Loading...
HomeMy WebLinkAboutContract 49206 - THIS COPY IS FOR: CITY SECRETARY (j ONTRACTOR CONTRACT N0. W� CITY SECRETARY — SPONSORING DEPT PROJECT MANAGER — PMD FILE COPY THE CITY OF FORT WORTH, TEXAS TACTICAL CENTER RENOVATIONS PMD2015-04 CITY PROJECT # 100189 FORTWORTH® - BETSY PRICE DAVID COOKE MAYOR CITY MANAGER Steve Cooke Director, Property Management Department Joel Fitzgerald Chief, Police Department Elements of Architecture Ehrlich Design Builders May 2017 OFFICIAL�coRu CITY SECRETARY �° FT.WORTH+TX Instruction to Offerors—Ehrlich Design Builders Page 1 of 28 NoInstruction Center Renovations(January 2017) City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 5/9/2017 DATE: Tuesday, May 9, 2017 REFERENCE NO.: C-28236 LOG NAME: 21 POLICE TACTICAL CENTER RENOVATION SUBJECT: Authorize Execution of a Construction Contract with Ehrlich Design Builders, Inc., in an Amount Not to Exceed $2,353,228.00, Including 7.5 Percent for the Owner's Construction Allowance for the Police Tactical Center Renovation for a Total Anticipated Project Cost of$3,282,126.00 (CCPD Funded) (COUNCIL DISTRICT 8) RECOMMENDATION: It is recommended that the City Council authorize the execution of a construction contract with Ehrlich Design Builders, Inc., in an amount not to exceed $2,353,228.00, including 7.5 Percent for the Owner's Construction Allowance, for the Police Tactical Center Renovation. DISCUSSION: This construction contract will accomplish the renovation of the existing Police Tactical Center, 3900 Barnett Street, Fort Worth, Texas. The facility was formerly the offices and studios of KXAS and has been occupied in its original configuration. This renovation project will make the facility meet the specific needs for the various Police units now working there and allow more efficient use of space for other units to move there as well. The design and renovation are CCPD funded. The City issued a Request for Proposals and received four responses for the expansion project from general contractors. Three of these firms provided the required Post Proposal-Pre Award Submittals to be further evaluated by the City. These firms were: •Azteca Enterprises, Inc. • Ehrlich Design Builders, Inc. • Scott Dennett Construction, LC • Gilbert May, Inc. d/b/a Phillips/May Corporation Three of these firms provided the required "Post Proposal—Pre Award Submittals" to be further evaluated by the City. These proposals were reviewed by members of the Police Department, Office of Business Diversity and the Property Management Department and were evaluated for best value based on the criteria set forth in the Request for Proposals. The selection team recommends award of the construction contract to Ehrlich Design Builders. Criteria I Ehrlich Design Azteca Scott Dennett Builders, Inc Enterprises, Inc. Construction, LC Proposed Price F 58.0 60.0 F ---- 34.0 M/WBE 5.5 F 2.0 F 3.0 Proposed Schedule -� 9.0 10.0 F 5.0 Reputation/Experience 8.0 T 7.0 8.0 Logname: 21POLICE TACTICAL CENTER RENOVATION Page 1 of 3 Past Relationship with City of5.0 5.0 8.5 . Fort Worth I I TOTAL F 85.5 �F 84.0 55.5 The overall project costs are expected to be as described in the table below: Police Tactical Center Renovation TOTALS Architectural & Engineering Design, Survey, Geotechnical $211,062.00 Project Management, Bid Advertisement, etc. $ 21,000.00 Design Phase Total $232,062.00 •. Construction Contract (Ehrlich Design Builders, including 7.5 $2 353 228.00 percent of Base Bid as Owner's Construction Allowance) I Project Administration Cost: Site Utilities, IT, Security, Project $ 696 836.00 Management, Materials Testing, Contingency, FFE, etc. ' Construction Phase Total $3,050,064.00 PROJECT TOTAL $3,282,126.00 In accordance with Chapter 7, Article III, Section 7-47, Section 109.2.1 of the City Code, Building and Trade permit fees are waived for this project. Funding Sources The City of Fort Worth CCPD funds will be used for the construction of this project. M/WBE Office - Ehrlich Design Builders, Inc., is in compliance with the City's BDE Ordinance by committing to 21 percent MBE participation on the base bid. The City's MBE goal on this project is 17 percent. The Police Tactical Center is located in COUNCIL DISTRICT 8, but serves all Fort Worth residents in ALL .. COUNCIL DISTRICTS. FISCAL INFORMATION /CERTIFICATION: .. The Director of Finance certifies that funds are appropriated within the Crime Control and Prevention District Capital Project Fund for this project. Prior to an expenditure being made, the participating department has the responsibility to validate the availability of funds. FUND IDENTIFIERS (FIDs): TO Fund Department ccoun Project JProgram ctivityl Budget Reference # moun ID IDIYear Chartfield 2 FROM Fund Departmentccoun Project JProgram ctivity Budget Reference # moun ID 1A ID Year Chartfield 2 CERTIFICATIONS: Submitted for City Manager's Office by: Jay Chapa (5804) Logname: 21 POLICE TACTICAL CENTER RENOVATION Page 2 of 3 Originating Department Head: Steve Cooke (5118) Additional Information Contact: Brian Glass (8088) ATTACHMENTS 1. Ehrlich Design Builders - Compliance Memo.pdf (CFW Internal) 2. EhrlichDB SAM Report.pdf (CFW Internal) 3. Form 1295 Certificate.gdf (Public) .. 4. PD Tactical ReMod 4APR17.pdf (Public) Logname: 21 POLICE TACTICAL CENTER RENOVATION Page 3 of 3 POLICE TACTICAL CENTER RENOVATION 3900 BARNETT STREET • . " e 7 e) ti^r AL 40 a r � z v i Fort Worth FORT Vo m 1111. 1964•i"%•MI c cc; \ k § ` 4 / \ S d a2§�ƒ & ® £ � fwmwe CW) V t�kBkco 0 2 00 ®R co (067In § j § k E CD IL - - ® \ q k / C § § m . . )t'— CN 2 W a) @~7 - n / ]/co 2 n ■ co °� E LL ■ ¥ Z w � ca 5) wo j § \ L $ ¢ }m \ i a ® $ 2®vtq c R 2 ® 2 \w(0 0 ® K 2 2 4E \/i\ L 2 _ � O � -�§ � LU g ƒ/°§ F mco 2 2 m 44 44� Cl) E in - p k ) k e C wa q - cq LU SC14a LL C 'M 'Co' a C)0)Cq ©2 m ) �� � ? § a - - ® § / k ( § » ® ° 2 ■ w � 2 � < zw \ z 2 §LI e § LD im LLI 0 « m L § a § o ® F o w 2 s _ 0 2 § w § c 2 § 0 0 Iwo 2or » � \ § § a k 2 k k k d � @o 2 2 a $ a. in § § ƒ / m § § 2A FORTWORTH. CITY OF FORT WORTH PROPERTY MANAGEMENT DEPARTMENT ADDENDUM NO. 5 TACTICAL CENTER RENOVATIONS Request for Proposals Submittal Date: March 2, 2017 (NO CHANGE) 1. Additional information form Elements of Architecture is attached. Acknowledge the receipt of this Addendum No. 5 on your Proposal. STEPHEN COOKE DIRECTOR, PROPERTY MANAGEMENT DEPARTMENT By: Brian I lass, AIA Architectural Services Manager 817-392-8088, FAX 817-392-8488 RELEASE DATE: FEBRUARY 27, 2017 Tactical Center Renovations Page 1 of 1 Addendum No.5(February 27,2017) F s ELEMENTS of Architecture. Inc. -D Apert ` C9.- L. cU f ADDENDUM-5 �` +� z City of Fort Worth Tactical Center Renovations 3900 Barnett St. f}F Fort Worth,Texas 76103 02/24/17 Elements Project No. 15-1027.00 February 24,2017 TO THE BIDDERS OF RECORD: This addendum forms a part of the Contract Documents,dated December 14,2017,which supersedes and supplements all portions of the documents with which it conflicts. The following refers to Addendum items,by number,to the Project Manual and/or Drawings and — attachments as indicated below: ADD/5-1 Reference: A1.3,A2.3,A2.7,A2.8,Concrete Infill Slab Detail Office 1109 is to become Storage,which requires updated security and floor loading to accommodate the Owner's existing(2)floor safes. To support the additional loading,the existing raised flooring will be replaced with an elevated 6"concrete slab similar to attached detail. Storage 1095 is to remain as existing UPS 1095A and Battery 1095B. With this work not occurring in a previously phased area,work is to occur in Phase 2. ADD/5-2 Reference: Asbestos Report,Bid Question In conjunction with the asbestos abatement report provided previously,Contractor is to replace materials removed during this process that are affected by this project. For estimating replacing the piping insulation see below quantities to be included in the base bid pricing: Diameter Linear Feet 2" 50' 4))-61) 250' 8" 250' All work in rooms not included in the phasing plan is to be performed following abatement and as required to maintain normal operation of the facility as it is occupied space. Elements of Architecture,Inc. 1201 6th Ave,Suite 100 Fort Worth,TX 76104 v 817.333.2880 f 817.333.2883 www.ElementsofArc.com ® ADD/5-1 ELEMENTS of Architecture. Inc. Attachments: A1.3—First Floor Demolition Plan A2.3—Partial First Floor Plan A2.7—Door,Window Schedules A2.8—Finish Schedules Concrete Infill Slab Detail END OF ADDENDUM—5 Elements of Architecture,Inc. 1201 6th Ave,Suite 100 Fort Worth,TX 76104 v 817.333.2880 f 817.333.2883 www.ElementsofArc.com ADD/5-2 .. y E+8 y cA E 1111511Ir m H N N > v cr Moo r M 5 € N O gyg@flQcr O yy gg Lrr M LL F @ 5 a @ @ N T ' 0 � yy2 J Y z Y s � � LU 0 0000 � 00 a o o c� 0 a. mw a o E� ❑❑ Y EE x @ 8 Rx r 4 w r x g F=-- N r- g F^ rt §@ e m W F a ��� g� O M00 v c o '� c o a g M o r N W� g�: jXygg��a F co U o €� s agpg a O UO Q mLL a a: o e s§ e Lir LL M c N a� Y= m N� O b0 am m0 $ 'r679 N Q � N � _.. 6 g� 3 Z llip........... .... ..... . Z � 0 Z nB �Qggq z �' 2 Y� P u0 z � 0 a a a a - ........ ................., a U- e. �0 4 N L W U �O $0 0 i HIM 5111111110111 MEMO 1111111111 HIM 8 11111111111111 0 111 11 111111111000111111001111 01go 111111111000011 111001111111111 10111111 1 0 1 IN 11 1111111111HIM 111111111111111 11111 1111111111 0 epilleeBlue MEMO NOR 1111111111 11 11 11 0 0 11111eBe Be 11 11 11 ddp� d `5N95Q� GFr. LL.. O 00 ca ' r 'S2 00 11 ca coN U ° F H fr We S tle9ge WLL CO."LL j a ybtit P r r S YY�2�YYYY`Y�uS S s 35�u 833 H�uYY� B ' 3S 8Y3�u9YYYY $ ids YY35 88 ip-pppss33340 ^ kk' F-� k kk €€€EEe€reErEtAgtE'e€r€€rrxEeeEEtEs 3 nsE�3�EetE S3 It'10-11 001611,99 3 r 3t � crffE€'titEEcEr��fr€EEr�tE�iTtreit'tesEQIII IEIII E'eeEI IIII'l ;,;,E1 11111s$ieI$Illp I qm I I sAM ssssf §sEettss� fie$ as�� $sstsr Ll trtEtteteE€rrEtEtr€'c€rFrFtt'erssrs3Eeet 7�t� Ssssss3k$ r ---------ss��§§§ �§�� "loss 5�Sts�SS�S�������5����as��S535��Sssuuxxxxx�xxxx�s�3ss ��xr�u���r�s�ems�rs$ xa�� rrr $3R'` kT�'kdkk'TTT Tkg y �'YYYYYMET MOMTH99 IYYY2�33YIYY�2 p S k6 T T T T T i-T T p e f 9 941 +- r€t�xeeetetEee €trx��xx41eeettx9 AEeett FEt€�FEtEetEtE EEtg0 . EEtEt���EEEEc tEF §rEEetcEre Eet333s3ttt[t3r€Et€ Y qq cc A FIE 19 da gg IT sssissis�isssssi'ssssSSssS � 2 g $� o59IsIl9it IE �e ��g9 ti&9tlti�� �g��Gcli • r c i 4 GS tc YY \ r I \ `\ �� \ LU � �� mz 0 U wJ Z \\\ C%4 Of 'Q Q ~ i m Of (n Z (If O Ocn O w Z 4 4 r cn 00 O Q Q Z J II C-3 cn cm Cl W � 'Z� w L �= UZ clW r 0a FORTWORTHo CITY OF FORT WORTH L PROPERTY MANAGEMENT DEPARTMENT 1 ADDENDUM NO. 4 L CENTER RENOVATIONS TACTICAL � Request for Proposals Submittal Date: March 2, 2017 (NO CHANGE) 1. The Geotechnical Report is attached. Acknowledge the receipt of this Addendum No.4 on your Proposal. STEPHEN COOKE DIRECTOR, PROPERTY MANAGEMENT DEPARTMENT By: (�-A OAA- Brian Glass, AIA Architectural Services Manager 817-392-8088, FAX 817-392-8488 RELEASE DATE: FEBRUARY 21, 2017 Tactical Center Renovations Page 1 of 1 Addendum No.4(February 21,2017) GEOTECHNICAL ENGINEERING STUDY ELEVATOR ADDITION CITY OF FORT WORTH TACTICAL CENTER 3900 BARNETT STREET FORT WORTH, TEXAS Presented To: City of Fort Worth Property Management Department - October 2016 - PROJECT NO, 971-16-08 7636 Pebble Drive -�Ocmi ENGINEERING, INC. Fort Worth,Texas 76118 www.cmjengr.com October 6, 2016 Report No. 971-16-08 City of Fort Worth Property Management Department 401 West 13th Street Fort Worth, Texas 76102 Attn: Mr. Ronald Clements, AIA GEOTECHNICAL ENGINEERING STUDY ELEVATOR ADDITION CITY OF FORT WORTH TACTICAL CENTER 3900 BARNETT STREET FORT WORTH, TEXAS Dear Mr. Clements: Submitted here are the results of a geotechnical engineering study for the referenced project. The geotechnical services were performed in accordance with CMJ Estimate No. 16-6160 (Revised). Engineering analyses and recommendations are contained in the text section of the report. Results of our field and laboratory services are included in the appendix of the report. We would appreciate the opportunity to be considered for providing the materials engineering and geotechnical observation services during the construction phase of this project. We appreciate the opportunity to be of service to the City of Fort Worth and their consultants. Please contact us if you have any questions or if we may be of further service at this time. Respectfully submitted, OF'TF;I1�% CMJ ENGINEERING,INC. 0�•' s T TEXAS FIRM REGISTRATION No.F-9177 O .. IJAMES P.SAPPfNGTON,fV TJameP. 97402ppington IV, P.E. ii ��� rvs °eer �� ��o�" G'��7402 copies submitted: (2) Mr. Ronald Clements,AIA; City of Fort Worth (email & mail) (1) Mr. Greg Lay, Assoc. AIA; Elements of Architecture, Inc. (email) Phone(817)284-9400 Fax(817)589-9993 Metro(817)589-9992 TABLE OF CONTENTS Page y 1.0 INTRODUCTION-------------------------------------------------------------------------------------------------------1 2.0 FIELD EXPLORATION AND LABORATORY TESTING 3.0 SUBSURFACE CONDITIONS---_----_--_---_---_--___–__------------------_�_�______---___-_� 4.0 FOUNDATION RECOMMENDATIONS-------------------------------------------------------------4 5.0 CONSTRUCTION OBSERVATIONS------------------------------------------------------------------------------9 6.0 REPORT CLOSURE-------------------------------------------------------–-----------------------------------------9 APPENDIX A Plate Plan of Boring ____ 1 Unified Soil Classification-------------—-------------–---------------------–--------------------------------------A.2 Key to Classification and Symbols------_____�_______ _ Log of Boring--------------------____---------.____----------------------------------------------------------------A.4 Free Swell Test Results--------------------------- --- ---------–-----------_-----------------------A.5 r 1.0 INTRODUCTION 1.1 General The project, as currently planned, will consist of an elevator addition within the interior of the existing building at 3900 Barnett Street in Fort Worth, Texas. Pier support is anticipated. The site vicinity and location of the exploration boring is depicted on Plate A.1, Plan of Boring. 1.2 Purpose and Scope The purpose of this geotechnical engineering study has been to determine the general subsurface conditions, evaluate the engineering characteristics of the subsurface materials encountered, and develop recommendations for the type or types of foundations suitable for the project. To accomplish its intended purposes, the study has been conducted in the following phases: (1) drilling a sample boring to determine the general subsurface conditions and to obtain samples for testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering properties of the subsurface materials; and (3) performing engineering analyses, using the field and laboratory data to develop geotechnical recommendations for the proposed construction. The design is currently in progress and the locations and/or elevations of the structure could change. Once the final design is near completion (80-percent to 90-percent stage), it is recommended that CMJ Engineering, Inc. be retained to review those portions of the construction documents pertaining to the geotechnical recommendations, as a means to determine that our recommendations have been interpreted as intended. 1.3 Report Format The text of the report is contained in Sections 1 through 6. All plates and large tables are contained in Appendix A. The alpha-numeric plate and table numbers identify the appendix in which they appear. Small tables of less than one page in length may appear in the body of the text and are numbered according to the section in which they occur. Units used in the report are based on the English system and may include tons per square foot (tsf), kips (1 kip = 1,000 pounds), kips per square foot (ksf), pounds per square foot (psf), pounds per cubic foot (pcf), and pounds per square inch (psi). Report No.971-16-08 CMJ ENGINEERING,INC. 1 2.0 FIELD EXPLORATION AND LABORATORY TESTING 2.1 Field Exploration Subsurface materials at the project site were explored by one (1) sample boring drilled to a depth of 35 feet. The approximate boring location is shown on the Plan of Boring, Plate A.1. Due to a limited interior access, the exterior boring was placed as close to the proposed elevator location as possible. The boring was drilled with a truck-mounted drilling rig using continuous flight auger methods. The boring log is included on Plate AA and keys to classifications and symbols used on the log are provided on Plates A.2 and A.3. Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin-walled (Shelby) tube samplers at the locations shown on the log of boring. The Shelby tube sampler consists of a thin-walled steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed, and packaged to limit loss of moisture. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test a 0.25-inch diameter piston is pushed into the relatively undisturbed sample at a constant rate to a depth of 0.25 inch. The results of these tests, in tsf, are tabulated at — respective sample depths on the log. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. To evaluate the relative density and consistency of the harder formations, a modified version of the Texas Cone Penetration test was performed at selected locations. Texas Department of Transportation (TxDOT) Test Method Tex-132-E specifies driving a 3-inch diameter cone with a 170-pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for each blow. This method was modified by utilizing a 140-pound hammer freely falling 30 inches. This results in 350 foot-pounds of energy for each hammer blow. In relatively soft materials, the penetrometer cone is driven 1 foot and the number of blows required for each 6-inch penetration is tabulated at respective test depths, as blows per 6 inches on the log. In hard materials (rock or rock-like), the penetrometer cone is driven with the resulting penetrations, in inches, recorded for the first and second 50 blows, a total of 100 blows. The penetration for the total 100 blows is recorded at the respective testing depths on the boring log. Report No.971-16-08 CMJ ENGINEERING,INC. 2 2.2 Laboratory Testing Laboratory soil tests were performed on selected representative samples recovered from the boring. In addition to the classification tests (liquid limits, plastic limits), moisture content tests, unit weight, and unconfined compressive strength tests were performed. Results of the laboratory classification tests, moisture content, unit weight, and unconfined compressive strength tests conducted for this project are included on the boring log. A swell test was performed on a specimen from a selected sample of the clays. This test was i performed to help in evaluating the swell potential of near-surface soils in the area of the proposed e elevator. The results of the swell test are presented on Plate A.S. The above laboratory tests were performed in general accordance with applicable ASTM procedures, or generally accepted practice. i 3.0 SUBSURFACE CONDITIONS 3.1 Soil Conditions Specific types and depths of subsurface strata encountered at the boring locations are shown on the boring log in Appendix A. The generalized subsurface stratigraphy encountered in the boring is discussed below. Dark brown clay fill is present at the surface and underlain by light brown silty clay containing limestone fragments, calcareous deposits, and ironstone nodules at a depth of one foot. The various clays and silty clays encountered at this site had tested Liquid Limits (LL) varying from 31 to 64 with Plasticity Indices (PI) varying from 13 to 28 and classify as CL and CH by the Unified Soil Classification System (USCS). These various clay soils are generally very stiff to hard in consistency (soil basis) with pocket penetrometer readings of 3.75 to over 4.5 tsf. Tan limestone with clay seams was then encountered in the boring at a depth of 4 feet. The tan limestone is moderately hard to hard (rock basis), with Texas Cone Penetration (THD) test values of 2 to 2% inches per 100 blows. Gray limestone with gray shale seams and layers was next encountered in Boring B-1 at a depth of 12 feet below existing grade and continued to boring termination at a depth of 35 feet. The gray limestone is hard to very hard (rock basis), with Texas Cone Penetration (THD) test values of 1 to 1% inches per 100 blows. Report No.971-16-08 CMJ ENGINEERING,INC. 3 a a The Atterberg Limits tests indicate the clays encountered at this site are active to highly active with respect to moisture induced volume changes. Active clays can experience volume changes (expansion or contraction) with fluctuations in their moisture content. 3.2 Ground-Water Observations The boring was drilled using continuous flight augers in order to observe ground-water seepage during drilling. Ground water seepage was not encountered in the boring during drilling or at completion of drilling operations. Perched water may occur above the gray limestone, particularly after periods of extended rainfall. Fluctuations of the ground water level can occur due to seasonal variations in the amount of rainfall; site topography and runoff, hydraulic conductivity of soil strata; and other factors not evident at the time the boring was performed. The possibility of ground water level fluctuations should be considered when developing the design and construction plans for the project 4.0 FOUNDATION RECOMMENDATIONS 4.1 General Foundation Considerations Two independent design criteria must be satisfied in the selection of the type of foundation to support the proposed elevator. First, the ultimate bearing capacity, reduced by a sufficient factor of safety, must not be exceeded by the bearing pressure transferred to the foundation soils. Second, due to consolidation or expansion of the underlying soils during the operating life of the elevator addition, total and differential vertical movements must be within tolerable limits. The foundations for the proposed elevator are discussed below. The moisture induced volume changes associated with the active to highly active clays present at this site indicate that shallow or near surface footings could be subject to differential movements of a potentially detrimental magnitude. The most positive foundation system for the proposed elevator would be situated below the zone of most significant seasonal moisture variations. A deep foundation system transferring column loads to a suitable bearing stratum is considered the most positive foundation system. Straight drilled reinforced concrete shafts are recommended as a deep foundation system. A shallow foundation system should only be considered if some differential movement can be tolerated. Recommendations for both systems are presented below. Report No.971-16-08 CMJ ENGINEERING,INC. 4 4.2 Straight Shaft Design Parameters 4.2.1 Design Criteria Recommendations and parameters for the design of cast-in-place straight-shaft drilled piers are outlined below. Specific recommendations for the construction and installation of the drilled piers are included in the following section, and shall be followed during construction. Bearing Stratum Gray LIMESTONE with gray shale seams Depth of Bearing Stratum: Approximately 12 feet below existing grade Required Penetration/Depth: All piers should penetrate into the bearing stratum a minimum of 1 foot Allowable End Bearing Capacity: 35,000 psf Allowable Skin Friction: 6,000 psf for compressive loads and 4,000 psf for tensile loads. The above values contain a safety factor of three (3). The maximum ratio of overall shaft length to shaft diameter is 20:1. Drilled shafts should penetrate though any shale seams and layers and bear only within intact, unweathered gray limestone. In order to develop full load carrying capacity in skin friction, adjacent shafts (both new and existing) should have a minimum center-to-center spacing of 2.5 times the diameter of the larger shaft. Closer spacing may require some reductions in skin friction and/or changes in installation sequences. Closely spaced shafts should be examined on a case-by-case basis. As a general guide, the design skin friction will vary linearly from the full value at a spacing of 2.5 diameters to 50 percent of the design value at 1 diameter. Settlements for properly installed and constructed straight shafts in the gray limestone will be primarily elastic and are estimated to be one inch or less. 4.2.2 Soil Induced Uplift Loads The drilled shafts could experience tensile loads as a result of post construction heave in the site soils. The magnitude of these loads varies with the shaft diameter, soil parameters, and particularly the in-situ moisture levels at the time of construction. For design purposes, an uplift load of 1,200 psf over a shaft length of 4 feet is estimated. This load must be resisted by the dead load on the shaft, continuous vertical reinforcing steel in the shaft, and a shaft adhesion developed Report No.971-16-08 CMJ ENGINEERING,INC. 5 within the bearing strata. In order to aid in the structural design of the reinforcement, minimum reinforcing should be equal to 0.5 percent of the shaft area. 4.2.3 Drilled Shaft Construction Considerations Care must be taken not to disturb the foundation system of the existing structure. Drilled pier construction should be monitored by a representative of the geotechnical engineer to observe, among other things, the following items: 4 • Identification of bearing material • Adequate penetration of the shaft excavation into the bearing layer • The base and sides of the shaft excavation are clean of loose cuttings • If seepage is encountered, whether it is of sufficient amount to require the use of temporary steel casing. If casing is needed it is important that the field representative observe that a high head of plastic concrete is maintained within the casing at all times during their extraction to prevent the inflow of water Precautions should be taken during the placement of reinforcing steel and concrete to prevent loose, excavated soil from falling into the excavation. Concrete should be placed as soon as practical after completion of the drilling, cleaning, and observation. Excavation for a drilled pier should be filled with concrete before the end of the workday, or sooner if required to prevent deterioration of the bearing material. Prolonged exposure or inundation of the bearing surface with water will result in changes in strength and compressibility characteristics. If delays occur, the drilled pier excavation should be deepened as necessary and cleaned, in order to provide a fresh bearing surface. The concrete should have a slump of 6 inches plus or minus 1 inch. The concrete should be placed in a manner to prevent the concrete from striking the reinforcing cage or the sides of the excavation. Concrete should be tremied to the bottom of the excavation to control the maximum free fall of the plastic concrete to less than 10 feet, or focus concrete in the middle of the reinforcing cage to prevent segregation. A drilling rig of sufficient size and weight will be necessary for drilling and/or coring through the hard layers to reach the desired bearing stratum and achieve the required penetration. It should Report No.971-16-08 CMJ ENGINEERING,INC. 6 be anticipated that hard to very hard zones can be present in the tan limestone overlying the gray shaly limestone. The hard to very hard layers can complicate pier drilling operations. In addition to the above guidelines, the specifications from the Association of Drilled Shaft Contractors Inc. "Standards and Specifications for the Foundation Drilling Industry" as Revised 1999 or other recognized specifications for proper installation of drilled shaft foundation systems should be followed. 4.2.4 Grade Beams In conjunction with a drilled shaft foundation system we recommend all grade beams be supported by the drilled and underreamed reinforced concrete shafts. A.minimum 6-inch void space should be provided beneath all grade beams to prevent contact with the swelling clay soils. This void will serve to minimize distress resulting from swell pressures generated by the clays. Grade beams may be cast on cardboard carton forms or formed above grade. If cardboard carton forms are used, care should be taken to not crush the carton forms, or allow the carton forms to become wet prior to or during concrete placement operations. A soil retainer or trapezoidal void forms should be provided to help prevent in-filling of this void. 4.3 Shallow Foundation System If differential movements of up to 1 inch can be tolerated then consideration can be given to supporting the elevator on a shallow foundation system. Individual footings situated atop the tan limestone at a depth of 4 feet below present existing grade can be considered. Individual footings (square, round or rectangular) may be proportioned using an allowable soil bearing capacity of 3,000 pounds per square foot (psf). Continuous footings may be proportioned using an allowable bearing pressure of 2,500 psf. Individual footings should maintain a minimum width of 30 inches and continuous footings should maintain a minimum width of 18 inches, but must be wider as required, based upon the allowable bearing capacities. Foundations for the retaining walls designed in accordance with these recommendations will have a minimum factor of safety of 3 with respect to a bearing capacity failure, and should experience a total settlement of 1 inch or less and a differential settlement of%2 inch or less, after construction. It should be anticipated that the retaining walls will experience differential movements as a result of Report No.971-16.08 CMJ ENGINEERING,INC. 7 I moisture induced volume changes in the underlying clays supporting the retaining wall, as previously discussed. The base of all excavated footings shall be inspected by a geotechnical engineer or geotechnician } under his or her supervision to assure that the bottom is firm, level and free of loose soil material and/or debris. Spread foundation construction should be monitored by a representative of the geotechnical engineer to observe, among other things, the following items: • Identification of bearing material • The base and sides of the footing excavation are clean of loose cuttings • If seepage is encountered, whether it is of sufficient amount to require the use of excavation dewatering methods Precautions should be taken during the placement of reinforcing steel and concrete to prevent loose, excavated soil from falling into the excavation. Concrete should be placed as soon as practical after completion of the excavation, cleaning, reinforcing steel placement and observation. Excavation for a spread foundation should be filled with concrete before the end of the workday, or sooner if required, to prevent deterioration of the bearing material. Prolonged exposure or inundation of the bearing surface with water will result in changes in strength and compressibility characteristics. If delays occur, the excavation should be deepened as necessary and cleaned, in order to provide a fresh bearing surface. If more than 48 hours of exposure of the bearing surface — is anticipated in the excavations, a "mud slab" should be used to protect the bearing surfaces. If a mud slab is used, the foundation excavations should initially be over-excavated by approximately 4 inches and a lean concrete mud slab of approximately 4 inches in thickness should be placed in the bottom of the excavations immediately following exposure of the bearing surface by excavation. The mud slab will protect the bearing surface, maintain more uniform moisture in the subgrade, facilitate dewatering of excavations if required, and provide a working surface for the placement of formwork and reinforcing steel. If footing excavations are left unprotected and exposed to precipitation and/or other water sources which result in ponding in footing excavations, additional excavation to firm, undisturbed material will be required. Footing concrete should be placed directly against the wall of footing excavations. �. Report No.971-16-08 CMJ ENGINEERING,INC. 8 The excavations above the footings may be backfilled with excavated on-site soils. Backfill soils should be compacted to at least 95 percent of Standard Proctor (ASTM D 698) maximum dry density, in compacted lifts not to exceed 6 inches. The soils should be compacted at a moisture near 2 percentage points (-2 to +2 percentage points) of the soil's optimum moisture content. 5.0 CONSTRUCTION OBSERVATIONS In any geotechnical investigation, the design recommendations are based on a limited amount of information about the subsurface conditions. In the analysis, the geotechnical engineer must assume the subsurface conditions are similar to the conditions encountered in the boring. However, quite often during construction anomalies in the subsurface conditions are revealed. Therefore, it is recommended that CMJ Engineering, Inc. be retained to observe earthwork and foundation installation and perform materials evaluation during the construction phase of the project. This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. Until these construction phase services are performed by the project geotechnical engineer, the recommendations contained in this report on such items as final foundation bearing elevations, proper soil moisture condition, and other such subsurface related recommendations should be considered as preliminary. It is proposed that construction phase observation and materials testing commence by the project geotechnical engineer at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner or the owner's design engineers to contract directly with the project geotechnical engineer. This results in a clear, direct line of communication between the owner and the owner's design engineers and the geotechnical engineer. 6.0 REPORT CLOSURE The boring log shown in this report contains information related to the types of soil encountered at specific location and times and show lines delineating the interface between these materials. The log also contains our field representative's interpretation of conditions that are believed to exist in those depth intervals between the actual samples taken. Therefore, the boring log contains both factual and interpretive information. Laboratory soil classification tests were also performed on Report No.971-16-08 CMJ ENGINEERING,INC. 9 samples from selected depths in the boring. The results of these tests, along with visual-manual procedures were used to generally classify each stratum. Therefore, it should be understood that the classification data on the log of boring represents visual estimates of classifications for those portions of each stratum on which the full range of laboratory soil classification tests were not performed. It is not implied that the log is representative of subsurface conditions at other locations and times. With regard to ground-water conditions, this report presents data on ground-water levels as they were observed during the course of the field work. In particular, water level readings have been made in the boring at the times and under conditions stated in the text of the report and on the boring log. It should be noted that fluctuations in the level of the ground-water table can occur with — passage of time due to variations in rainfall, temperature and other factors. Also, this report does not include quantitative information on rates of flow of ground water into excavations, on pumping capacities necessary to dewater the excavations, or on methods of dewatering excavations. Unanticipated soil conditions at a construction site are commonly encountered and cannot be fully predicted by mere soil samples, test borings or test pits. Such unexpected conditions frequently require that additional expenditures be made by the owner to attain a properly designed and constructed project. Therefore, provision for some contingency fund is recommended to accommodate such potential extra cost. The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of our field investigation and further on the assumption that the exploratory boring is representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the boring at the time it was completed. If, during construction, different subsurface conditions from those encountered in our boring are observed, or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, we urge that we be promptly informed and retained to review our report to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. Report No.971-16-08 CMJ ENGINEERING,INC. 10 Further, it is urged that CMJ Engineering, Inc. be retained to review those portions of the plans and specifications for this particular project that pertain to earthwork and foundations as a means to determine whether the plans and specifications are consistent with the recommendations contained in this report. In addition, we are available to observe construction, particularly the compaction of structural fill, or backfill and the construction of foundations as recommended in the report and such other field observations as might be necessary. The scope of our services did not include any environmental assessment or investigation for the presence or absence of wetlands or hazardous or toxic materials in the soil, surface water, ground water or air, on or below or around the site. This report has been prepared for use in developing an overall design concept. Paragraphs, statements, test results, boring logs, diagrams, etc. should not be taken out of context, nor utilized without a knowledge and awareness of their intent within the overall concept of this report. The reproduction of this report, or any part thereof, supplied to persons other than the owner, should indicate that this study was made for design purposes only and that verification of the subsurface conditions for purposes of determining difficulty of excavation, trafficability, etc. are responsibilities of the contractor. � A This report has been prepared for the exclusive use of the City of Fort Worth and their consultants for specific application to design of this project. The only warranty made by us in connection with the services provided is that we have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. No other warranty, expressed or implied, is made or intended. A A A A A Report No,971-16-08 CMJ ENGINEERING,INC. 11 NOOMANDY 'ROAD76� t ;r4 "'�+ "�`a�_ f i • Ir 4 !' — 7�i . oil r , t I I r }I , • -. b■ � i' , Li � �, � IIS : • Out t o .1 ° In ,4 Major Divisions Grin, Typical Names Laboratory Classification Criteria o Well-graded gravels,gravel- 2 Dee tD3 l RM �, c GW sand mixtures, little or no C�=—greater than 4: Cc=-- - -- between I and 3 Lo o fines 0 D+fi DID x Deo c rn ` c (L C) o Poorly graded gravels,gravel E _ U GP sand mixtures,little or no co 0) u) Not meeting all gradation requirements for GW ,� fines go 0 U ca > > ce w o (D (D -0 o o o Liquid and Plastic limits o -- Z o Silty gravels,gravel-sand-silt bf C7 7 „ „ Liquid and plastic limits N o ,� GM �; y , a below A line or P.I. d U c� N mixtures z a) : greater than 4 plotting in hatched zone Z '3 a•- a g between 4 and 7 are wPV I '[5 o' N Liquid and Plastic limits CU LP 0 (nborderline cases 0 2 Clayey gravels,gravel-sand- 'N N „ „ requiring use of dual v0, `o T a GC C o ; m above A line with P.I. ,o a, clay mixtures z c symbols aD D Q 0 � t greater than 7 c m �m a� (U y E — o ' o d) °' Well-graded sands,gravelly `� � ' m Dfie (D30)2a; CUc SW j E C�-----greater than 6: Cc= between 1 and 3 CU CU+ � sands,little or no fines (0 DID D+0 x D60 U Ey CU 0 N C O o N a Poorly graded sands; c m '� U SP gravelly sands, little or no m c Not meeting all gradation requirements for SW > y c v m (D fines �w 4) c C i U1 O O N N ro Cc o N rn In .� o o - rn(o � m` o Liquid and Plastic limits `o O Z (D y j4 L L Cl below"A"line or P.I.less � c o SM Silt sands, sand-silt mixtures »- »- Liquid and plastic limits E s � ca y a o J 8 o than 4 plotting between 4 and 7 C c ❑.o N are borderline cases _ w o CD CU r S; �' Liquid and Plastic limits requiring use of dual W Clayey sands, sand-clay E b,a? above"A"line with P.I. symbols 13 Q SC mixtures In a id greater than 7 L]O v Inorganic silts and very fine sands,rock flour,silty or MLU) ML clayey fine sands,or clayey silts with slight plasticity CUL 60 > W Inorganic clays of low to Cn cmedium plasticity,gravelly C) y E CL clays, sandy clays,silty clays, 50-- C\1 = = and lean clays Z CH v CL Organic silts and organic silty 40 clays of low plasticity oCU m a 0� 30 Inorganic silts, micaceous or MH diatomaceous fine sandy or AOH af d MH IL N c silty soils, elastic silts 20 •P i;- m m E v CL CU o 0 a) CH Inorganic clays of high plasticity,fat clays L 4 ML dOL oo J OH Organic clays of medium to 00 10 20 30 40 50 so 70 so so goo high plasticity,organic silts v Liquid Limit s U c � ,�' Peat and other highly organic Plasticity Chart T O Pt soils UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.2 SOIL OR ROCK TYPES _ GRAVEL VA P�Ar I LEAN CLAY LIMESTONE •. • SAND • • • SANDY — SHALE • •.� SILT SILTY SANDSTONE CLAYEY HIGHLY CONGLOMERATE Shelby Auger Split Rock Cone No PLASTIC CLAY Tube Spoon Core Pen Recovery TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Soils (More than 50%Passing No.200 Sieve) Descriptive Item Penetrometer Reading, (tsf) Soft 0.0 to 1.0 Firm 1.0 to 1.5 Stiff 1.5 to 3.0 Very Stiff 3.0 to 4.5 Hard 4.5+ Coarse Grained Soils (More than 50%Retained on No.200 Sieve) Penetration Resistance Descriptive Item Relative Density (blows/foot) 0 to 4 Very Loose 0 to 20% 4 to 10 Loose 20 to 40% 10 to 30 Medium Dense 40 to 70% y 30 to 50 Dense 70 to 90% Over 50 Very Dense 90 to 100% Soil Structure Calcareous Contains appreciable deposits of calcium carbonate; generally nodular Slickensided Having inclined planes of weakness that are slick and glossy in appearance Laminated Composed of thin layers of varying color or texture Fissured Containing cracks, sometimes filled with fine sand or silt Interbedded Composed of alternate layers of different soil types, usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to very stiff in soils Soft Can be scratched with fingernail Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernail Hard Difficult to scratch with knife Very Hard Cannot be scratched with knife Poorly Cemented or Friable Easily crumbled Cemented Bound together by chemically precipitated material; Quartz, calcite,dolomite,siderite, and iron oxide are common cementing materials,and iron oxide are common cementing materials. Degree of Weathering Unweathered Rock in its natural state before being exposed to atmospheric agents Slightly Weathered Noted predominantly by color change with no disintegrated zones Weathered Complete color change with zones of slightly decomposed rock Extremely Weathered Complete color change with consistency,texture,and general appearance approaching soil KEY TO CLASSIFICATION AND SYMBOLS PLATE A.3 Project No. Boring No. Project Elevator Addition-COFW Tactical Center CMJ ENGINEERING INC. 971-16-08 3900 Barnett Street-Fort Worth,Texas Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 35.0' 1 Date 9-13-16 Surface Elevation Type B-53,w!CFA 0 11 p 0 CLL. Q ° E v zLL �' W� CL v1 A Stratum Description . � V A 3 U: 'omarn• inm c . y •0Ea W a oycn om QE of m'0 ao co coo W � mn.� a.in �� EL:D a5 gc> » Z)0a. CLAY,dark brown,very stiff (FILL) 3.75 64 26 38 28 SILTY CLAY,light brown,wi calcareous deposits, 4.5+ 43 20 23 15 106 3590 ironstone nodules,and limestone fragments,hard 4,5+ 31 1 17 14 13 4,5+ 9 121 10650 LIMESTONE,tan,w/clay seams,moderately hard 00/2.75' 5 to hard 100/2" 10 LIMESTONE,gray,w/shale seams,hard to very hard 00/1.25' 15 00/1.75' 20 00/1.25' 25 100/1" 30 w/4-to 8-inch thick shale layers below 31' 00/1.37 ' 35 ----------------------- q to 0 U a 00 q00q b w f? z it 0 w o LOG OF BORING NO. B-1 PLATE AA J FREE SWELL TEST RESULTS Project: Elevator Addition - COFW Tactical Center 3900 Barnett Street - Fort Worth, Texas Project No.: 971-16-08 %- Uqukj Plastir. Plasticity r6l 0 i S 11 1'ri; I perc. i'nlervm Ii lndy I ifcivderi LL PL F i �niti--!' H 112d LIZ— B-1 1 -2 1 Silty Clay it 43 20 23 I 15.4 18.7 1 1. Free swell tests performed at approximate overburden pressure CMJ ENGINEERING,INC. PLATE A.5 FoRT WORTH, CITY OF FORT WORTH PROPERTY MANAGEMENT DEPARTMENT ADDENDUM NO. 3 TACTICAL CENTER RENOVATIONS f r Request for Proposals Submittal Date: March 2, 2017 (CHANGED) A facility walk-thru was held on February 13, 2017 for the above referenced project. 1. The bid opening is extended one week. 2. Attached are clarifications and additions based upon observations and questions generated from the walk-thru. Acknowledge the receipt of this Addendum No. 3 on your Proposal. 1 STEPHEN COOKE DIRECTOR, PROPERTY MANAGEMENT DEPARTMENT /� By: �O't� a4"v Brian Glass, AIA Architectural Services Manager 817-392-8088, FAX 817-392-8488 r RELEASE DATE: FEBRUARY 17, 2017 f 1 IR r r r Tactical Center Renovations Page 1 of 1 Addendum No.3(February 17,2017) r ELEMENTS , of Architecture, Inc. Aj?, w L. P � . � 4 ADDENDUM-3 City of Fort Worth Tactical Center Renovations q '{6 2 . 3900 Barnett St. bF Fort Worth,Texas 76103 02/16/17 Elements Project No. 15-1027.00 February 16,2017 TO THE BIDDERS OF RECORD: This addendum forms a part of the Contract Documents, dated December 14, 2017,which supersedes and supplements all portions of the documents with which it conflicts. The following refers to Addendum items, by number,to the Project Manual and/or Drawings and attachments as indicated below: ADD/3-1 Reference: M2.1,E0.0,E3.1,E3.2,E3.3,E3.4,E5.1 •. Some updates to Electrical and Mechanical drawings have been made. ADD/3-2 Reference: P2.0,Bid Question Note 3 on this sheet refers to 55 gallon drums for oil. The elevator pump system being proposed has sensors that distinguish between water and oil,so a separate oil separator should not be required. ADD/3-3 Reference: A7.1,07 1416 COLD-FLUID APPLIED WATERPROOFING Clarifications have been made to the elevator pit,ladder, and sump pit grate. ADD/3-4 Reference: A2.5,07 52 00 MODIFIED BITUMINOUS MEMBRANE ROOFING The color of the top cap sheet of the recently renovated roof is white. ADD/3-5 Reference: PH-1,A2.2 Bid Question There are no new overhead doors in this project. Phase 1 notes on PH-1 refer to a new overhead door which has since been removed from the project. There is now a sliding picket fence gate and man gate per Note 3 on A2.2 in the area the phasing plan was referring to(Hall 107 1) ADD/3-6 Reference: Fire Alarm Bid Question -� The intent is for the contractor to secure the services of a licensed fire alarm contractor to design, install,test,and secure approval of modifications to the existing fire alarm and provide a complete and operational fire alarm system for the facility. Such system shall accommodate for renovations in the construction drawings and resolve any outstanding deficiencies in the existing system that prevent it from being compliant with local and state codes. The latest existing building information suggests that the Fire Alarm System is a Unimode 400 Addressable Fire Alarm System by ADT,but the system has been Elements of Architecture,Inc. 1201 6th Ave,Suite 100 Fort Worth,TX 76104 v 817.333.2880 f 817.333.2883 www.ElementsofArc.com ADD/3-1 ELEMENTS of Architecture, Inc. modified and added to several times over the course of the building. This will need to be verified. ADD/3-7 Reference: C2.00 A note on this sheet refers to a proposed 755 LF of 6' Tall Chain Link Fence. This new fence should be revised to reflect 8'tall black coated chain link fence instead:similar to what is on the East side of the property. ADD/3-8 Reference: C2.00 If spoils from the proposed drainage pond are found suitable for fill they may be used at the new paving area,however,there is a possibility that spoils will include limestone or chunk rock, so an allowance should be made for haul off of said materials. ADD/3-9 Reference: M2.5,SK-1,SK-2,SK-3 A question was asked about extra steel support for the new mechanical roof top unit. Please refer to SK-1, SK-2, and SK-3 for more information on steel for this condition. Attachments: A7.1 -Vertical Circulation M2.1—Partial First Floor Plan Mechanical E0.0—Symbols and General Notes E3.1 —First Floor Power Plan E3.2—First Floor Power Plan E3.3—First Floor Power Plan E3.4—Second Floor Power Plan E5.1 - Schedules 07 14 16 Cold Fluid Applied Waterproofing SK-1—RTU Framing Details SK-2—RTU Framing Details SK-3—RTU Framing Details M Fire Alarm Control Panel Photos(2) END OF ADDENDUM—3 I Elements of Architecture,Inc. 1201 6th Ave,Suite 100 Fort Worth,TX 76104 v 817.333.2880 f 817.333.2883 www.ElementsofArc.com ADD/3-2 .. 3y3y x E-4 �F— C u t @ �\.4 g�a 9iy�p e � N O N O00 tleA e w O M d 4 Mill ca gg SS y 6 11 R 7 CD~ U I N Wo �_ 0 :_4 Lo II ® € s 3 O o n O U) :lo fl•� 9 c a CY) �� 11 � @ ry I pill' W e. —16 cd Lj sa co a � °xyJx ryex i$ ISO, ? .� gig 96 � g � � � MI O N ------ p Y F-i w 8 pig @ y w° Fe a � g6 0 0 LL 0 ca Y° E a y= §56i p mca N O te�15 S r y�� g 9 5°5 �qg e 8 Q O jr �LL x A' co Bee Lz+ LL M e i c ca 121 ¢ 4§ � ®®® Z E4 r g tib € 8 tl B Ei LLI e W Z 000 0 0 0 O O O®®® =IoI. LS $ L s _ �- c 0 �z a I 34P U n r` mem c �ionc nie,A ,vow ED N � =0 — ❑ o C=3 � � o 0 g R • s �s g � r IE E+� a LL ir Z. ii � m N . 2 00 ca ►a� i4CR��'g ' E• F U m3 (iD 5 $ LU O� 0) H61 co € RV 6 �ma En Ld In ISIS Egli is Ld FEn °zY.. CC88 Na�� Ld L) III H W Q @ W i " a S ei LLI �` �# � a� gs`6 $� s � @ F- Lj m Q 'moi—`'w a Li DR! ��iaill 1 o i o as a 2= a 2 `e �; 3 N 2 n En b : tl os `a IS h €h 9 6s �€ zz @a a '� arias hl `� ,0. yyao € =atl �$ tl � BF �s6b1� E� $ s S g §� Ell X11 aR �F �ap�� w a 3 $ Q u� W Na� pli IN li@ lie €4; PER N @ + U Fa h k a 3 @ w aC G 6 6 a$ LiU s < 3 En w f!0oop e e T U F w a w $_ Y § RM @W°5Q ad�� �p a d pay WIN � p8y � � � � � � a d a, RM °=211 1 1, 11lih� R51 113s.R 1$1411 � 'a W Eiji J .5 Q5 I E ae Ay?�$l W a � aa�: X9999 c� "� �g 1, ah tl ! � d�dR Pi �Jggj F m :Wsd°€ �Wk698�iii� � �> H C 1,B 2 �LiLIE��tl�9� R= a 3 hi �o 'eNE 5 9. m G 4m Q Q i < a N 11 o & gam: a @@ R>= @ a ¢ e W @scr Z a9Pa8 6 $ @g w @@ a +� pp� c <<c 9=p w E 1 Q R.rYY R, d R� Rd a k S J -°B a -- g 8 �J ❑ 3 W t. W �tl� Y;8 Ri G tl W cd W C $ 8 tl a �' ba o 0 Eli e Z � �g 1. aft ° ��x d`@ a s $6 R a _ _@ _ "�@ ��� ,� s •- ❑ ,� ��EEcccctl�ti 'a �a r § b L 6 b Y 9 S big 22 m alk NO! gyagi 6 @ is ®eoB4I 1-1-1 �OH�Ipl I Will T W E3 00 c Ma ° g F'V U C Q� BSS ri W fill. W 6 cc ° f'AW Y� If- II g E E E sN Eb 7 ° O Led Ed E E < - LL W ` ao Eg s — IQ Li 74f =, 2 4 d6_ 85. 16 � - n •T..S 0 1�� LL� C Q Q N W e i�9�e� U ~U p W e p �� H py a; a �nI��I eap ii o t u u u e itp } Q N wo € e o " = N z < ot fro 0 . 0 ¢ o . a m ® SO ® ® ® 017111 bl I I I I I I I I LL 0 IIM. O � a a. .. � N i i_ LLin � a CE _ W � a � ft G �0� 22 z i LL (Y� 00 W BQ 41 i s O N SCd f0 R;X A H W e i 63 $g�gpp°@@le O U ~ LLI Q O p gg - a y 5 w: 8 tl�eA�Re w O M LL i E i �a s ;41_ Y= qq N �� R Q Q 8� ❑ tea � z . �0 0 �0 �0 TRS o �0 g a" 0 J-• U u" 0 a U_ W U 00 �O 5 ,ai �O � 0 r.® VI o a = 0 c C9 Cr� LU A 8 tl�e8��e � G7•r O � M� 6 8 � fl R€ w � is m s ®O 6 0 3 L 0" 01 F c m n o � 3 � xx w n d o Y W v a pp�Yglgg OO>O V C C QIOt z i a 9§ iy�{°tl gg H F LO Co 0 m U °c m3 m 2. A Y W 66i��pepYls E p U ~ O O I LL Niln g g g a g kg g gIqgRq1gg11qgg1q11qq +Fara i� g kg �ygqqgqq Issas a @�@a ae a �saaaa °�� �Isaaas �g 8_ r ��aaaaaaaaaaaaaaa a•� �� ��aaaasaaaa a�� �'� w Sg a`a`���isa`iaaiia��ia`a� �s € a $g��aiiaiaiaaiaia � € 4 r F `Ptl9SitlliLhCIaaa ACY�i kAA t ° s� gg��aaaaaaaaaaaaaaa ��o � �gg��aaaasaaaa � ,� 6 GGGGGCCGGGCGC G � ��@ CCGGCGGCG ��� 8g aaaaaaaaaasaaa�a €� ggpp W §@ 8S aaaasaaaa Hill ��a a a a s � �- ��aaaaasaaasaaaas � �` �� T w ��Si isia�aaiiaiaaiaiasaaiiaia Aa a a y o I a � sass° dd- CDe 6 Soa[aGaaiaiaia`aia`iaa`a[aiai k - @�S€a- --a—�Faatta § �$ CD � � a s a a �� ��aaasss4asas4_aa saaassaaaaasssaaasasasssassa � am � u �- �--�--�— e��� A 8g iaaiia[aiaa`Ga[aaiaia[aaGia a"aiaai``a�Gaaiia�a`iaaii`aaGGaiaaia`a`�ia`sa`�`aia`aa` �e� � ¢ _....e==eaaaxaaaaER4y k@� --••�a ^saxes RaERRY93ySSaEEaSttEiRaaxRR8aERg a ` $ 1 gig - �5 b i @5 a g §§ r raS�dgqgqqg�jg'{{{{sggg ts � @gggqggggqq�gqgqqgggggqq3gggqqg gpp3 gyqIs as"'a i i s k to �e tl 888@898@$ YSSSSBSSSSiAlAfi&APStSo,,. � laeae a aaa % � �� � a`a"e'a�aaa"aa^ea'aa aaaaaaaaaaaaaaaaaaa assassaa �� � W 15 € � 8@ MUUMUU�ai[aaiaiaiaGa[aiaiaaaia`aaG�aiaiiaa[aiaiaiaGa`�`aa` Q @@ __-__ � ,@. - c•Faaa a:aRFR:asns:aRaa:aasa�aasa:a caFaasa:aa �_� - QQj � q2g g g� g g a i � AA AaaaaA aaaaAAaa Faaaa °� gaaaaa g H is QQ ��994aa44R4a9aadaA aa� Gaa94aaaaa'a aaa°a'd'd sass g 9�aaaaaaaaaaaaaaa �� a ccccccccicccici� cC_ ciccccicccccccccccic �F� � ¢ S cccciciccccicc � iA 6m aaaaaaaaaaaaaaaa baa �Saaaaasaaaeaaaaaaaasa a $.�aaaaaaaaaaaaaaa € R^Raxa.Rtt.RR9^......ERRS:EBeR�'nnRSaE W�8�8 6 �3 Sa8�8 g 5 glaas_� 5 e rasa �33 AaaaA Aaaa a a � 99 §aaa:a �5�9L aaa'ee"aaa'e'e'aaa"a'aaa'eaa'a a'a'a'a aa'e'eaaa'e'e'a a'eaaa'a ��� � �h�9�a99494R9449^daaa ��� y � GGGG GGGCGiiG GCCC CC C CC G[[[CGCCCC[GCC § GGGC GCC GCG C � Sg aaas�aaaxaaas��aaaa�aa�a�ax�aaaaaaaaaaaaaa g �- � � �aaasa`aaa�asa�a � Q��@� aFaaaaaaasR.xs^.s:aaaa:aaso atta:a ���g � W� @� :Faaaa ���. ao Addendum 3 02/16/2017 SECTION 07 1416 COLD FLUID-APPLIED WATERPROOFING PART 1 -GENERAL 1.01 SECTION INCLUDES A. Mortar and Grout. Cold fluid-applied polyurethane membrane waterproofing. 1.02 RELATED REQUIREMENTS A. Division 01:Administrative, procedural, and temporary work requirements. 1.03 REFRENCE STANDARDS A. ASTM C836-Standard Specification for High Solids Content, Cold Liquid-Applied Elastomeric Waterproofing Membrane for Use with Separate Wearing Course. B. ASTM D412-Standard Specification for Vulcanized Rubber and Thermoplastic Rubbers and Thermoplastic Elastomers-Tension. C. ASTM D4258- Standard Practice for Surface Cleaning Concrete for Coating. D. ASTM D4261 - Standard Practice for Surface Cleaning Concrete Unit Masonry for Coating. E. ASTM E96/E96M -Standard Test Method for Water Vapor Transmission of Materials. 1.04 SUBMITTALS A. Product Data: Manufacturer's data for waterproofing and [drainage] [protection] board including product description and performance characteristics. B. Samples: 3 x 3 inch waterproofing samples on representative backing. C. Warranty: Sample warranty form. D. Sustainable Design Submittals: Regional Materials E. Quality Control Submittals:Applicator's license certificate issued by manufacturer of waterproofing material. 1.05 QUALITY ASSURANCE A. Applicator Qualifications: 1. Minimum 5 years documented experience in work of this Section. 2. Licensed or certified by waterproofing manufacturer. B. Pre-Installation Conference: 1. Convene at site 2 weeks prior to beginning work of this Section. 2. Attendance: Owner, Contractor, waterproofing applicator,waterproofing manufacturer's representative, and related trades that may affect waterproofing installation prior to, during, or following installation. 3. Review and discuss Contract Documents, waterproofing system manufacturer's literature,job conditions, scheduling, and other matters affecting application as appropriate. 4. Tour representative areas of waterproofing substrates, and discuss substrate construction, related items,work conditions, and materials compatibility. 1.06 DELIVERY STORAGE AND HANDLING A. Store materials at minimum 75 degrees F; prevent damage to containers. Do not store in direct sunlight. 1.07 PROJECT CONDITIONS A. Environmental Conditions 1. Do not apply waterproofing when ambient or surface temperature is less than 40 degrees F or if precipitation is imminent. CITY OF FORT WORTH Tactical Center Renovations 071416-1 COLD FLUID APPLIED WATERPROOFING Addendum 3 02/16/2017 2. Do not apply material to wet surfaces. B. Substrate: Cured minimum 28 days prior to applying waterproofing. 1.08 WARRANTIES A. Furnish manufacturer's 5 year warranty providing coverage against water leakage through waterproofing system. PART 2-PRODUCTS 2.01 MANUFACTURERS A. Acceptable Manufacturers: 1. Kemper System America, Inc. (www.kemper-system.com) 2. Neogard Corporation. (www.neogard.com) 3. Tremco, Inc. (www.tremcosealants.com) B. Substitutions: Under provisions of Division 01. 2.02 MATERIALS A. Fluid Applied Waterproofing: 1. Type: Single-component, bitumen modified, cold liquid applied moisture curing urethane t complying with ASTM C836. 2. Physical properties: a. Elongation: Minimum 600 percent,tested to ASTM D412. b. Tensile strength: Minimum 150 psi, tested to ASTM D412. c. 100 percent modulus: Minimum 80 psi, tested to ASTM D412. d. Crack bridging: Pass 1/16 inch with no loss of bond or cracking exhibited, cycled 10 times per 24 hours at 15 degrees F, tested to ASTM C836. t e. Moisture vapor permeability: Maximum 0.1 perm, tested to ASTM E96. B. Reinforcing Fabric: Waterproofing manufacturer's standard. 2.03 ACCESSORIES A. Surface Conditioner, Joint Sealers, and Patching Compounds:Type recommended by waterproofing manufacturer. PART 3- EXECUTION 3.01 PREPARATION A. Clean surfaces to ASTM D4258.; remove loose and foreign matter that could impede adhesion or performance of waterproofing. B. Clean exposed metals; apply surface conditioner and coat of waterproofing material to minimum 60 mils thickness. Extend preparatory coat minimum 3 inches onto adjacent surfaces and up vertical surfaces minimum 6 inches past level of finish floor. C. Clean cracks and joints in substrate less than 1/16 inch in width and apply preparatory coat of waterproofing material, minimum 60 mils wet film thickness; extend minimum 3 inches onto adjacent surfaces. D. Rout out cracks and joints over 1/16.inch in width to minimum 1/4 inch depth, and fill with waterproofing.Apply preparatory coat of waterproofing material, minimum 60 mils wet film thickness; extend minimum 3 inches onto adjacent surfaces. E. At changes in plane of substrate,form cant of waterproofing material, minimum 1 inch high. F. Allow preparatory work to cure minimum 12 hours, then clean and apply surface conditioner. 3.02 APPLICATION OF WATERPROOFING A. Apply waterproofing system in accordance with manufacturer's instructions. CITY OF FORT WORTH Tactical Center Renovations 071416-2 COLD FLUID APPLIED WATERPROOFING Addendum 3 02/16/2017 - B. Apply in as many coats as needed to achieve minimum 60 mils wet film thickness, excluding preparatory work. C. Extend membrane up vertical surfaces minimum 6 inches past level of finish floor. D. Seal items projecting through membrane. E. Apply waterproofing with reinforcing fabric at locations of potential high movement, including intersections not structurally connected. 3.03 CONTROL A. Vertical Surfaces: 1. Prior to applying, inspect surfaces for voids, ruptures, and other damage. 2. Repair damaged and defective areas. B. Horizontal Surfaces: 1. Close drains and flood with minimum 1 inch of water prior to applying protection course. 2. After 24 hours, check for leaks. If leaks are encountered, repair and repeat test. 3. Drain water when proven watertight. END OF SECTION CITY OF FORT WORTH Tactical Center Renovations 071416-3 COLD FLUID APPLIED WATERPROOFING 1/SK2 (TYP.) R EXISTING JOIST I I �- GIRDER \� , d NOTE: ATTACH EDGE OF \ J � ALL DECK OPENINGS TO NEW FRAMING xx J L3x3x1 4 J � BELOW WITH HILTI (� x X-H5N24 AT 6" O.C. I l-&-3x 17-4 I L3x3x 1 jI 1/SK3 (TYP.) 1/SK3 (TYP.) REFER TO SK3 FOR ADDITIONAL FRAMING DETAILS EXISTING JOISTS r- 0 5.•' cS' 1+ :..........................................+/� BR WADE GRE PLAN ttt .... ....................... ... :.....° 7445 r TYPICAL FRAMING AROUND RTU OPENING ; a ,e 1 TYPICAL DETAIL `= SCALE: N.T.S. RTU Framing Details for. REVISIONS DATE: 2-17-17 QFWN SHEET# COFW Tactical Center o Frank W. Neal&Assoc.,Inc. n S K 1 1015 W.Broadway Ave. 817-332-1944 FORT WORTH,TEXAS Fort Worth,TX 76104 fwna-eng.com T..-n— no.F-000296 FWNA PROJECT#21512001 3" NOTCH' IN VERTICAL LEG 1/8 STEEL ANGLE 1/8 REFER TO PLAN R1/4x2x6 3/16 ANGLE TO ANGLE CONNECTION D ETA I L d{��4 Or. EklnnQ d ' • * �l �.... ............ ADE GR EN i 132 ail-o••. 74453 1 �. 1001 '• .<i� � '] RTU Framing Details for: REVISIONS DATE: 2-17--17 SHEET# FWN&A COFW Tactical Center Q Frank W. Neal&Assoc.,Inc. SK2 0 1015 W.Broadway Ave. 817-332-1944 FORT WORTH,TEXAS Fort Worth,TX 76104 fwna-eng.com Taxes firm reHao.F066296 FWNA PROJECT#21512001 CONCENTRATED LOAD (MECHANICAL UNIT 1 8 ®� CURB, ETC.) / N 1/87 �. L2x2x3/16 EACH SIDE OF BOTTOM CHORD JOIST PANEL POINT JOIST FROM CONCENTRATED — FIELD VERIFY LOCATION AND LOAD TO NEAREST PANEL GEOMETRY TO PROVIDE MITERED POINT AT OPPOSITE CHORD REINFORCING ANGLES AS SHOWN. �- STEEL JOIST REINFORCEMENT AT CONCENTRATED LOADS D ETA I L SCALE: N.T.S. LOCnY 1-300/4 ON BOTH SIDES @ SIM. r i I 1/8 R 3/8x4x4 Q oaf\O\\a O F ��• • ... 3/16 ......:......... ........................:;....f BR Y WADE GR ' 74453 STEEL JOIST REINFORCEMENT AT CONCENTRATED LOADS 2 D ETA I L aa� � SCALE: N.T.S. P RTU Framing Details for. REVISIONS DATE: I 2-17-17 FWN&ASHEET# COFW Tactical Center � SK3Frank W. Neal &Assoc.,Inc. Q 1015 W.Broadway Ave_ 817-332-1944 FORT WORTH,TEXAS Fort Worth,TX 76104 fwna-eng.com Texas firm reg.—F-000296 FWNA PROJECT#21512001 7-1 VAR IAIIW',�7'g- lop Q zu Ot, Qj 24" 114 All: f W.Y,; -joLw,wor )3m 45W ln� 4N 99 Ka A Nall i d a V4 to e q,$O u.`. Al" m ro' q U ED. gOogo�` mob A ' 0 SO ill A ji Z x � H vi M i �. i FoRTWORTH, CITY OF FORT WORTH PROPERTY MANAGEMENT DEPARTMENT ADDENDUM NO. 2 - TACTICAL CENTER RENOVATIONS a Request for Proposals Submittal Date: February 23, 2017 (NO CHANGE) A facility walk-thru was held on February 13, 2017 for the above referenced project. 1. The walk-thru attendees sign-in sheet is attached_ u 2. Greg Lay's correct email is playa—elementsofarc.com Acknowledge the receipt of this Addendum No. 2 on your Proposal. STEPHEN CObKE DIRECTOR, PROPERTY MANAGEMENT DEPARTMENT Y B : - Brian Glass, AIA Architectural Services Manager 817-392-8088, FAX 817-392-8488 RELEASE DATE: FEBRUARY 14,2017 Tactical Center Renovations Page 1 of 1 t Addendum No.2(February 14,2017) FORT WORTH Tactical Center Renovations Site Walk-thru February 13, 2017 Name Company Phone Number E-mail k1?-rYG '7��5 f�°"tQ.s n 1. 1✓A,,A lM 92,E 2. Cea,�, RAQA94 C AvJTUM fA1UcA0kpjtcA&_ STI-137=7W/ 'C IGQ.M�U .iM�cNA 3. 6JrL[ ' 1-')l}C.Dr\ �c.���S i' � 5SY5�. s 917 374'?1S( �c,�rC1��7� �sficsys s, t,l.n��y Q�F��.���q iRt7}35"0- 7t4lG►..0 ^.,i UA't+j������► .Cv 4. W , �� 2. 'l-t cc -r l 5. NLIp14 0(--W Cr Ea,t JT r4TfAfGA 0(*) $1;f?280ff rBriwr�,(oCa5sQ Fei+440f+ i7'-Cjr.%s'. 6. t'J�,c, i s�c.�. C, c,� �'.tnnn F1'?- 39-Z•867L9 7. r r f.; 111-15 jI'OLVI pt,y le ! �?�� (fj-r-27 lew-lie i a l,,n, , 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18 19. PROPERTY MANAGEMENT DEPARTMENT FACILITIES MANAGEMENT I ARCHITECTURAL SERVICES THE CITY OF FORT WORTH*401 WEST 13TH STREET*FORT WORTH,TEXAS 76102 (817)392-2586*FAX(817)392-8488 FORTWORTH Tactical Center Renovations Site Walk-thru February 13, 2017 Name Company Phone Number E-mail i-( g�-ejroli gl�1-96L- S(�.(e.5 1 hr�>^��s �oo� 2 Gvv►�ron .-t- ^° 3` 8'11� e,UsA �P'`5��� 2. 1^;1�'�/ "��-c., ��'ard.,�� �1,••s,�. 817 �GZ�3�t� ��,i I,'� b �fes+ V' Dnt 3. �tv 7. 8. 9. 10. 11. 12- 13. 14. 15. -� 16. 17. 18 19. PROPERTY MANAGEMENT DEPARTMENT FACILITIES MANAGEMENT/ARCHITECTURAL SERVICES THE CITY OF FORT WORTH*401 WEST 13TH STREET*FORT WORTH,TEXAS 76102 (817)392-2586*FAX(817)392-8488 FORTWORTH J Tactical Center Renovations Site Wafk-thru February 13, 2017 Name Company Phone Number E-mail �. LN'6f c-K C-�fi S b A 2 LrtficYClc 7 3�3'L� �j1 oyl�ela►►e► of Go►h �7jc e" Az�e�a af`( acro 2. Crum a 7�� ��sge g @azTecc,—aMe U. `� CUM 4. �enhP. r I.aIST r�aTlE�n ��7 �cp� t Z jou,►nt+►���G/rAI G wow >rlA,�v�► f boa cam. 5. C�.CC�G /',asr•-�. � � � �� �!�rt,!"c'i�..rrl�.c����ce�P,I�i#c.7►ih I 6:7 I I E-CSS — 3,11 .&-' 7. ROdAtt ic i -M Rssav+ w X7 7 VV--77 r�ACf�spa-co►��r c�ort. y,,p 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18 19. PROPERTY MANAGEMENT DEPARTMENT FACILITIES MANAGEMENT/ARCHITECTURAL SERVICES THE CITY OF FORT WORTH *401 WEST 13TH STREET*FORT WORTH,TEXAS 76102 (817)392-2586*FAX(817)392-8488 6 FORT WORTH. CITY OF FORT WORTH PROPERTY MANAGEMENT DEPARTMENT ADDENDUM NO. I f TACTICAL CENTER RENOVATIONS Request for Proposals Submittal Date: February 23, 2017 (NO CHANGE) A Pre-Proposal Conference was held on February 8, 2017 for the above referenced project. The follow items have been prepared to address questions that were presented prior to and during the conference. 1. The attendees list of the preproposal Conference is attached. 2. The MBE Request for listing form is attached. 3. The Conflict of Interest Affidavit and Questionnaire forms are attached. 4. Criminal Justice Information System (CJIS)clearance is required for non-city employees who provide support to police department systems or have physical access to police department systems and will be supervising non CJIS cleared employees or subcontractors.These identified individuals are required to complete a Security Addendum, specifically with the City. The Security Addendum must include a full and complete list of each employee with authorized access. Individuals in this category must complete a criminal history check, fingerprint check, and CJIS security training at least 30 days prior to date of the individual's initial access to a Police Department facility with CJIS. All non-police department personnel, including vendors, must review CJIS Security Awareness material and sign a document acknowledging their receipt of training every two years. The criminal history check and CJIS security training are completed through a signed form.The security training also includes an informational sheet to review before signing the acknowledgement form. The fingerprinting cost$10-$12. More information on fingerprinting locations and how to schedule will be communicated to the party that is awarded the contract 5, Hours of construction will follow normal industry standards. Nights and Weekends are acceptable as long as the contractor coordinates with Police Department staff to ensure someone from the Police Department is present after hours when they are there. 6. Floor protection will be required in areas not to be disturbed during abatement. 7. A site visit will be conducted at 9:30 am on Monday, February 13, 2017. 8. Abatement durations by phase are anticipated to be 2-3 weeks each. 9. Approximately 300 linear feet of window glazing on the East side of the first floor will be removed by the abatement contractor. 10. The asbestos survey it attached for information only. 11. As a clarification, one bid and one bid bond are due from each Offeror, and seven Post Proposal—Pre-award Submittals(item 8 of the Instructions to Offerors)are required within 5 business days subsequent to the bid opening by 5:00 pm at the Architectural Services Office, 401 West 13th Street, Fort Worth, Texas 76102 (phone number 817.392.2586) 12. The last day for questions from prospective Offerors is changed to Friday, February 17, 2017. 13. Refer to RFI responses from Elements of Architecture, attached. Tactical Center Renovations Page 1 of 1 Addendum No.1 (February 10,2017) Acknowledge the receipt of this Addendum No. 1 on your Proposal. I STEPHEN COOKE DIRECTOR, PROPERTY MANAGEMENT DEPARTMENT By: Brian Glass,Al Architectural Services Manager 817-392-8088, FAX 817-392-8488 RELEASE DATE: FEBRUARY 10, 2017 Tactical Center Renovations Page 1 of 1 Addendum No.1 (February 10,2017) i FORTWIRTH City of Fort Worth-MIWBE Office 1000 Throckmorton St. I Fort Worth I TX 1761021 Office: (817)212-2674 I Fax: (817)212-2681 Certified M BE Firms for Construction Request for Listing PLEASE ANSWER ALL QUESTIONS ON THIS FORM TO ENSURE FASTER PROCESSING COMPANY NAME: ADDRESS: CITY/STATE/ZIP: REQUESTER'S NAME: PHONE: FAX: EMAIL: IS THIS A CITY OF FORT WORTH FUNDED PROJECTX)YES 0 NO IF YES, PLEASE PROVIDE PROJECT NAME IS THIS A FEDERALLY FUNDED PROJECT?OYES 0 NO IF YES, PLEASE PROVIDE PROJECT NAME BID OPENING DATE: OR PROJECT DATE: PLEASE INDICATE HOW YOU WOULD LIKE TO RECEIVE YOUR REQUEST FAX(specify#) EMAIL: ., CONTRACTOR / CONSULTANT SUPPLIER OPPORTUNITIES This listing inclusive of the commodities you requested can be utilized for two months from the date of this letter as o utlined in the Business Diversity Ordinance#20020-12-2011. If additional commodities are needed within this two month period please fax, (817)212-2681,or email your request to the M/WBE Office at: _ mwbeoffice@fortworthtexas.gov. FORTWORTH Tactical Center Renovations Pre-Proposal Conference February 8, 2017 Name Company Phone Number E-mail 1.6 glv-602-3711,��z FL2 r 40(-- bewo L)enro 2.'Z>tjZW� � t AAC.. COO, At y (.ON q's Lo -CAJti•VD,ts,OLD c.,W-00.16 3. cd"/- 5�vs-4,@AwM.",- 1 5-� QA�41 � 8C7�4s 82- 9�zv c.�xriem@del�f�-�cor,5�ruckon. & A �U � �en�,t� Car►st arc Co�Uzfic --or�c U-God 6. �so�� 1�2ie�� aid �.(ro a?!5 � 9 g 9 7. v�CK V4,6LAe✓ � wL b'o, ��Q�,No�x VV/r(�-n C �hr,�r61� $Z7-v9�- z8 Pa .w ") 8. S s.` e jc+l06-11 -71M me.11� k( 10. ,dview 74g0l Mob 12. 13. 14. 15. 16. 17. 18 19. PROPERTY MANAGEMENT DEPARTMENT FACILITIES MANAGEMENT/ARCHITECTURAL SERVICES THE CITY OF FORT WORTH*401 WEST 13TH STREET*FORT WORTH,TEXAS 76102 (817)392-2586*FAX(817)392-8488 FORT WORTH Tactical Center Renovations Pre-Proposal Conference February 8, 2417 Name Company Phone Number E-mail �1t. �ZD ��i OO Tvd i'b -A"09-, �0— 2. ' �`'�p �� ,B �b��- W Y, 3. Johlly� inlee�oh Lnd��r G.C, g 7 a-��o-�l►3 w«dov► e9. °P�r �wnc.ov►� bout 4. 7-am 'SUs e-it 6 �y of F,,.IWt,,* Lj0_-?jV7-(05 ' -F�tbµ,�s,F/itir�(� r�pf4»�'1Jo.,l� i��l�.9u✓ GOez-/wKx ..��� 1 � PV•/v7C��iSy��r SOG��d�4/�!e 6. �j C( (ti'L.�_�ec tMc cos 4��-foon� s-�-- c�,�'I���e�I L✓✓1�c�U�'d�t 7. Ill( a✓t�.� b�1.�sd�S �'a`� �14-���- g 3�9 vn�t-�s••1nc{1 gc vi �. S.�b -- � ao� 8- jzelIt� Xt)&it ��f n � �a 9/7 3��3�/y �-e r 1i✓�� ��, tv 9. /Ll.•lfc ki / , 5 �Zv.: P / Com 10. C / (�� r0•� / //1 �/// y �� y(� / , cam/ /! 1 12. 13. Ue�� �.�.' �7tf lrLi C. ��/?J�2 �-24�r• ��/1G:f�c9'di 6ro¢�?'�i �,� 14. J 15. 16. 17. 18 19. PROPERTY MANAGEMENT DEPARTMENT FACILITIES MANAGEMENT/ARCMTECTURAL SERVICES THE CITY OF FORT WORTH*401 WEST 13TH STREET*FORT WORTH,TEXAS 76102 (8 17)392-2586*FAX(817)392-8488 � 1 FORTWORTH y Tactical Center Renovations Pre-Proposal Conference February 8, 2017 Name Company Phone Number E-mail We( 817. 56 ,ddY� 'tj&-wwC;VC6A.c VIA 1.4da 1 Po�yDA$ lCfM0u6S G�,� .ya,llU:ror�. 2. 5fe�c:, t�G2r�o� 1Zs"" Bi7�tx(- 7@11T 5,P (�/7�11 3. 1W� iT cr- ���►�d �1�� �+��` � 6 w,Al2��- 4. SC©T� MG���``4� ��� 17 7vcif3DS` 5 M�lyu�Flt�cS7 i� f le- 4. _ 5. �� ���e�� �i{# K G�}� �171a�1�(o3J1 b���k►�r��p�� 6. 3,r• �lsl'!L G)aw' ���3 9 -807 Sk"XS.r�trSf C_fwI?rN -6K4.rdov 7. DPW Grcfy7 42 %ger�rl�n • ..-- 8. t-Pr�� �.N`�5 c:r INJO:A $S 7 .333)&L) 1�7 V f �DrI��`'✓ gl V, 13. �3f2f f}n1 �5 C''1 ^t � T� K�0 �`ia+n.�cs�r,� qa J 14. 15. 1s. 3 17. 18 19. PROPERTY MANAGEMENT DEPARTMENT FACILITIES MANAGEMENT/ARCHITECTURAL SERVICES THE CITY OF FORT WORTH *401 WEST 13TH STREET*FORT WORTH,TEXAS 76102 (817)392-2586*FAX(817)392-8488 FORT WORTH, lr'wo� Prepared For: City of Fort Worth 1000 Throckmorton Street Fort Worth, Texas 76102 Asbestos Survey 3900 Barnett Street Fort Worth, Texas 76103 Fort Worth Task Order Number: A2-229 ENERCON Project Number: FWTHASB091 Report Date: August 4, 2014 0 E N E R C 0 N Excellence—Every project Every day. Prepared By: Enercon Services, Inc. 15770 North Dallas Parkway, Suite 400 Dallas, TX 75248 LOCAL GOVERNMENT OFFICER FORM CIS CONFLICTS DISCLOSURE STATEMENT (instructions for completing and filing this form are provided on the next page.) This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This is the notice to the appropriate local governmental entity that the following local - government officer has become aware of facts that require the officer to file this statement Date Received in accordance with Chapter 176,Local Government Code. 1 Name of Local Government Officer 2 Office Held 3 Name of vendor described by Sections 176.001(7)and 176.003(a), Local Government Code 4 Description of the nature and extent of each employment or other business relationship and each family relationship with vendor named in item 3. 5 List gifts accepted by the local government officer and any family member, if aggregate value of the gifts accepted from vendor named in item 3 exceeds$100 during the 12-month period described by Section 176.003(a)(2)(B). Date Gift Accepted Description of Gift Date Gift Accepted Description of Gift Date Gift Accepted Description of Gift (attach additional forms as necessary) 61 AFFIDAVIT ' I swear under penalty of perjury that the above statement is true and correct. I acknowledge that the disclosure applies to each family member(as defined by Section 176.001(2), Local Government Code) of this local government officer. I also acknowledge that this statement covers the 12-month period described by Section 176.003(a)(2)(B),Local Government Code. Signature of Local Government Officer AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me,by the said this the day of 20 to certify which,witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Form provided by Texas Ethics Commission www,ethics.state.tx.us Revised 11/30/2015 LOCAL GOVERNMENT OFFICER CONFLICTS DISCLOSURE STATEMENT Section 176.003 of the Local Government Code requires certain local government officers to file this form. A"local government officer"is defined as a member of the governing body of a local governmental entity;a director,superintendent, administrator,president,or other person designated as the executive officer of a local governmental entity;or an agent of a local governmental entity who exercises discretion in the planning,recommending,selecting,or contracting of a vendor. This form is required to be filed with the records administrator of the local governmental entity not later than 5 p.m.on the seventh business day after the date on which the officer becomes aware of the facts that require the filing of this statement. A local government officer commits an offense if the officer knowingly violates Section 176.003,Local Government Code. An offense under this section is a misdemeanor. Refer to chapter 176 of the Local Government Code for detailed information regarding the requirement to file this form. INSTRUCTIONS FOR COMPLETING THIS FORM The following numbers correspond to the numbered boxes on the otherside. 1. Name of Local Government Officer. Enter the name of the local government officer filing this statement. 2. Office Held. Enter the name of the office held by the local government officer filing this statement. 3.Name of vendor described by Sections 176.001(7)and 176.003(a),Local Government Code. Enter the name of the vendor described by Section 176.001(7), Local Government Code, if the vendor: a) has an employment or other business relationship with the local government officer or a family member of the officer as described by Section Y 176.003(a)(2)(A), Local Government Code;b)has given to the local government officer or a family member of the officer one or more gifts as described by Section 176.003(a)(2)(B), Local Government Code;or c)has a family relationship with the local government officer as defined by Section 176.001(2-a),Local Government Code. 4. Description of the nature and extent of each employment or other business relationship and each family relationship with vendor named in item 3. Describe the nature and extent of the employment or other business relationship the vendor has with the local government officer or a family member of the officer as described by Section 176.003(a)(2)(A),Local Government Code,and each family relationship the vendor has with the local government officer as defined by Section 176.001(2-a),Local Government Code. 5. List gifts accepted, if the aggregate value of the gifts accepted from vendor named in item 3 exceeds$100. List gifts accepted during the 12-month period(described by Section 176.003(a)(2)(8),Local Government Code)by the local government officer or family member of the officer from the vendor named in item 3 that in the aggregate exceed$100 in value. 6.Affidavit. Signature of local government officer. Local Government Code§ 176.001(2-a): "Family relationship"means a relationship between a person and another person within the third degree by consanguinity or the second degree by affinity,as those terms are defined by Subchapter B,Chapter 573,Government Code. Local Government Code§176.003(a)(2)(A): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: ttt LL (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income,that exceeds$2,500 during the 12-month period preceding the date that the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed;or (ii) the local governmental entity is considering entering into a contract with the vendor. Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code.An offense under this section is a misdemeanor. 1 Name of vendor who has a business relationship with local governmental entity. 2 ❑ Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3 Name of local government officer about whom the information is being disclosed. Name of Officer 4 Describe each employment or other business relationship with the local government officer,or a family member of the officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? Yes F-1 No B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? Yes F-1 No 5 Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more. _ 6 ❑ Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). 7 Signature of vendor doing business with the governmental entity Date Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 -.F CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity A complete copy of Chapter 176 of the Local Government Code maybe found at http://www.statutes.legis.state.tx.us/ Docs/LG/htm/LG.176.htm. For easy reference,below are some of the sections cited on this form. Local Government Code§176.001(1-a):"Business relationship"means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal,state,or local governmental entity or an agency of a federal,state,or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public;or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by,and reporting to,that agency. Local Government Code§176.003(a)(2)(A)and(B): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than$100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed;or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code§ 176.006(a)and(a-1) (a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity,or a family member of the officer,described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity,or a family member of the officer,one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B),excluding any gift described by Section 176.003(a-1);or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity; or (B) submits to the local governmental entity an application,response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity;or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer, or a family member of the officer,described by Subsection(a); (B) that the vendor has given one or more gifts described by Subsection(a);or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015