Concrete f H' Early Strength Paving 3-5" Slump. 3-6%Ate 55UI20AG 4000 psi Concrete Mbe m Earl�Streng�h Paving 3-5" Slump, 3-6%Air 6589 4500 psi Concrete Mu for Hrearly Strength Paving 3-5" Slump, 3-6% Air 370-INC 4500 psi Concrete f HES Pavmg 3-5" Slump, 36%Ate 375-NC 5000 psi Concrete f HISS Paving 3-5" Slump, 36% Air 370-NC 4500 psi Concrete fm RES Paving 3-5 Shunp. 36%Air 380-NC 4500 si Concrete far HISS Pav�"r 31" Slump. 36%Air 4575AESC 7.50 ks/4,500 Qsi(3,000,Ti (a,3-&,)Concretefor HESPaving 3-S"Slump, 36%Ate 2125 5000 psi Concrete f HISS Paving 3-5" Slump, 36% Air C451DHR-A 4500 (3,000e f r H241vs. HES Pav�'9C 3-5" Slump, 36% Air ONI I507 4500 psi (2600 psi r 4 hrsJ Concrete Mu for HES Paving 3-5" Slump, 4.56.5 % Air 50310 5,000 �iConcreteor HES Pavia, 3-5"Skimp, 36%Air 40326 4,500 t 000 4 3-0a ) i Concrete for HES Paving 3-5" Slump, 36%Air FW6520AMR 4500 (3000 � \3 psi HISS Pawl$ 3-5" Slump, 36%Air FW7520AMR 4500 (3000 psai -d— psi Concate s Paving 3-5" Slump, 36%Air 260 4000 psi Concrete Mi, for Bn �e Slabs, Box Culverts, Headwalls 31" Slump, 3-6%Ate 360 4000 psi Concrete Mu for Bn f Slabs, Box Culverts, Headwalls 3-5" Slump, 3-6% Air 365-STX 4000 prsi Concrete fin Bridge s s, [qq slabs of di mt Iratfic mlverts, approach slabs-TXDOT Class S-No Fly Ash 3-5" Slump, 3-6% Air R4060AEWR 6.00 Sacks / 4,000 zi Concrete f Budge Slabs, Top Slabs, and Approach Slabs 4-6 Slump, 36%Ate M7842344 4,000 psiCncetc Por BridgeD k 3-5"Slump. 4.5-7.5%Air R2146P33 6.01 sacks / 4,00jJ ,i Conc to for Bri D k 3-S" Slump. 36%Ate S. No Fly Ash orN_S TX S-YY 4.50 Sacks / 400611��� Concrete Mu for Class S Slab Paving oncre a 31" Slump, 36%Ate I56115D4 4000pi Bridge yllaha 3-5" Slomp, 36% Air D100008553CB 4,006 psi Concret for Bdridge Approach Slab, Dark Slab 3-5 "Slump, 36%Ate al far n 08Y450BA 800 psi 'toMu far ase for Trench Rep 51" Sllump. 3 61%Ate OIY69OBF 100nn�i Covmete M& f Plowable Fib Plowable, 8 5-11.5%Air FWCC359101 50-I$0 psi Flowable Fill - CLSM 3-5" Slum{R(, 8-12%Ate FWFF237501 50-150 psi Flowable Fill - CLSM Flowable, 8 5-11.5%Ate 11-350-FF 50-150 psi Concrete f Flowable Fill-CLSM Flowable, 8-12%Air Mix# 9 70 OJai Flowable Fill - CLSM 7A" Slump, 8-11%AAir bl� eoncrette 8-10' FTW FLOW FILL ISd�AAi f HowableFdUCLSM SI;76 8-12%Air FWFF150CLSM 5FN01pei Plowable Poll-CLSM Plowable, 2%Ate 1030 R2146033 14 4,006 psi Concrete for Rrmap I3-5"Slump. 3-6%Ate I Asphalt Pavi„ 19/92022 32 12 16 Mu Design Austm Asphalt FT5B117965 FT5B 117965 PG64-22 Type B Fme Base 11/92/22 321216 Mu Design Au: Asphalt FT1B139965 FT1B139965PG64-22TypeBPme Base I9/92022 321216 Mu Design Austm Asphalt FT1B1l72 FT1B1172PG64-22TWp BF-13- 5/1 024 3212 16 Mu Dvaga Reynolds Asphalt 340-DG-B P 340-DG-B PG64-22 Type B Base Course 19/92022 3212 16 Mix Dvoga Reynolds Asphalt 1112B 1I12B PG64-22 Type B Fme Base I9/92022 3212 16 Ma Design Reynolds Asphalt 1612E 1612B PG64-22 Type B Fme Base 112/52022 3312 L6 Moe Design Suumon,: Pavmg 3476BV6422 3076BV6422 PG62-22 Type B Fme Base 19/92022 321216 Ma D"O" Surmount Pavmg 341-BRAP6422ERG 341-BRAP6422ERGPG64-22Ty BFine Base 19/92022 321216 MaD-110i TXBIT 37-211305-20 37-211305-20 PG64-22 Type B Fine Base 19/9/2022 321216 Ma Desigo TXBIT 44-211305-17 44-211305-17 PG64-22 Type B Fme Base 19/92022 32 12 l6 Ma Design TXBIT 211305 (1757) 211305 (1757) PG64-22 Type B Fme Base CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 I As h. Continued? I9/9/2022 32 12" Mix Ues�af TXBIT 64-224125-18 PG 64-224125-18 PG10-22 Type D Fine Sarface I4/l/2024 32 12 16 I Mu Desve N... TXBIT I344 MAC-SP-D 7012. I344 MAC-SP-D 70-22XR SAC A-R Tvne D Fme Surface I9/9/2022 eleet.hle 321320 .rninp 3 DWS-Pavers Pine Hall Brick (Winston Salem, NC Tactile Pavers I9/9/2022 32 13 20 D.-Pavers Westem Brick Co. (11—toa, TX) Delectable Waming Pavers I9/9/2022 321320 DWS-Composite Armor Tile I9/9/2022 321320 DWS-Composte ADA Saint—(Wrhnmghat MA) Hentage B-1, CIP Composrte Paver I4/7/2023 32 13 20 DWS -Pavers ADSolnMn$ (Wrhnmgton. MA) Detectable Warm.. Pavers I Silicone Joint Sealant I919/2022 I9/9/2022 32 13 73 32 13 73 ]Dint Sealant ]Dint Sealant Dow Tremco 890SL 90OSL 1901L-Cold Ued, S' 'e Component, Silicone Joint Sealant 900SL-Cold ed, S e Component, Silicone Joint Sealant I9/9/2022 32 13 73 ]Dint Sealant P—an 300SL 300SL-Cold `ad, S�9y e Co enL Silicone Joint Sealant I9/9/2022 32 13 73 Joint Sealant Ciah. RoadSaver Silicone Road .a S icone - Cold Apphe gle Component, Silicone Joint Sealant I Utility Trench Embedment Sand I9/92022 3305 10 Embedment Sand Sdver Creek Metenals UOhty Embedment Sand I9/92122 13305 10 Embedment Sand Crouch M..,o is Utrhly Embedment Sand I9/92022 330510 Embedment Sand FandLDut Movers UOhty Embedment Sand I9/92022 330510 Embedment Sand FendLDut Movers Utility Embedment Sand I9/92022 13305 10 Embedment Sand Tat Top Manm Manetto UOhty Embedment Sand I Storm Sewer- Manholes & B.... /Fr.mea 8,Covers/Stavd.rd JRounall 13 1-13 I9282018 3305 13 McMole F., ead Covee A ,.Cent (Govi Stwl Company, LTD) M11 tl220605 MHRC #220605 (Size - **24" Din) I9282018 330513 Manhole Cover Neenah Foot NF-1214-Tll NI-1274-T91(Size-32"DiaJ I928/2 18 3305 l3 Manhole Frames and Covers ,a Neenah NF-1743-LM (Hlaged) NF-1743-LJA (Hit�Fd) (Size - 32" Die.) I928/2 18 3305 13 Manhole Frame Neenah Faun NF-1930-30 NF-1930-30 (Size -32 25" Di..) I9282018 330513 Manhole Frames and Covers Neenah Foot R-1743-HV R-1743-HV(Size-32"DiaJ I4/3/2019 330513 Manhole Frames and Covers SIP Ind`ties ++ 2279ST 2279ST(Size-24"DiaJ I4/3/2019 330513 Manhole Frames and Covers SIP Industries++ 2280ST 2280ST(Size-32"DiaJ I10/82020 3305 13 Manhole Prames and Covers EJ (F—Ily East Jordan bon Works) EJ1033 M/A EJ1033 Z2/A (Si,. -32.25" Di.) I3/8/2024 330513 Cmbhrlet Covers SIP Industries++ 2296T 2296T(Size-***24"Die) I6/18/2024 330513 Cmb toldCove,a SIPlnduatries++ 2279STN 2279STNT(Siza-24"Di. ) **Note: AU new develop .iead new iru 11,W'.n ea,hok lids shall meetthe minimum 30-inch opening requ� ementas Deckedin L}ry Spechcebon 33 OS l3. Any smaller opening sius wil(onty be allowedjor esisdng manholes that require replacemerttfiames and covers I Storm Sewer-Inlet&Structures 33A5-13 I10/82020 33 49 20 Cad,(Nets Fonema FRT-10.3-0OS-PRECAST** (Size - l0' X 31 I10/82020 33 49 20 Curb Inlet, Fonema FRT-Ox3-406-PRECAST** (Size - l0' X 31 I10/82020 334 20 Curb Inlets Fonema FRT-1 Ox4 5-007-PRECAST** (Size - l0' X 4.5I I10/8/2020 334 20 Curb Inlet, F—itte FRT-1 Ox4 5-420-PRECAST** (Size - lO' X 4.51 I10/t2020 333920 Manhole Fonema FRT-0X4-009-PRECAST-TOP(Size-4'X 41 I10/t2020 333920 Manhole Fonema FRT-0X4-009-PRECAST-BASE(Size-4'X 41 I10/t2020 333920 Manhole Fonema FRT-5X5410-PRECAST-TOP(St.-5'X 5) I10/82020 333920 ManhOle Fonema FRT-5X5-010-PRECAST-BASE(Size-5'X 5) I10/82020 333920 ManhOle Fonema FRT.411-PRECAST-TOP(Size-6'X 6) I10/82020 333920 Manhole Fonema FRT-6X6-011-PRECAST-BASE(Sim -6'X 61 I3/192021 334920 Cmb Inlets Thompson Pipe Goup TPG10X3-0OS-PRECAST INLET**(Size-10'X3) I3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG15X3-0OS-PRE CAST INLET** (Size - IS' X 31 I3/19/2021 334920 Curb Inlets Thompson Pipe Goup TPG2OX3-00,7(5��`Tpa��(t\RR�`�EE� ��L�) *(Size-20'X 71 *e-4'X4) I3/19/2021 333920 Manhole Thompson Pipe Goup TPLX4-009 I3/19/2021 333920 ManhOle Thompson Pipe Goup PRREC� ASE TPG-0X4 �iza-4'X4) I3/19/2021 33 39 20 Manhole Thompson Pipe Goup TPG-0X4412-PRECgASST�T 44T-FI RISER (Size - 4' X 4) I3/19/2021 333920 Manhole Thompson Pipe Of"' TPG-SXS-0I�-ASTB (SizeSSX51 I3/19/2021 333920 Manhole Thompson Pipe Group TPG-5X5-012-PRECAST 5-Ff RISER (Size-5'X 5) I3/192021 333920 Manhole Thompson Pipe Group TPG-6X6-0II-PRECAST TOP (Size -b'X 61 I3/19/2021 333920 Manhole Thompson Pipe Group TPG-6X6-i -PRECAST BASE (Size-6'X 6) I3/19/2021 333920 Manhole Thompson Pipe Group TPG-6X6-412-PRECAST 6-FI RISER (Sie-6'X 61 I3/19/2021 333920 Manhole Thompson Pipe Group TPG-7X7-011-PRECASTTOP(Sie-7'X71 I3/19/2021 333920 Manhole Thompson Foe G.u, TPG-7X7411-PRECAST BASE(Size-7'X7) I3/192021 33 3920 Manhole Thompson Fie Goup TPG-7X7-412-PRECAST 4-FT RISER (Size - TX 71 I3/19/2021 33 39 20 Manhole Thompson Fie Goup TPG-SX8-01 l-PRECAST TOP (Size - 8' X 81 3 39 20 I3/19/2021 333920 ManhOle Thompson Fie Group TPG-8X8-01 l-PRECAST BASE (Size - 8' X 81 I3/192021 33 39 20 Manhole Thompson Fie Group TPG-8X8412-PRECAST 5-FT RISER (Size - 8' X 81 I3/192021 33 49 20 Drot�lnle[ Thompson F./e Goup TPG-0X4-008-PRECAST INLET (Size -4' X 41 I3/192021 33 49 20 Drot�Llet Thompson F./e Group TPG-5X5408-PRECAST INLET (Size - 5' X 5) I3/192021 33 49 20 Dmtl Intel Thomt�sSon F—je Group TPGfiX6-008-PRECAST INLET (Si. - 6' X b) I8282023 334910 Manhole Oldcaste Precast 4' x4'Stacked Maahole(Size-4'X4) I8/28/2023 33 49 10 Manhole Oldc.sde Precast 5' x 8' Storm Junction Box (Size - 5' X 8) I8282023 334910 Manhole Oldcasde Precas14'x 4' Storm Junction Box (Size-4'X 41 I8282023 334910 Manhole Oldcasde Precas15' x 5' Storm Junction Boa I8282023 33491 0 Manhole Oldcastie ISize-5'XS) Precaa16' x b' Storm ]unction Box (Size - 6' X b) I8282023 334910 Manhole Oldcesde Precas18'x8'Sl Junction Box Base(Slze-8'X 8) I8/28/2023 334910 Manhole Old —tie Precast 5'x8' Storm Junction Box Base (Size-5'X 8) I8/28/2023 334910 Manhole Rinker Materials Reinforced 48" Diameter Spread Footing Manhole (Sie-4'X 4) I8282023 33 39 20 Curb Inlet 10 S 3' Riser Thompson Pit a Goap told Rise, (Size-3 FT) I8/28/2023 333920 3 39 20 Curb Inlet 15', 3' Rae, Thompson Pipa Goup Inlet Riser (Size - 3 FT) I8/28/2023 33 39 20 Curb Inlet 20' x 3' Rae, Thompson Pipe Group Inlet Riser (Size - 3 FT) I1/12/2024 33 49 20 Drop Inlet AmenTex Pipe &Products Drop hole[ (4' X 41 I1/12/2024 33 49 20 Drop Inlet Ame Tex Pipe &Products Drop hilet (5' X 5) 11/19/2024 33 49 20 Manhole Ame Tex Pipe &Products Precast 4M' Storrs Junction Box 11/19/2024 33 49 20 Manhole Aoo Tex Pipe &Products Precast 5k,T Stomr Junction Box I1/l9/2024 33 49 20 Manhole Am —Tex Pie &Product, 5' Precast Toneitlon MH (4' MH on the top of 5' JB) I1/l9/2024 33 49 20 Menhole Am —Tex Pre &Products Precast 6k6' Storm Junction Box I l/,9/2024 33 49 20 Manhole An —Tex Pre &Products 6' Precast Tm,ition MH (4, MH on the top ofb' JB) I1/19/2024 33 49 20 Manhole AmeriTex Pre &Products Precast 8k8' Storm Junction Box 11/192024 33 49 20 Menhole Ame,iTex Pipe &Product, 8' Precast Tonsition MH (4' MH on the top of 8' JB) I I/192024 33 49 20 M.Mo1e AmenTex Pipe &Prod— T— C Swim Dmin Manhole on Box (4' MH on the top ofRCB) I7/162024 33 49 20 Cad, (Nets AmenTex Pipe &Pmducrs 10x3 Precast** (Size ]0' x 31 I7/162024 33 49 20 Cmb (nets Amen'Iex Pipe &Pmducrs 11.3 Precast"" (Svx 15' x 31 **Note: Pr-1udar are OPovedfor the stagelporn'on ofthe .vcturelbasin)-1y. Stage Hp -don ofth—rveture are required to be cos h place.Na—epdons to this requiremeneshall be aYoxed. ASTM D1111 ASTM D5893 ASTM D5893 ASTM D5893 [TM C33 TM C33 TMC33 TM C33 TM C33 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A536 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM C9t3 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 AS 615 ASTM 6l5 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 AS C478 ASTM C478 ASTM C478 ASTM C478 ASTM C478 AS C478 AS C478 AS C433 AS C913-16 ASTM C913-16 AS C913-16 AS C913 AS C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C9t3 ASTM C9t3 ASTM C9t3 CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 I Storm Sewer -Pines & Boxes 33-05-13 14/9/2021 33 41 13 Storm Drain Npee Advanced Dramege Syetema, Inc (ADS) ADS HP Sturm Polwmwlene (PP) Pine (Size - 12" - 60") ASTM P2881 & AASHTO M330 I8/28/2023 33 4l l0 Sturm Dmin Pipes Rinker Materials Reinfored Concrete Pipe Tongue and Groove Joint Pipe (Size -21"or lu—) ASTM C76, C655 18/28/2023 334110 Culvert Box Rinker Materials Reinforced Concrete Box Culvert(Sm- Various) ASTM C789, C850 110/12/2023 33 41 10 Storm Dmin Pipes AmeriTex Pipe &Products Reinforced Concrete Pipe Tongue and Groove Joint Pipe` (Size - 15" or larder) ASTM C76, C506 110/12/2023 344110 Culvert Box A. —Tex Pr99e&Products Reinforoed C.—Box Culvert(eize-Vai—O ASTMC1433,C1577 110/18/2023 354110 Storm Dmin Pipes The T— Co. Reinforoed Conemte Pipe Tongue and Groove Joint Pipe" (Size- 15" or 1-0 ASTM C76, C506 110/18/2023 33 41 10 Culvert Box The Tumor Co. Reinforced C.—Box Culert (size - Vaious) ASTM C1433,C1577 14/12/2024 33 41 10 Sturm Dmin Pipes Thoml��son Pipe Group Reinforced Concrete Pipe Tongue and Groove Joint Pipe` (Si,, Vaious) ASTM C76, C506 16/25/2024 334110 Culvert Box Oldcaste Reinforced Concrete Box Culvert ASTMC1433,C1577 16/25/2024 33 41 10 Storm Drain Npes Old —de Reinforced Concrete Pipe Tongue and Groove Joint Pipe` (Si,, Vaious) ASTM C76, C506